Loading...
HomeMy WebLinkAboutC-7872-1 - Newport Beach Police Station Locker Room Remodelram- P FpFN� October 12, 2022 Optima RPM, Inc. Attn: Carlos Ramon 17945 Sky Park Circle Suite D Irvine, CA 92614 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov Subject: Newport Beach Police Station Locker Room Remodel — C-7872-1 Dear Mr. Ramon: On October 12, 2021, 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 October 13, 2021, Reference No. 2021000627872. The Surety for the contract is United Fire & Casualty Company and the bond number is 54203497. Enclosed is the Faithful Performance Bond. Sincerely, 46ma C Leilani I. Brown, City Clerk Enclosure Premium is subject to change based on the final contract amount Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 54203497 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 10.495.00 , being at the rate of $ For First $100,000-$18.75, For Next $400,000-$15.00 thousand of the Contract price. For Next WHEREAS, the City of Newport Beach, State of California, has awarded to OPTIMA RPM, INC. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660, 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 United Fire & Casualty 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 Seven Hundred Sixty Two Thousand Dollars ($762,000.00) 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 Optima RPM, Inc. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. 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 22nd day of February ,2021 Optima RPM, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety P.O. Box 73909 Cedar Rapids IA 52407-3909 Address of Surety 319-399-5700 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By:� ,EhAarotVC. Harp City Attorney Authorized Signature/Title Ot-dqk{ Auth zed Agent Sign ure 76 Yung T. Mullick, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Optima RPM, 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 ) 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) 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 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) Optima RPM, Inc. Page B-3 CALIFORNIAALL-PURPOSE• • f <.wt.q .[�Ys2 yt.Tt!4� a%tip�Wt t. Tary public or other officer completing this certificate verifies only the identity of the individual who signed the ment to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On February 26, 2021 before me, Elizabeth I. Ramirez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Hanna of who proved to me on the basis of satisfactory evidence to be the person whose name is/OYb subscribed to the within instrument and acknowledged to me that heGK/executed the same in his4Wr/tla lir authorized capacity and that by his()�F�hd* signature(6f on the instrument the perso&r or the entity upon behalf of which the personA acted, executed the instrument. ELIZABETH I. RAMIREZ Notary Public - California ` Orange County >' Commission =2229216 My Comm. Expires Fen 21. 2022 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS m an fficial seal. Signature Signature of tally Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Number of Pages: Document Date: 2/22/2021 2 Signer(s) Other Than Named Above: N/A Capacity(ies) Claimed by Signer(s) Signer's Name: , Mayluel Hanna Corporate Officer — Title($): secretary ❑ Partner — F Limited ❑ General ❑ Individual ❑ Attorney in Fact O Trustee ❑ Guardian or Conservator Q Other: Signer Is Representing: Optima RPM, Inc. q''er's Name: Corporate Officer — Title(s): Cl Partner — ❑ Limited fl General ❑ Individual ❑ Attorney in Fact f I Trustee F1 Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On JEB i 2 2021 before me, Irene Luong Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the IRENE woNG person(s), or the entity upon behalf of which the person(s) Notary Public - California acted, executed the instrument. Orange County Commission.` 2207169 1 certify under PENALTY OF PERJURY under the laws of L My Comm. Expires Jul 27,2021 the State of California that the foregoing paragraph is true and correct. Witness my hand a d ffi ial se Signature Place Notary Seal Above Signature df Notary Public n Luone Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal anti reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑Limited El General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Ttle(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: / • ufg Ul 13 IRE. & CASUALTY COMPANY, CEDAR RAI , IA Inquiries: Surety Department UN1111)1 IRE & INDEMNITY COMPANY, WEBSTER', I X 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 'NSURANCE CERTIFIED COPY Or POWER OF ATTORNEY (original on file at Home Office of Company.— See Certification) KNOW ALL PERSONS BY THESE PRESENTS, Tliat United. Fire & Casualty Company, a corwmtion duly organized and existing under the laws of Ira State of Iowa; United Fire & Indemnity Company,.a corporation duly organized and existing under the laws of Ore State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under die laws of the State of California oiereah collectively called the Companies), and having their corporate headquarters at Cedar Rapids, State of Iowa, does make, constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided thin no single obligation shall exceed $ l s, 000, 000. o0 and to hind the Companies thereby as fully and to the same extent as it'such instruments were signed by die duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to die authority hereby given and hereby rated and confirmed. The Authority hereby gratted sliall exlfile'thc6t h day of ` July, 2022 unless sooner revoked by United File & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by die Bonds of Directors of United Fire & Casually Company, United Fire & Indemnity Company, and Financial Pacific insurance Company. "Article VI — Suety Bonds and tindertakings" Section 2, Appointment of Attorney -in -Pact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates mtomeys-bi-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undereldngs and other obligatory instruments of like nature. The signature of any officer authorized hereby, mid die Corporate seal, may be affixed by facsimile to any power of attorney or special power of anomey or certification of either authorized hereby, such signature and seal, when so used, being adopted by the Companies as die original signature of such officer and the original seal of the Companies, to be palid and binding upon the Companies with the same force and effect as though manually affixed. Stich attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall lava full power to bind die Companies by their signature mid execution of any such instalments and to attach are seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority preciously gnen to any attorney-m-fact. iN WITNESS WHEREOF, die COMPANIES have each caused these presents to be signed by its "+nio teen vice president and its corporate seal to be hereto affixed this o; •s s` ^ifs agar<'eePPoN., 8th tlaY Of July, 2020 3 roxroanrr �: ;W coNma.src =_ -6saiY24 g UNITED FIRE& CASUALTY COMPANY ` tees UNITED FIRE & INDEMNITY COMPANY srAI sir • 2 c ,ca^�o`d FINANCIAL PACIFIC INSURANCE COMPANY BY „/rim\\\\°• „/rumR,\°• Illnn, �' ' "fps-H,a+-- C/ t�.� State o)' Iowa, Comity of Linn, ss: Vice President On 6th day of July, 2020, before me personally cameDennis J. Richmann. ' to me known, who being by me duly sworn; did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indenmity Company, and a Vice President of Financial Pacific Insurance Company die corporations described in and which executed the alcove instrument; that he knows die seal of said corporations; dial tie seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by die Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to beau act and deed of said corporations. aMn s� 'Judith A, Jones Iowa Notarial Seal Commission number 173041 Notary Public•'rov'� My Comndasion Expires 4232027 My commission expires:chary /2021 1, Mary A. Bertsch, Assistant Secretary of Uuiud Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant. Secretary of Financial Pacific Insiumice Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and die copy of the Section of the bylaws and resolutions of said Corporations as set forth at said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE 01: SAID CORPORATIONS, and dial die same are correct transcripts thereof, and of die whole of the said originals, and that tme said Power of Attorney has not been ievokcd and is now at full force and effect In testimony whermf I have liferg1(o�Ifli rii yante and affixed die corporate seal of die said Corporations this day of I•�tl 1 G 1 , 20 IVL / N \G INSe �4. J ♦ by \i liq py`V4 ^nP O< 4 arePPns�r� V COR .N1iF C(I IPPN.\1T-? L1 I IVJc�'-_ s OLY 22 ,00 1 ie 13y: V mall. 5 SFA1 /, SBfi sr 't,F,0• Y Assistant Secretary, �11i11 �1\\\\ 'H /I/11, 11111111\` .... ���rhl III,11,\\\\P I., OF&C & OF&I & FPIC RPOA0045 122017 This paper has a colored background and void pantograph. December 17, 2021 Optima RPM, Inc. Attn: Carlos Ramon 17945 Sky Park Circle Suite D Irvine, CA 92614 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039rax newportbeachca.gov Subject: Newport Beach Police Station Locker Room Remodel -C-7872-1 Dear Mr. Ramon: On October 12, 2021 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 October 13, 2021, Reference No. 2021000627872. The Surety for the bond is United Fire & Casualty Company and the bond number is 54203497. Enclosed is the Labor & Materials Payment Bond. Sincerely, /A Leilani L Brown, MMC City Clerk Enclosure Premium listed on Performance Bond Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 54203497 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to OPTIMA RPM, INC. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660, 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, _ United Fire & Casualty 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 Seven Hundred Sixty Two Thousand Dollars ($762,000.00) 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. Optima RPM, Inc. Page A-1 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 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 22nd _ day of February 2021 . Optima RPM, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety P.O. Box 73909, Cedar Rapids, IA 52407-3909 Address of Surety 319-399-5700 telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:..__ --- t sf By:—t ---- --------- 41 ____4r Aaro . Harp City Attorney Authorized Signature/Title Authorized Agent Signature Yung T. Mullick, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEATTACHED Optima RPM, 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 }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) 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 " s' 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) Optima RPM, Inc. - - - - __ — -page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 t 1'l iCl. t�V'� 4<.i� /c\thl'.T'✓tom <. t.<i /PC! f < <.i�<<� r�t�' 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 February 26, 2021 , before me, Elizabeth I. Date personally appeared Hanna Notary Public Here Insert Name and Title of the Officer of who proved to me on the basis of satisfactory evidence to be the person$ whose nameKis/�Y4 subscribed to the within instrument and acknowledged to me that heWAWy executed the same in his/ md"ir authorized capacity#es), and that by hisLWItheif signatureM on the instrument the persori(s) or the entity upon behalf of which the personoYacted, 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. Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Labor and Materials Payment Bond Document Date: 2/22/2021 ? _ Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(a) Soner's Name: Maykel Hanna _ V Corporate Officer — Title(s): ecretary ___ Ll Partner -- Ll Limited D General I a Individual Ll Attorney in Fact 1-1 Trustee ❑ Guardian or Conservator 1-1 Other: Signer Is Representing: _ Optima RPMInc S�'pner's Name: V Corporate Officer — Title(s): _ F I Partner — F 1 Limited fl General Individual Ll Attorney in Fact I I Trustee F I Guardian or Conservator Ll Other: Signer Is Representing: _ rR.�tt:�sux�x�.'s�ru�.'s��tss�i ics3;:ycasccs�s,�.r��r�.Y?v� - 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 WITNESS Ty hand and official seal. EI IZABEtH I. RA - i -California Notary - ' County Signature_ _ Orange sjo Commission � 2229216 W2 my Comm. Expires Feb 21 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Labor and Materials Payment Bond Document Date: 2/22/2021 ? _ Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(a) Soner's Name: Maykel Hanna _ V Corporate Officer — Title(s): ecretary ___ Ll Partner -- Ll Limited D General I a Individual Ll Attorney in Fact 1-1 Trustee ❑ Guardian or Conservator 1-1 Other: Signer Is Representing: _ Optima RPMInc S�'pner's Name: V Corporate Officer — Title(s): _ F I Partner — F 1 Limited fl General Individual Ll Attorney in Fact I I Trustee F I Guardian or Conservator Ll Other: Signer Is Representing: _ rR.�tt:�sux�x�.'s�ru�.'s��tss�i ics3;:ycasccs�s,�.r��r�.Y?v� - 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On FEE 2 7 GUZ4 before me, Irene Luong Notary Public, -ate Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T, Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) IRENFI IJONC, acted, executed the instrument. r; Notary eubl4 -all f", °9 rJ0"tv I certify under PENALTY OF PERJURY under the laws of �w.. t.umm;5;ion;7207159 My cwnm. Exoo-evul z/,:o2t the State of California that the foregoing paragraph is true and correct. _ Witness my hand and off' i seal. Signature - Place Notary Seal Above Signature of Not Public Iran u g OPTIONAL T- Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: _ Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): _ _ ❑ Corporate Officer ---Title(s): _ ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fad ❑ Trustee ❑ Trustee ❑ Guardian or Conservator Topofthumbhere ❑ Guardian or Conservator Topofthumbhere ❑ Other _ ❑ Other: Signer is Representing: Signer is Representing: Uf D 17111E & CASUAIXY COMPANY, CEDAR RAI JA Inquiries: Surety Department lfNl'l'1[1) FIRE & INDEMNITY COMPANY, WEBSTER,'I X I IS Second Ave SE FINANCIAL. PACIFIC INSURANCE, COMPANY, ROCKLIN, CA Cedar Rapids, LA 52401 INSURANCS CERTIFIED COPY OF POWER OF ATTORNEY (original on file at [ionic Office of Company —See Certification) KNOW ALL PERSONS BY THESE PRESENTS, Thal United Fire & Casualty Company, a corporation duly orgmnizcd and existing under Ute laws of the State of town; United Fire & Indemnity Company, a cogtoni ion duly organized and existing order rhe laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing wider the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, EACH INDIVIDUALLY their nue and lawful Altomey(s)-in-Fact with power and authority hereby conferred to sign, seal mid execute in its behalf all lawful bonds, undoiakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $15,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to die authority hereby given and hereby ratified and confirmed. The Audiotity hereby grated shall expire lhe6th day of July, 2022 unless sooner revoked by United Fre & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of rite following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, mid Financial Pacific Insurance Company. "Article VI — Surety Bonds and Dndertakinge" Section 2, Appointment of Attorney -in -Fact. "Thu President or any Vice Resident, or any other officer of the Companies may, front time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undcAuldngs and otherobligatory awn iments arlike nature. the signature of any officer authorized hereby, mid the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signatmr and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually a0ixed. Such attomeys-indact, subject to the limitations set of forth in their respective certificates of authority shall have ftdl power to bind the Companies by their signature mid execution of any such instruments and to attach the seal the Companies thereto. 11e President or any Vice President, the Board of Direcmrs or ney other officer or the Companies may at any time revoke all power and authority previously given io any aromey-hi-fact. IN WITNESS WHEREOF, die COMPANIES have each caused these presents to be sig»ed by its Io." k "% vice �INSU°p' VIeC resident and its °;ys' o L s p corporate seal to be hereto affixed this 6th day of July, 2020 =NAM' _" `°6PORA1�a'Y��weY:t��`,g� UNITED FIRE& CASUALTY COMPANY srwe sur .: 'z}\. left .'i ; UNITED FIRE & INDEMNITY COMPANY `d.°'�FINANCIAL PACIFIC INSURANCE COMPANY y o° nn`� ' " en i\ae� State of Iowa, County of Linn, ss! Vice President On 6th day of July, 2020, before me personally cameDennis J. Richmann to me known, who being by me duly sworn, dial depose and say; that he resides in Cedar Rapids, State of lown; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & indemnity Company, ail a Vice President of Financial Pacific Insurance Company tie corporations described fit mid which executed the above instrument; that he kmows the seal of said corporations; that the seal affixed to die said instrument is such corporate seal; that it was so affixed pursuant to authority given by die Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, mid acknowledges same to he the round deed of said corporations • , Judith A.to ial S a } Iowa Notarial 1 commlhisiosolon number 412312 Notary Public My Commlaelon Expires 4238071 1 0 My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casually Company and Assistant Secretary of Uhdted Fire & Indemnity Company, and Assistant Secretary of Financini Pacific Insurance Company, do hereby certify that I have compared die Ibregoing copy of the Power of Attorney and affidavit, and hie copy of die Section of the bylaws and resolutions of said Corporations asset forth at said Power of Attorney, with the ORIGINALS ON FILE IN 'fill-' HOME. OFFICE, OF SAID CORPORATIONS, and that tie sane aro correct transcripts thereof, and of the whole of die mid originals, and that the said Power of Attorney has not been revoked mid is now it full force and effeel. In testimony whereof I have hereo no.r,�dl�ribyd my -u n e and affixed the corporate seal of the said Coram -inions this day of I'CCi '-v/.i 10 .rc`gN r���o`�°meiwn •' p`°�,�r4�`�!NSUgq e:, i Cllltl'URA1F. �s pUlY at �'. a�� y� Ctlal'U0.nR � �1,� By rr11 '!_ � AcGSdz�""" Assistant Secretary, y, ••o'nnoim�M"` mnae `0s I.IF&C & IIF&I & FPI( I111 lAMW 117011 Batch 12065822 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 7 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIII NO FEE +$ R 0 0 1 3 2 4 4 5 8 4 S. 202100062787212:24 pm 10113/21 90 RW9A 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 Optima RPM, Inc., Irvine, California, as Contractor, entered into a Contract on February 9, 2021. Said Contract set forth certain improvements, as follows: Newport Beach Police Station Locker Room Remodel - C-7872-1 Work on said Contract was completed, and was found to be acceptable on October 12. 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is United Fire & Casualty Company. BY / Public Works irecb r City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��7,�,,�,^� Executed on� /J oCLi at Newport Beach, California. M An"'2 City Clerk �/ �cr1r.� https://es.secure-recording.com/Batch/Confirmation/1206582'_ 10/13/2021 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 Optima RPM, Inc., Irvine, California, as Contractor, entered into a Contract on February 9, 2021. Said Contract set forth certain improvements, as follows: Newport Beach Police Station Locker Room Remodel - C-7872-1 Work on said Contract was completed, and was found to be acceptable on October 12, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is United Fire & Casualty Company. BY 1 Public Works irect r 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 at Newport Beach, California. Am 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 2:00 PM on the 16th day of DECEMBER, 2020, at which time such bids shall be opened and read for Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 $813,000 Engineer's Estimate Approved by �iJames 9 kouffhan ep'uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids-com/portal/portal cfm?CompanylD=22078 OPTIONAL PRE-BID SITE WALK: An optional job walk at the Police Headquarters will be conducted for this project on Tuesday, December 1, 2020 at 9:00 AM at the located at, 870 Santa Barbara Drive, Newport Beach, CA 92660 Hard copy plans are available via (Select One) Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "B" For further information, call Peter Tauscher, Proiect Manager at (949) 644-3316 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca gov/government/open-transparent/online services/bids rfps vendor -registration City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 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 SPECIALPROVISIONS ............................................................................................ SP -1 2 City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) 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, 2nd 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. 3 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, 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 4 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 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. 961714 A, B, C6, C17 Contractor's License No. & Classification 10000136116/30/2021 DIR Registration Number & Expiration Date Optima RPM, Inc. Bidder 19 President Authorized Signature/Title December 16, 2020 Date City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Bid Amount Dollars ($ 1&0% of Bid Amount ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction Newport Beach Police Station Locker Room Remodel, Contract No. 7872-1 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 2nd day of December 2020. Optima RPM, Inc_ Name of Contractor Pnnci al Arlt ( p ) Authorized Signature/Tit! United Fire & Casualty Company Name of Surety P.O. Box 73909 Cedar Rapids IA 52407-3909 Address of Surety 319-399-5700 Telephone rrint Name and Title (Notary acknowledgment of PClnclpal & Surety must be attached) M 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 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) (seal) Thumbprint of Signer Capacity(ies) claimed by Signer(s): ❑ Check here if Trustee no thumbprint Power of Attorney or fingerprint CEO / CFO / COO is available. President / Vice -President / Secretary / Treasurer Other: Other Information: 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) 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 E:] (seal) ALL-PURPOSECALIFORNIA 'CODE 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 ) On - i before me, i� � T ,(RdIn ; Date Here Insert Name and PiIA of the Offi er personally appeared man, NameX of Signer(g who proved to me on the basis of satisfactory evidence to be the persoaW whose nameK js am - subscribed to the within instrument and acknowledged to me that hely executed the same in his �aeit authorized capacityoes), and that by his/heir signature*on the instrument the person* or the entity upon behalf of which the person 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. ELIZABETH i. R,".V'- WITNESS alseal. ' } = Notary Pubk - Ca'I(:.r .0 Orange Cow^.% r 1 Commission =22277.'5 Signature My Comm.Exo:•&s=eb;'.�C27 �+�+► Signature of No a Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Documen`tt te: Number of Pages: _�____ Signer(s) Other Than Named Above: !� Capacity(ies) Claimed by Signe (s) Sign is Name: %, G�rporate Officer — Tjtle(s): 4Ttn- }� ° --Partner — 1 Limited General Individual - Attorney in Fact Trustee i = Guardian or Conservator Other: Signer Is Representing: l"n Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual i Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing GzrteG 02014 National Notary Association o www.NationalNotary.org ^ 1 -800 -US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange } On Date before me, _ Robyn R. Kargari, Notary Public, Insert Name or Notary exactly as it appears on the officialal _ se personally appeared Irene Luong Names) of Siynerw A9 LOPT�.�aA ROSYN R. KARGARI a COMM. # 2296844 X u ® o NOTARY PUBLIC -CALIFORNIA CO ORANGE COUNTY MY COMM. EXP, JULY 13, 2023 � 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 -o cial seal. Signature' _ r </ Pince Notary Seal Above Slgnatu Notary Pu is Robyn R. Kargarl OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: Individual ❑ Corporate Officer—Title(s): _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Uf9unNSURANGE I IiVI l ED FIRE & C'ASUAL'TY COMPANY, CEDAR RAPIDS, IA t.1NI i Ell IgRI., & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POW17R OF ATI'ORNEY (original on file at Flome Office of Company. — See Certification) KNOW AL1, PERSONS 13Y'1'IIFSL htquiries: Surety Department i IS Second Ave SE Cedar Rapids, iA 52401 PRLSI;N 15, I flat Lfniwd Fire & Casualty Company, a corporatjon duly Organized and existitrg tmdertlne lows of the State of Iowa; United Fire & Indemnity Compattiy, a corporation duly organizLd and existing under the i<�ws of the State of Texas; and I' `)c Pacific insurance Company, a corporation duly orgmtized and existing under Ute laws of the State of Califon, ill (herein COIlectivel_Y called tine Companies), and having then• corporate headquarters in Cedar Rapids, State of Iowa, sloes make, constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, EACH INDIVIDUALLY their- true and lawful Attorney(~) in -Fact with power and authority hereby conferred to sten, seal mid execute in its behalf all lawful bonds, tndettr•tknlgs amd.other`obli_gatot y instruments of similar natittv provided 4iail nn single ohligi-all, shalt exceed $15 , its b 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized of and all of file acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. Ticers of the Companies The AutlroiYty hereby granted ;liall expire tile 6th day of July, 2022 unless sooner revoked Compmty, Untied Fire & Indemnity Company, and I'nlancia! Pacific Insurance Company. by United Dire & Casualty This Power of Attomey is made and executed pursuant to all(I by authority 01, ale following bylaw duly adopted on May 15, 2013, by the Hoards of Directors of I eluted Fire & Casualty Company, Utlited Fire & Indemnity Company, and F'ilnancjal Pacific insurance Company. "Article VI — Surety Ilonds and [indertakhtgR„ Section 2, Appoititmeni of Attorney -in -Pact. •"the President or any Vice President, or tiny other officer of the Companies may, front time to time, appoint by written certificates attot)iey\-in-tact to act in behalf of the Companies in the execution of policic of insurance, honds, undert,7kings and other obligatory instniments of tike naittre. 111e sig�latiur of any pfiicei authorized hereby, and tate Corporate seal, may be affixed by facsimile to wry potvcr of tatomcy or special power of attorney or cef like tint e. either authorized hereby; Such signature and seal, when so used, being adopted by the Compa»ict as the original attorney a of such officer and the anginal seal io thof e Companies, to %p valid and binding upon the Compmlies with the same force and effect as though manually affixed. Such attamcys-in-fact, subject to the limitations set of forth in their re5pectire certificates of authority shalt have frill power to bind the Companies by theirsignature and execution of anv such ittstnauents and to. attach the seal the iollAy gii a thereto. the ey-in fac nt Or ally �tll`@ P]'l'SIdCNn, the Hoard ol'f)u'cctors or tuts outer officer of the Companies may at any time revoke 611 power and authority previousivgiirn to any attomey-in-filet. \,,,uuulq, ,nunnyy IN WITNESS WHEREOF �, ��.raxly, R�/ \ayWU1,M R,, ,,,,I,nunn,l, the COMPANIES have each caused these presents to be sign ed by its tp%0I!15yR�yy VICI' pl'Cstdelt and its corporate ; 5 ,CfaltYlltAnf ��' �w n,�� �3TQ:•' pPDA,j�;,:p�ys eal to be hereto affixed this 6th da Of _ cottnott.tlt y=_ r c �x Y J u l y, 2020 je LiNI'1'I:D FIRE & CASLIALTY COMPANY cv x, sz: iy- " t' r��, "'' q /Nnttiw�p\ ;�'� ^o'' X. °?�` IiNITCD PIRE &INDEMNITY COMPANY PL�` '' v' '"" FINANCIAL PACIFIC II`SU „munu,��• /(] IAL ' RANCG COMPANY Suite oTlowa: County o)'l.inn, ss: By: On 6th day of July, 2020 before me Vice ]'resident to me knomai, who being by me (filly sworn, did depose personally y;l that he resides in Ceth r IL puffs State of Iowa; that he is at Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indenarity Company, and a Vice President of financial Pacific Insurance Company fire corporations described til and which executed the above instrument; that he knows file seal of said corporations, that lite seal affixed to the said instrument is such corpOrxle seal; that it �Vi15 >n affixed ptnlyumlt to authority given by the Board of Directors of said cora�orations an(l that Ire sign,! his name thereto Pursuant to like audiority, and acknowledges sante to be the act mol deed of said corporations. El Judith A, Jones ' Iowa Notarial Seal COMIm ssion number 173041 My commission; Expires 4/23/2021 Notary Public My commission expires; :4/23/2021 I, Maty A. Bertsch, Assistmn Sucretaryof United Fire & Casualty Company and Assistant. Secretary of tlrlited Tire &Indenmity Company, and Assistant Secretary of Financial Pacific Iu,,urance Colnpany, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and file copy of file Section Of the byhiws and resolutions of said Corporations asset forth in said Power of Attontey, with file ORIGINALS ON FILE IN TIIE ROME OFFICE OF SAfD COR ORATIONS, and that the same are correct transcrq)ts thereof, and of the whole of Power of Attorney has not been revoked mid is now in full force and effect. Ole said originals, and that the said In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations Ellis day of _,20 `\\+,\V "tnuill.^n, t\,lumlu„ .al,lmnum n, 4C,Y %G s aa.... oo eoarottnrr: LL '� :. ° lF J CORP RATC Kj V IUlY 2? �.. ` - - SrAI. SrAI g 1888. ,>wOc BY'tJ AC'ET(/lw� ,'. n a •'"�11FOAN�'' ! ,3 "`lilt II114\"t\ y"iflRtt11111t11\\\\`` ""'�/fplltllllllll111tltt` $ Assistant Secretary, 11110n0045 122017 lil'&C & LfF&I & ItPI No. 2416-6 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, lutr•.st«tnt to the Insurance Code ofthe State ofCalifurnia, United Fire & Casualty Company of Iowa, ort inised under the laws of.lotva, .subject to itis ,4rticles of Incorporation or other-.litndan,erttal nrpanizalloeal documents, is hereby authorized to transael within this tate. snbjeci to all provisions aJ}his Certillcate. the following elasse.s o(irzsurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of Califonsta. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation oj'any, ofthe applicable laws and lam ftl requirements made under authority of the lams of the State ofCafifornia as long as .such laws or requirements are in effect and applicable, and as such laws and requirements nom are, or may hereafter be changed or amended. :' N WITINE;SS WHEIt.E:OF, gfjective as of the 16'"du ygfJuly, 20141 1 have hereunto set my hand and caused myolfctial seal to be ati ed ihi,s 1 a'da v q July, 2014. Dave Jones h!surance Commissioner f Susan J. Stapp f6r Nettie hloge Clue] Depury NOTICE: Qualification with the Secretary of Sttrte must he accon'!plished as regaire,I by tt!e Galil`ornia COI POW ious Code promptly attar issuance ofthis CelLficate efAut!tority. Failure to do io will be a violation 0finsurance Code section 70l and will be gerunds fbr !-evoking this Ccf ifitate of Authority pursuant to the covenants made in the application therefor and the ;onditiins contained hereir.. City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 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. Optima RPM, Inc. Bidder 97 President Authorized Signature/Title City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Optima RPM, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects, you have worked on (or are currently working on) in the past two (2) years in excess of $300,000, provide the following information: No. 1 Project Name/Number City Hall Lobby Improvements Project Description Renovation of City of West Hollywood Lobby Approximate Construction Dates: From 2/2018 Agency Name City of West Hollywood Contact Person Helen Collins To: 3/2019 Telephone (323) 848-6895 Original Contract Amount $ 749,000 Final Contract Amount $ 886,052.17 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work resulting in change orders 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. Me 10 No. 2 Project Name/Number Irvine Council Chambers Facility Improvements Project Description Renovation of City Hall Council Chambers Approximate Construction Dates: From 6/2018 To: 11/2018 Agency Name _ City of Irvine Contact Person Alex Salazar Telephone (940j 724-7408 Original Contract Amount $ 970,000 Final Contract Amount $ 1,000,798.71 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work resulting in change orders 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. 2n, No. 3 Project Name/Number Irvine City Hall Operation and Maintenance Facility Project Description Renovations to city's maintenance and operations facility Approximate Construction Dates: From 11/2017 To: 3/2018 Agency Name _ City of Irvine Contact Person Alex Salazar Telephone (949) 724-7408 Original Contract Amount $ 575,960 Final Contract Amount $ 565,577.00 If final amount is different from original, please explain (change orders, extra work, etc.) Work deleted 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 Riverside Adult School Board Room Project Description Interior remodel for council board room Approximate Construction Dates: From 4/2019 Agency Name Riverside Unified School District Contact Person Nadia zeien To: 1/2020 Telephone ( 951) 788-7496 Ext. 84704 Original Contract Amount $ 990,000 Final Contract Amount $ 990,000.00 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. 5 Project Name/Number Willow Campus Restrooms Renovations Project Description Renovations to camps restroom faciities Approximate Construction Dates: From 3/2019 Agency Name Hacienda La Puente Unified School District To: 6/2019 Contact Person Mark Hansburg Telephone (626) 543-0928 Original Contract Amount $1,240,000 Final Contract Amount $ 527,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) Scope of work deduction 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 Del Obisoo Community Center Renovation Project Description Renovation to existing community center Approximate Construction Dates: From 8/2018 To:_ 1(2019 Agency Name City of Dana Point Contact Person Mike Rose Telephone (949) 636-3914 Original Contract Amount $603,088 Final Contract Amount $ 682,519.51 If final amount is different from original, please explain (change orders, extra work, etc.) Extra work resulting in change orders 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. Optima RPM, Inc. Bidder -� - f President Authonzed Signdiure/Tltle 13 7309 Caldus Ave (818) 606-7854 Lake Balboa CA 91406 carlosramonl@live.com Carlos Ramon ObJective Accomplished supervisor and manager with 12+ years experience planning, developing, and implementing process improvements and programs to maximize productivity, profitability, and quality assurance in the construction industry. Direct diverse teams to comply with regulatory guidelines and work place safety initiatives. Highlights • Team leadership -Data analysis • Problem resolution • Inventory control • Staff development/training • Cost analysis • Project management • Strategic planning Education West Valley Vocational Center at Woodland Hills CA 2/2011 to Present High School Equivalent GED Journeyman union carpenter at Sylmar training center Instituto Francisco I. Madero in Veracruz Mexico 6/1994 - 9/1992 Professional Experience EMPLOYER: OPTIMA Reengineering & Project Management LENGTH: December 2012 — Present JOB TITLE: Project Superintendent DUTIES: At my job, I am responsible for: Take off, lay outs, run day to day operations, organize manpower, schedule sub -contractors, write daily reports, RFI's, as -built, three week look ahead schedule, and work in the field. EMPLOYER: Rene Sanches Construction LENGTH: August 2011 —September 2011 JOB TITLE: Foreman, carpenter DUTIES: At my former job, I was responsible for: Take off, lay outs, run day to day operations, organize manpower, schedule sub -contractors, write daily reports, RFI's, as -built, three week look ahead schedule, and work in the field. EMPLOYER: EMAE International Inc, Santa Fe Springs, CA TEL 562-404-1468 LENGTH: May 2011- May 2000 JOB TITLE: Carpenter, Foreman, Superintendent DUTIES: At my former job, I was responsible for: Take off, lay outs, run day to day operations, organize manpower, schedule sub -contractors, write daily reports, RFI's, as -built, three week look ahead schedule, and work in the field. COMPLETED PROJECTS Auto Technology Center at Cerritos College (Project Superintendent) January 2011 to February 2009 Southland Cerritos Center Transportation and Technology At Cerritos College (Project Superintendent) March 2010 to February 2010 Escalona Elementary School Modernization in Norwalk CA (Project Superintendent) March 2009 to October 2007 Richman Park Renovation in Placentia CA (Project Superintendent) October 2007 to March 2007 Softball Field at Santa Ana College (Field supervisor) March 2007 to January 2007 Administration Building Renovation at Whittier High School (Project Superintendent) January 2007 to April 2006 La Serna High School Renovation project (Project Superintendent) April 2006 to July 2005 Frontier High School Modernization Project (Project Superintendent July 2005 to February 2002 Lake Mathew elementary School (Field Foreman) February 2002 to June 2001 Linwood elementary School (Carpenter) June 2001 to February 2001 Long Beach City Hall (Carpenter) February 2001 to September 2000 Wild Rose Elementary School (Carpenter) September 2000 to May 2000 Memberships UNION Carpenter Local 209 Languages English and Spanish Accreditations: CPR American Red Cross, First Aid Red Cross, OSHA 10, Powered Indoor Truck Operator — Indoor Lift Truck, Scaffold Erector. City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 NON -COLLUSION AFFIDAVIT State of California ) County ofOrange � ss. Mohamed Mamoun being first duly sworn, deposes and says that he or she is President of Optima RPM Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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 foregoin ' rue and correct. Optima RPM, Inc. jyd President Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this day of 2020 by proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 14 "See attached approved notarial format Notary Public My Commission Expires: CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 vSee Attached Document (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No, 2 (if any) ----------------------- 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 ELIZABETH 1. RAMIREZ Notary Public - California z orange County > Commission « 2229216 My Comm. Expires Feb 21, 2022 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 16th day of December 2020 by Date Month Year (1). Mohamed Mamoun (and (2) NIA ) Name J of Signer J proved to me on the basis of satisfactory evidence to be the_'�r� appeared before me, Signature Signature of Nojaj Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Non -collusion Affidavit Number of Pages: _ 1 Signer(s) Other Than Named Above: N/A Document Date: N/A tir of �.^G�X��S��h;� G:cso�c`teX 6Y�ev� Cq pc'� < c cx cx 5 GCC w`? L� ve>u. ✓Cx ci cY f? 02014 National Notary Association • www,NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5910 City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 DESIGNATION OF SURETIES Bidder's name Optima RPM, 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): Agent: The Bond Exchange 24800 Chrisanta Drive, Suite 160 Mission Viejo, CA 92691 Contact: Shawn Blume (951) 217-8637 Surety: United Fire and Casualty P.O. Box 73909 Cedar Rapids, IA 52407 Contact: Gary Dill (319) 399-5700 15 City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name optima RPM, Inc. Record Last Five (5) Full Years Current Year of Record 16 Current I Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts Total dollar 12 25 20 14 13 25 109 Amount of Contracts (in Thousands of $ $5M $7.6M $6.8M $6M $7.5M $12M 44.9M No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to anotherjob or 0 0 0 o ° 0 0 termination of em loyment The information required for these items is the Occupational Injuries, Summary same --Occupational Injuries as required Illnesses, for columns 3 to 6, Code 10, and OSHA No. 102. 16 Legal Business Name of Bidder Optima RPM, Inc. Business Address: 717945 Sky Park Circle Suite D Irvine, CA 92614 Business Tel, No.: (949) 724-1399 State Contractor's License No. and Classification: 961714 A, B, C6, C1 Title President 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 Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title December 16, 2020 President Treasurer, Manager s U7 Vice President, Secretary, RMO 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. LNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ;: A notary public or other officer completing this certificate verifies only the identity of the individual whosigned 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 December 16, 2020 before me, Elizabeth I. Ramirez, Notary Public Date Here Insert Name and Title of the Officer Personally appeared Mohamed Mamoun and Maykel Hanna Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s),/are subscribed to the within instrument and acknowledged to me that .,$ authorized ca acit ies and that blsl�rGrlthey executed the same to or the entity upon behalf of which the persons acted, execluted the innat strumene instrument the persons}, ELIZABETH I. RAMIREZ Notary Public - California $ Orange County p Z Commission # 2229216 My Comm. Expires Feb 21, 2022 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature seal. 'of $oVry Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Contractor's Industrial Safety Record 12/16/2020 Number of Pages: 2 ---- _Document Date: g Signer(s) Other Than Named Above: N/A Capacity(ies) Claimed b edMyy, Signer(s) S' ner's Name: Mohamamoun � ..f Corporate Officer -- Title(s): President, Treasurer 0 Partner -- F1 Limited Ej General 11 Individual U Attorney in Fact I-.1 Trustee ❑ Guardian or Conservator 1 I Other: Signer Is Representing: optima RPM Inr Si per's Name: Maykel Hanna Corporate Officer — Title(s): VP, secretary I Partner — ❑ Limited I I General .1 Individual I ; Attorney in Fact Trustee I I Guardian or Conservator Other. Signer Is Representing: Optima RPM Inc. 02014 National Notary Association , www.NationalNotary.org 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Optima RPM, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: WS, City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 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: optima RPM, Inc. Business Address: 17945 Sky Park Circle Suite D Irvine, CA 92614 Telephone and Fax Number: P: (949) 724-1399 F: (949) 724-1851 California State Contractor's License No. and Class: 961714 A, B, C6, C17 (REQUIRED AT TIME OF AWARD) Original Date Issued: 6/3/2011 Expiration Date: 6/30/2021 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: Carlos Ramon, General Superintendent 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 Mohamed Mamoun, President -Treasurer -Manager 17945 Sky Park Circle Suite D Irvine, CA 92614 C: (949) 529-7948 Maykel Hanna, Vice President-Secretary-RMO 17945 Sky Park Circle Suite D Irvine, CA 92614 C: (949) 529-7949 Mostafa Ghanem, Vice President 17945 Sky Park Circle Suite D Irvine, CA 92614 C: (714) 787-8097 Corporation organized under the laws of the State of California IN The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NO All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NO For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses,- N/A efenses;N/A 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 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On December 16, 2020 Date before me, Elizabeth I. Ramirez, Notary Public personally appeared Mohamed Mamoun Here Insert Name and Title of the Officer who proved to me on the basis of satisfactory evidence to be the personjKwhose nam is/Pd subscribed to the within instrument and acknowledged to me that he/21wtwexecuted the same in his�rftheir authorized capacity es); and that by h SOW/UleYsignatu*"n the instrument the person; or the entity upon behalf of which the persorlo acted, executed the instrument. ELIZABETH I. RAMIREZ r NotaryPublic- California ti. Orange County Commission M 2229216 My Comm. Expires Feb 21, 2012 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true an - Signature Signature seal. Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Information Required of Bidder 12/16/2020 _ Document Date: Number of Pages:? Signer(s) Other Than Named Above: N/A - Capacity(fes) Claimedby Signers) S,Qiner's Name: MohamedyMamoun �f Corporate Officer -,- Title(s): President (.]Partner - 1 Limited FI General 11 Individual C1 Attorney in Fact 11 Trustee D Guardian or Conservator _I Other: Signer Is Representing; ootima RPM Inc Signer's Name: _1 Corporate Officer — Title(s): I Partner — i I Limited I I General L.' Individual I1 Attorney in Fact I ; Trustee Guardian or Conservator .-1 Other: _ Signer Is Representing: 02014 National Notary Association • www.NationalNotary g or 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ' Are any claims or actions unresolved or outstanding? Yes /( o� If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Mohamed Mamoun (Print name of Owner or President of Corporation/Comp�lnyy - Optima RPM, Inc. President Bidder Authorized Signature/Title President Title December 16, 2020 Date On before me, , Notary Public, personally appeared who to me othe basis of satisfactory evidence to be the person(s) whose name(s) is/are ubscr bred 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. 'See attached approved notarial format (SEAL) Notary Public in and for said State My Commission Expires: 21 City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder.- CONTRACT idder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned 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. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CITY CLERK NEWPORT BEACH POLICE STATION LOCKER ROOM REMODEL CONTRACT NO. 7872-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 9th day of February, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and OPTIMA RPM, INC., a California corporation ("Contractor"), whose address is 17945 Sky Park Circle Suite D Irvine, CA 92614, 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 comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660 (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. 7872-1, 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 Seven Hundred Sixty Two Thousand Dollars ($762,000.00). 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 Carlos Ramon 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 Optima RPM, Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Carlos Ramon Optima RPM, Inc. 17945 Sky Park Circle Suite D Irvine, CA 92614 Optima RPM, 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. Optima RPM, 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. Optima RPM, 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 Optima RPM, 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. Optima RPM, 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. Optima RPM, 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] Optima RPM, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: — 2 C Aar n C. Harp City Attorney ATTEST: Date:-:? --k -2-OZ/ By: Leilani I. Brown City Clerk FO CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Br Avery Mayor CONTRACTOR: OPTIMA RPM, INC., a California corporation Date: Signed in Counterpart By: Mohamed Maher Mamoun Chief Executive Officer Date: Signed in Counterpart Maykel Adib Shehat Hanna Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements Optima RPM, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: r' _, f " .._w.. -z- Aarooh C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date.- By.- Brad ate: By:Brad Avery Mayor CONTRACTOR: OPTIMA RPM, INC., a California corporation Date: By: _ Mohamed Maher Mamoun Chief Executive Officer Date: By: Maykel A ib Shehat Hanna Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Optima RPM, Inc. Page 10 Premium listed on Performance Bond Executed in Duplicate EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 54203497 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to OPTIMA RPM, INC. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660, 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, United Fire & Casualty 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 Seven Hundred Sixty Two Thousand Dollars ($762,000.00) 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. Optima RPM, Inc. Page A-1 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 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 22nd day of February , 2021 . Optima RPM, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety P.O. Box 73909, Cedar Rapids, IA 52407-3909 Address of Surety 319-399-5700 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ By: _141� �aL Aaro . Harp City 4ftorney Authorized Sig nature/Title j�.,Lq-� or Authoriz ent Signature Yung T. Mullick, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Optima RPM, 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 _ )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 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. (seal) State of California County of }ss, On 20 before me, Notary Public, personally appeared 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) Optima RPM, Inc. Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT [,T .cit. .:S c� .,t•c� .rt :. i.s�tt.2i c�✓Tt_n�.c� �s�c>..at.:�_at,c�_.s�t.ca .c�<.w..T•.� .at.s� .sem<.ci..s�t: 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 February 26, 2021 Date personally appeared before me, Elizabeth I. Ramirez, Notary Public Hanna Here Insert Name and Title of the Officer of who proved to me on the basis of satisfactory evidence to be the perso�n� whose namepris/j4 �� subscribed to the within instrument and acknowledged to me that he�bWY executed the same in his4m0 it authorized capacity4es)-and that by his.(WAI;etf signatureK on the instrument the persor (sf, or the entity upon behalf of which the personoracted, executed the instrument. ELIZABETH L RAMIREZ Notary Public -California z orange County 2229216 .., Commission Comm 22 My Comm. Expires Feb 21, 20 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS y'h—and nd icial seal.. Signature N w Signature o%N tary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Labor and Materials Payment Bond Document Date: Number of Pages: 2 Signer(s) Other Than Named Above: _N/A Capacity(ies) Claimed by Signer(s) S, ner's Name: Maykel Hanna Corporate Officer — Title(s): 3eccetary C] Partner -- ❑ Limited F-1 General F1 Individual 11 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Optima RPM Inc 2/22/2021 S' ner's Name: Corporate Officer — Title(s): F] Partner — C1 Limited F I General U Individual Ll Attorney in Fact I ]Trustee F1 Guardian or Conservator ❑ Other: Signer Is Representing: - 02014 National Notary Association • www. NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 III CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT III 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 FEB 2 2 Luu"ci. Date before me, Irene Luong Notary Public, Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) IRENE Z UON� c-CliNotaryPublifornia z _ Orange County D Commission R 2207169 My Comm. Expires Jul 27, 2021 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ Witness m Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ,Ufgm UNITED FIR[' & CASUALTY COMPANY, CEDAR RAPIDS, ]A Inquiries: Surety Department UN1Thll hIItE & INDLMNITY COMPANY, WEBSTER :TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLiN, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRI SENTS, That United 'Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fie & hndenmity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint JAMES W MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, EACH INDIVIDUALLY their true and lawful Attonney(s)-in-Fact with power and authority hereby conferred to sigh, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $15, COO, 000.00 and to bind the Companies thereby as fully and to the same extent as il'such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expiie'the6th day of July, 2022 unless sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. 'Phis Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fie & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Itnclertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appohtt by written certificates attomcys-m-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instalments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of anomey or certification of either authorized hereby: such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in theirrespective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority preuu uslygiven to any anomey-ht-fact. iN WITNESS WHEREOF, the COMPANIES have each caused these presents to be sighted by its \\\„panhp,/ \,Ntoatuuop pwu,uNlp,p o;iq,`Fhc,asrq� ,,, vice president and its corporate seal to be hereto affixed this 6th da of July, 2020 y CORM7RATE qL CORPORATE L� ��,�- 10% 01 _ Y h13LYaz ,g£ UNITED FIRE & CASUALTY COMPANY 5r.4L sFAL tom•., ,, 1986 \'.r, UNITED FIRE & INDEMNITY COMPANY C ,.... ,,.` FINANCIAL PACIFIC INSURANCE COMPANY ,IllDltll, State of Iowa, County of Linn, ss: Vice President On 6th day of July, 2020, before me personally came Dennis J. Rtchmann to nne known, who being by me duly sworn, did depose atnd say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indennnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows die seal of said corporations; that the seal affixed to: the said instrument is such corporate seal; that it was so affixed pursuant'to authority given by the Board of Directors of said corporations and that he sighed his name thereto pursuant to like authority, and acknowledges same to be the act and (Iced of said corporations. 1*1 Judith A. Jones Iowa Notarial Seal Commission number 173041 Notary PublicMy Commission Expires 423/2021 My commission expires: 4/23/2021 1, Mary A. Bertsch, Assistant Secretary ofI[ hnited Fire & Casualty Connpany and Assistant S&rettu'y of united Fire & Indemnity Company, and Assistant Secretary of Financial Pacific insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of lie bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that Are said Power of Attorney has not been revoked and is now fit full force and effect. In testimony whereon 1 have ltereu ntc s �l rihF4 .t a and affixed the corporate seal of the said Corporations this day of Ctt3 !� !� Gti4 t -)0 \`y tGCIM % % i C 01U'ORATE SFAI, ae�. ""I BPOA0045 122017 y\\p\k IND61My/�i �r CORPORATE 04Y 2?, O'_ B 77 —• r_ .� s_ SFAL z � ��'• '9A6 , yO riff �nnmmwuaa By. This paper has a colored background and void pantograph. Assistant Secretary, OF&C & OF&I & FPIC Premium is subject to change based on the final contract amount Executed in Duplicate EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 54203497 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 10,495.00 , being at the rate of $ For First $100,000-$18.75, For Next $400,000-$15.00 thousand of the Contract price. For Next WHEREAS, the City of Newport Beach, State of California, has awarded to OPTIMA RPM, INC. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660, 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 United Fire & Casualty 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 Seven Hundred Sixty Two Thousand Dollars ($762,000.00) 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 MENOMONEE Optima RPM, Inc. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. 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 22nd day of February 12021 . Optima RPM, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety P.O. Box 73909 Cedar Rapids IA 52407-3909 Address of Surety 319-399-5700 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ,f hAaro . arp City Attorney Authorized Signature/Title a"GretUki Auth zed Agent Sign ure Yung T. Mullick, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Optima RPM, 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 ) 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 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. (seal) State of California County of _ )SS. On , 20 before me, , Notary Public, personally appeared , 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) Optima RPM, Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ik t.�, .pit. .ti ,'t.c>.�.cnt : t.A .c�. !; .aa•_ ts»s> . a�.._sit..at.a._s� _at sit, t.vn�.r•_s».a<.m•..�t s�ts�•.c�t�t�t ,^tom• . •rpt :�C t.c�t.c�t•. 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 February 26, 2021 before me, Elizabeth I. Ramirez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Maykel Hanna of who proved to me on the basis of satisfactory evidence to be the person , whose name istare subscribed to the within instrument and acknowledged to me that hem/executed the same in his/,h6r/their authorized capacit W, and that by his/,;hdjjhdfr signatureKon the instrument the persof►(s)' or the entity upon behalf of which the personX acted, executed the instrument. ELIZABETH 1. RAMIREZ 1* '� Notary Public -California Ord '^ CCunty r r�Yir Commisz:o" p 2229210 My Comm. Exres Feo 21, 2022 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m -hand- d�fficial seal. " Signature / Signature ofr tally Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Document Date: Number of Pages: 2 Signer(s) Other Than Named Above: N/A Capecity(ies) Claimed by Signer(s) Signer's Name: Maykel Hanna Corporate Officer -- Title(s): secretary E] Partner -- C❑ Limited F General 1-1 Individual C1 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator C1 Other: Signer Is Representing: Optima RPM, Inc. 2/22/2021 S' ner's Name: Corporate Officer — Title(s): F1 Partner — O Limited FI General U Individual ❑ Attorney in Fact I 1 Trustee Fl Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 4Ub a Date before me, Irene Luong Notary Public, Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) IRENE LUONG Notary Public - `- California z Orange County a Commission 9 2207169 My Comm. Expires Jul 27, 2021 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. / Witness my hand a d ffi ial Signature Signature tqotary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: UNITED 1'IRE & CASLIAI; I'Y COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Aire SE U`19 FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA- Cedar Rapids, IA 52401 INSURANCELM CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company —See Certification) KNOWALL PL'RSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the Slate of Texas; and Financial Pacific insurance Company, a corporation duly organized and existing under the laws of Ute State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint JAMES W. MOILANEN, YUNG T. MULLICK, P. AUSTIN NEFF, IRENE LUONG, EMILIE GEORGE, EACH INDIVIDUALLY their true and lawful Attorney(s)-iii-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and otherobligatory instruments of similar nature provided that no single obligation shall exceed $15,000,000.00 and to Uitd the Companies thereby as fully and to the`same extent as il'such instruments were signed by die duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 6th day of July, 2022 unless sooner revoked by United Fire & Casualty Company, tinited Fine & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of die following bylaw duly adopted on May 1.5, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article V1— Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Pact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates: attorntevs- in- .fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertalungs and other obligatory fit sit tuneiits of like nature. the signature of any.officer authorized hereby, and the Corporate seal, may he affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Stich attorneys -in -fact, subject to the limitations set of tbrth in their respective certificates of authority shall have ftdl power to bind the Companies by their signature and execution of any such instruments and to attach Ole seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at anytime revoke all power and authority Previously;; given to any attorney-nt-fact. „\1111111111 IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �r�"°�/�%';'r+,, .`�Fclysuq;, vice president and its corporate seal to be hereto affixed this �• COIt1Y/ttpTE w ,o• ^o QP,.G�PPOggl%Y,�'s 6th day Of Ju 1 y, 2020 RA R, a'r IU1Y24 nit UNITED FIRE & CASUALTY COMPANY - Sr.AL a SQAL a S•,, n 1884 \'.�,; UNITED FIRE &INDEMNITY COMPANY zE*�o\d y �.'..OP�' ; � FINANCIAL PACIFIC INSURANCE COMPANY.. I//1/1111\1\ 11111\1 ''��II/llllllllllp\\" V By: State of lotva, County of Linn, ss: Vice President On 6th day of July, 2020, before me personally cameDennis J. Richmann to m4 k imkii, who being by me duly sworn; did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & indemnity Company, and it Vice President of Financial Pacific Insurance Company die coiporations described un and which executed the above instnunent; that lie knows the seal of said, corporations; that the; seal affixed to die said instrument is such corporate seal; that it was so affixed Firsuant to authority given by the Board of Directors of said corporations and that lie signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. lil Judith A. Jones Iowa Notarial Seal Commission number 173041 Notary Public My Commission Expires 4/23/2021 My commission expires: 4/2312021 1, Mary A. Bertsch, Assistant Secretary cif United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN TI IE HOME OFFICE OF SAID CORPORATIONS, and that die same are correct transcripts thereof, and of Ute whole of the said originals, and that the said Power of Attorney has not been revoked and is now it full force and effect. In testimony whereof I have lteretui�}it) ri� d ane and affixed the corporate seal of the said Corporations this day of it) !r 20 �\\"tt lals1111', o\N\ Noalnp/� \I\IAC INSC%'I/// .� ; w CORPORATE {,'K CORPORATE _ tUtY 22 Sr 1. ' SF.AI y �: O,q \P /�4ck�f /FOPS• tc �ATSslstamSecretary, ill 0 \\` ///// SSCP TE* \\\ 'Vii/ �`� V F&C &UIQ&I & FPIC /1111111H\` I//l/1111111\\\\ /lllll/IIIIIIIIU\I\\` BPOA0045 122017 This paper has a colored background and void pantograph. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, 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 Optima RPM, 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. 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 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 Optima RPM, Inc. Page C-2 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. 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 Optima RPM, Inc. Page C-3 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 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. Optima RPM, Inc. Page C-4 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. Optima RPM, Inc. Page C-5 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Tuesday, March 16, 20215:55 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number 7872-1 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 7872-1 Optima RPM, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. City of Newport Beach Newport Beach Police Station Locker Room Remodel Contract No. 7872-1 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. 7872-1 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: December 16, 2020 Date P:(949)724-1399 F:(949)724-1851 Bidder's Telephone and Fax Numbers 961714 A, B, C6, C17 Bidder's License No(s). and Classification(s) 1000013611 DIR Registration Number Optima RPM, Inc. Bidder President Bidder's Authorized Signature and Title 17945 Sky Park Circle Suite D Irvine, CA 92614 Bidder's Address Bidder's email address: mmamoun@optimarpm.com mhanna@optimarpm.com PR -1 City of Newport Beach Page 1 Newport Beach Police Station Locker Room Remodel (7872-1): bidding on December 16, 2020 2:00 PM (Pacific) Panted 12,11612020 Bid Results Bidder Details Vendor Name Optima RPM Address 17945 Sky Park Circle Suite D Irvine. CA 92614 United States Respondee Maykel Hanna Respondee Title Vice President Phone 949-724-1399 Ext. 202 Email mhanna@optimarpm.com Vendor Type CADIR License # 961714 CADIR 1 00001 361 1 Bid Detail Bid Format Electronic Submitted December 16, 2020 1:50:22 PM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 237819 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type BID SUBMITTAL C-7872-1 Optima RPM, Inc.pdf BID SUBMITTAL C-7872-1 Optima RPM, Inc.pdf General Attachment Bid Bond C-7872-1 Optima RPM, Inc.pdf Bid Bond C-7872-1 Optima RPM, Inc.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID - Award to be determined based on the total Base Bid amount 1 Police Department Locker Room Remodel LS 1 $670,000.00 $670.000.00 2 FF+E Allowance Allowance 1 $10,000.00 $10.000.00 3 Provide As -Built Plans and Close -Out Documents LS 1 $3,000.00 $3.000.00 Subtotal $683,000.00 ADDITIVE BID ITEM - Award to be determined based on the total Base Bid amount 4 Add Alternative 1 No. Al LS 1 $79,000.00 $79.000.00 Subtotal $79,000.00 Total $762,000.00 City of Newport Beach Page 2 Newport Beach Police Station Locker Room Remodel (7872-1), bidding on December 16, 2020 2:00 PM (Pacific) Panted 12i16/2020 Bid Results Subcontractors Name & Address Description License Num CADIR Amount Type A&H Refrieration HVAC 956992 1000014546 $25,500,00 9561 Ingram ave garden grove, CA 92844 United States AMTEK CONSTRUCTION Electrical 490382 1000009822 $903000.00 DGS 946 N LEMON STREET ORANGE, CA 90606 United States Peterson Grading & Paving Grading and Paving 782357 1000011559 $11,581.00 Inc 515 W. Cully Dr Orange, CA 92865 United States DANNY RYAN PRECISION Abatement 701357 1000018129 $47,80000 CONTRACTING INC 1818 N ORANGETHORPE PARK ANAHEIM, CA 92801 United States INLAND PACIFIC TILE INC Tile 780298 1000000911 $68.460.00 DGS P O BOX 10879 SAN BERNARDINO, CA 92423-0879 United States CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 Newport Beach Police Station Locker Room Remodel CONTRACT NO. 7872-1 DATE: 12/10/2020 BY: C� Deputy PWD/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. PRE-BID QUESTIONS: Q1: Room #29 was called for "FRP Full Height Wainscot" on the Finish Schedule on A-5.1. Please Confirm that the FRP Full Height Wainscot was meant by 4' height AFF? A1: Changed to 8'H AFF. See Addendum 1. Q2: Detail Plan A & B on 17/A-8.1 showed LED Light Strip in the Ceiling Cove; however, the Plan E-2.2 and Lighting Fixture Schedule on E-0.1 did not provide any information about the LED Light Strip. Please Clarify. A2: See Addendum 1. Q3: Detail Plan #11 & #15/A-8.2 showed "Solid Polymer Shower Enclosure Panel" at Walls and Ceilings. The Technical Spec, Section 119000, para 2.1.B was listed that Shower Wall Surface by Corrian without any details. Please provide the Product Specification with its Model No., Size & Color at least. is\users\pbw\shared\contracts\fy 20-21 current\100-facilities\police facility remdl ph 2 Of12\001_pd locker rm_restrm upgrades\bidding documents\addendum\addendum no. 1.docx A3: "Bath Surfaces" is the model. Custom sizes. Color will be selected from complete range. See specs. Q4: Please Confirm that Modifying Fire Alarm, Fire Sprinkler, LV, Security System, & Telecommunication System were not required under this project. A4: It is not in the scope and is not required for this project Q5: Plan A-0.5 showed the Corridor (Room #1, 16, 17, 23) should be Add Alternate 1 on the Bid Schedule; however, Bid Schedule on PlanetBid listed Base Bid only. Also, per Instruction for Bid Form, Item No. Al under Additive Bid Item, It stated "Contract Page 14 of 16 Document" which was not in the contract document. Please Verify and Advise. A5: The bid proposal will include a line item for Add Alternative 1. Q6: Plan C1 and A-1.2 showed different scopes of Pavement Reconstruction. C1 called for 2" AC Grind and Overlay within the dashed area per Demo Keynote 2 and all other parking lot was Protect -in -Place per Keynote 9; however, A-1.2 called (N) Striping, (N) Slurry Seal on the entire Hatched Area. Which plan should we follow? A6: Keynote 9 revised. Area noted per Keynote 9 shall refer to Architectural. Q7: Per Plan A-1.2, Keynote 0002 & 0260 called for Remove & Replace the Wheel Stops with a Note "TYP." Please Confirm that (31) Wheel Stops should be replaced in the Entire Parking Lot as showing on the Plan? Or only (9) Wheel Stops would be replaced within the Dash -Line? A7: All the wheelstops noted 0260 shall be new. Q8: Whose Responsibility to hire a Land Surveyor per C1? City or Contractor? A8: Contractor Q9: Plan M-2.1 showed Replacing (3) Registers and (2) Return Grilles in the Corridor. The Cost of Replacing these Items should be included as the Alternate on the Bid Schedule? Or the Base Bid Schedule? A9: Alternative 1 Q10: Plan E-2.2 showed Replacing (25) Light Fixtures in the Corridor. The Cost of Replacing these Items should be included as the Alternate 1 on the Bid Schedule? Or the Base Bid Schedule? A10: Alternative 1 Q11: Plan A-2.3 showed (N) LVT Floor in the Corridor. The Cost of Replacing these Items should be included as the Alternate 1 on the Bid Schedule? Or the Base Bid Schedule? A11: Alternative 1 — See Remark in Finish Schedule. is\users\pbw\shared\contracts\fy 20-21 current\100-facilities\police facility remdI ph 2 Of12\001_pd locker rm_restrm upgrades\bidding documents\addendum\addendum no. 1.docx Q12: The Provided Asbestos Test Report (114 Pages) under Spec Section 02 80 00 was contained the Sample Test Reports from "Computer Room, Gym, Lunch Room; and the Bulk Sampling testing from the Traffic Division, 1st Floor Lobby/Hallway, North Wing Hallway, Basement Jail Facility, Polygraph Storage, Lobby Stairs, StairWells, and Office Rooms without a Tested Sample Map. None of the Tested Areas were not met the current Project Scope Area — Locker Rooms (Base Bid) or Corridor (Alternate Bid). Also, without the Asbestos Testing Sample Map (Current), we cannot justify if the Project Work Area was tested. Please provide the Asbestos Testing Report for the area under this project. Especially, the (E) Corridor Ceiling Finish (Popcorn) should be tested if it contains a Hazardous Material. Please Review the Report and Advise. Al2: See updated report date December 8, 2020 that supercedes the previous hardardous material report issued by Addendum 1 Q13: As a Conversation in the pre-bid meeting on 12/01/20, for the Demo (E) Wallpaper throughout the Corridor (Alternate 1) would be an unforeseen item. There would be much variation in cost impact upon the condition of the surface after Demo and preparation for the (N) finish. It would have much chance to replace the drywall in certain portions. Please advise how many percent of the drywall replacement would be reserved its cost for the fair bid among the bidders. A13: See note under legend on AD -2.1. Replace gypsum board as required if damaged by contractor. No allowance will be reserved for this work. It is understood that there are two layers of wallpaper to remove prior to beginning preparing the wall for final paint. Q14: Please Confirm if the (N) LVT Floor was required under (N) Lockers. A 14: No. Q15: The Wall Legend on Plan A-2.1 listed 3-5/8" Metal Stud Wall; however, the Plan showed Thicker than 3-5/8" stud wall beyond the Plumbing Fixtures. Please Provide the (N) Wall Type and Stud Schedule. Plan A-8.4 did not contain the Wall Types. A15: Building the walls greater than 3-5/8" as double walls. See Addendum 1. Q16: Detail 3, Page A-0.4 shows a concrete step that is connected to the floor base. Are we to cut this area to match level of the adjacent floor? A 16: See Reference Note 51 and General Note 1 on Drawing AD -2.1. Q17: On the plan Sheet A2.1 Room 33 The walls that are in between the urinals and showers and, will those thick walls be constructed, will they be installed as double wall or will it be one thick wall across? A17: Double wall plumbing wall - See Addendum 1. is\users\pbw\shared\contracts\fy 20-21 current\100-facilities\police facility remdl ph 2 Of12\001_pd locker rm_restrm upgrades\bidding documents\addendum\addendum no. 1.docx Bidders must sign this Addendum No. 1 and attach it to the bid proposal. A bid may be deemed unresponsive unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date Authorized Signature & Title Attachments: • WLC Addemdum 1— Date December 9, 2020 • Site walk sign -in sheet — December 2, 2020 is\users\pbw\shared\contracts\fy 20-21 current\100-facilities\police facility remdl ph 2 Of12\001_pd locker rm_restrm upgrades\bidding documents\addendum\addendum no. 1.docx CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS Newport Beach Police Station Locker Room Remodel Project Number 20F12 CONTRACT NO. 7872-1 PART 1 - GENERAL PROVISIONS SECTION 00 - PRE-BID MEETING 00-1 JOBWALK 1 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 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-3 SUBCONTRACTS 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 8 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-2-5 Personnel Security Screening 8 7-7 COOPERATION AND COLLATERAL WORK 9 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 10 7-8.4.2 Storage in Public Streets 10 7-8.6 Water Pollution Control 10 7-8.6.2 Best Management Practices (BMPs) 10 7-10 SAFETY 11 7-10.3 Haul Routes 11 7-10.4 Safety 11 7-10.4.1 Work Site Safety 11 7-10.5 Security and Protective Devices 11 7-10.5.3 Steel Plate Covers 11 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 14 PART 2 - CONSTRUCTION MATERIALS 14 SECTION 200 — ROCK MATERIALS 14 200-2 UNTREATED BASE MATERIALS 14 200-2.1 General 14 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 14 201-1 PORTLAND CEMENT CONCRETE 14 201-1.1 Requirements 14 201-1.1.2 Concrete Specified by Class and Alternate Class 14 201-2 REINFORCEMENT FOR CONCRETE 14 201-2.2 Steel Reinforcement 14 201-2.2.1 Reinforcing Steel 14 201-7 NON -MASONRY GROUT 15 201-7.2 Quick Setting Grout 15 203-6 ASPHALT CONCRETE 15 203-6.5 Type III Asphalt Concrete Mixtures 15 SECTION 215 - TRAFFIC SIGNS 15 302-5 ASPHALT CONCRETE PAVEMENT 15 302-5.1 General 15 302-5.8 Manholes (and Other Structures) 15 SECTION 310 - PAINTING 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Newport Beach Police Station Locker Room Remodel Project Number 20F12 CONTRACT NO. 7872-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) the ARCHITECT'S TECHNICAL SPECIFICATIONS attached hereto; (2) these Special Provisions; (3) the Plans (Drawing No. B -5270-S); (4) the Building Materials Survey Report; (5) Cal OSHA and SCAQMD Rules and Procedures; (6) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (Current Edition) http://www.newportbeachca.gov/government/departments/public- works/resources; (7) Standard Specifications for Public Works Construction (2015 Edition), including supplements (Green Book); (8) the applicable Codes shown on the Plans; (9) American Public Works Association Standard Drawings, Latest Edition; and (10) Building Permits. 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 OPTIONAL. On December 1, 2020 at 9:00 a.m. bidders shall meet at the City of Newport Beach Police Department (870 Santa Barbara Drive, Newport Beach 92660). The purpose of the Pre-bid Site Meeting is to acquaint prospective bidders with the site, local physical features, site logistics, obstructions, water and power sources, and Page 1 of 16 security conditions and issues. 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 effect any changes to these specifications. All questions and inquires shall be delivered in writing to the Project Manager no later than December 4, 2020 at 3:00 p.m. 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 comply with eh following licensing requirements: • The Contractor awarded the Project: General Building "B" • The Subcontractor(s) performing non -building work shall be appropriately licensed by the State for their work. From the start of work until project completion, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-3 SUBCONTRACTS 2-3.2 Self -Performance. Delete this section 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 comprises of general construction of a locker room, bathrooms and associated spaces; obtaining City building permits; passing background checks for all workers entering the Police Station; removing and disposing of the existing improvements; constructing improvements; and completing other incidental items in place as required by the Contract Documents at the Newport Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660. Page 2 of 16 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The Architect of Record is WLC Architects. They can be contacted at (909) 987-0909. A minimum of two (2) sets of cut -sheets shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. If the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required, the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the start of any Work. 3-3 EXTRA WORK 3-3.2 Payment SECTION 3 - CHANGES IN WORK Page 3 of 16 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 ............................................ 10 2) Materials ....................................... 10 3) Equipment Rental ........................... 10 4) Other Items and Expenditures ........... 10 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 minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. Page 4 of 16 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, pothole 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 potholed and 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 pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the Page 5 of 16 final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 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 addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. Furthermore, there is the possibility a separate contractor shall working in the Police Station as part of the Gun Range Remodel project, Contract 7080-1. That contract shall have priority when if both contractors working in the same area or systems. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 70 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 weekdays from 7:00 a.m. to 5:30 p.m. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 a.m. to 7:00 Page 6 of 16 a.m. on weekdays or 7:00 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. In addition, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1 st (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 $2,000.00. Page 7 of 16 Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 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. 7-2-5 Personnel Security Screening Prior to commencing services, Contractor and all personnel assigned to work at the Newport Beach Police Department Headquarters (870 Santa Barbara Drive) are required to successfully pass a California Department of Justice Live Scan Fingerprinting background check (Live Scan), wants/warrants check and regional records clearance performed by the City of Newport Beach Police Department. The Contractor shall be responsible for obtaining the Live Scan for all workers prior to performing work and shall bear the cost thereof. The Contractor shall schedule the Live Scan with the Newport Beach Police Department. On the day of the Live Scan, the worker must obtain an application form from the Newport Beach Police Department (located at 870 Santa Barbara Drive). Upon completion of the application form, the Live Page 8 of 16 Scan will be performed. The worker must possess a photo ID (e.g. Driver's License) at the time of the Live Scan. The Police Department will advise the Contractor and City's Project Manager whether the worker has passed Live Scan and want/warrant and records clearance. Following Council award, the Contractor shall schedule all employees planning to work within the facility for the Police Department screening process. Obtaining the screening results may take up to three weeks to process and is the sole responsibly of the Contractor in managing all employees working at the Police Department. 7-5 PERMITS Replace this section with "The project is deemed `permit ready' by the City's Building Division (Plan Check No. 2876-2019). The Contractor shall obtain building permits from the Building Department prior to starting work and submit any and all deferred submittals for Building Department review per contract documents. City of Newport Beach Building Department permit and normal inspection fees shall be waived." 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE Add to this Section: "The Contractor shall: Make every effort to conduct the work in a manner that will not interfere with the ingress/egress of the Police Station or adjoining Fire Station No. 3. 2. Apply dust controls whenever airborne errant dust is observed. 3. Remove all construction debris from the work site at the end of each work day. 4. Provide restrooms and trash service for the construction personnel. 5. Provide parking lot sweeper service to mechanically and/or manually remove errant construction debris and dust as directly by the Engineer. Page 9 of 16 6. Provide reasonable cleaning service as directed by the Engineer to remove dust and other errant debris that were not controlled during the construction and have deposited upon the adjoining work areas, building windows, hall ways, meeting areas, etc. 7. No parking vehicles within the Police Department parking lot immediately southwest of the Police Department jobsite." 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Add to this Section: "The Contractor shall: Make every effort to conduct the work in a manner that will not interfere with the ingress/egress of the adjoining police activities. 2. Remove all construction debris from the work site at the end of each work day. 3. Provide restrooms and trash service for the construction personnel. 4. Provide sweeper service to mechanically and/or manually remove errant construction debris and dust as directly by the engineer. 5. Provide reasonable cleaning service as directed by the Engineer to remove dust and other errant debris that were not controlled during the construction and have deposited upon the parked vehicles, building windows, adjoining work stations, etc. 6. Coordinate delivers, staging, work so as not to interrupt daily police activities." 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: Page 10 of 16 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. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT Page 11 of 16 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 Police Department Locker Room Remodel Base Bid: Work under this Item shall include all of the costs necessary to complete all of the work shown on the plans and in the contract documents (Base Bid), complete and in place. The following is listing of work items that need further itemization on the Schedule of Values to be submitted to the Engineer upon project award to the low responsible bidder by the Newport Beach City Council. The cost of all other items of work that are not specifically listed as required but are customary to be completed as a prerequisite for a fully functional facility shall have been included in the bid and no additional compensation shall be made. • Mobilization and Demobilization: Work under this item shall include, but not limited to, providing bonds insurance and financing; delivering all required notification to residents, posting signs; establishing a field office and construction storage location; scheduling Building Division inspections; obtaining all applicable permits; finalizing the permits and all the conditions pertaining to the permits; preparing and updating the BMP Plan and construction schedule; providing traffic control and temporary construction fencing surrounding areas subject to construction debris while the Police Department Headquarters is open; and all other related work as required by the Contract Documents. This shall also include work to demobilize from the project site including but not limited to site cleanup, removing USA markings and providing any required documentation as noted in these Special Provisions. • Security Background Screening: All personnel working under this contract shall be screened by the Newport Beach Police Department per Section 7- 2.5. • Photographic Records of Building and Site Pre -construction Condition: Work under this item shall include providing the City labeled unaltered photographs of the building exterior and interior, parking lot, and fixtures Page 12 of 16 attached to the building. Photographs shall be provided to the City via 4"x6" minimum size colored prints and in electronic *.jpg format. Construction activities shall not start until the photographs have been received and the Engineer has authorized work to commence. • Hazardous Waste Management and Removal: Work under this item shall include managing, removing and disposing all hazardous waste by a State Certified Abatement Contractor following SCAQMD. All SCAQMD manifests documenting removal shall be provided to the Engineer under this payment item. The abatement and removals shall be in accordance to the Asbestos Operation and Maintenance Program dated April 24, 2017. • Removals: This work shall include all of the costs needed to remove and dispose of all of the existing improvements that need to be removed such as interfering items in order for the new improvements in the Contract Document. • Project Site Maintenance: This work shall include all of the costs needed to complete the work listed under Section 7-8 of these Special Provisions. • Construct New Improvements: This work shall include all of the costs needed to provide, install, furnish, and construct, all of the new improvements and items in the Contract Document complete and in place. The cost of all required building tests as required by the Building Permits shall be made as a part of the price bid. • Locker Coordination: This work shall include all of the costs needed for the contractor to coordinate and cooperate with the locker supplier contractors. The cost for coordinating locker delivery, unloading, inspecting, protecting and storing prior to installing. Item No. 2 FF+E Allowance: The Contractor shall have included in its bid a $10,000.00 allowance for the procurement, delivery, and installation of the furniture pieces of wall mounted clocks, televisions, monitors, framed graphic pieces, decorations, etc. items to be selected by the Engineer during the work. Item No. 3 Provide As -Built Plans and Closeout Documents: 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 and closeout documents. These drawings must be kept up to date and submitted to the Engineer for review prior to request for monthly payments. An amount of $3,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. ADDITIVE BID ITEM Item No. Al Add Alternative 1: Work under this Item shall include all of the costs necessary to complete all of the work shown on the plans and in the contract Page 13 of 16 documents (Add Alternative 1), complete and in place. If added to the Base Bid, additive bid listing of work items shall itemization on the Schedule of Values to be submitted to the Engineer upon project award to the low responsible bidder by the Newport Beach City Council. The selection of lowest responsible bidder shall be based on the Total Base Bid amount above. The bid amount entered for the additive bid item below is for the sole purpose of City information. The City may, during construction, elect to construct one, all, or none of these additive bid items through Change Order(s). 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 SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. Page 14 of 16 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 -inch thickness). New sign posts shall be 14 -gauge 2 -inch square (OD) unistrut installed into a 12 -gauge 21/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (e.g. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95 percent minimum. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. Page 15 of 16 SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.7 A minimum of two coats of paint shall be applied to all exposed surfaces to match existing per contract documents. SECTION 314 --- HAZARDOUS WASTE REMOVAL 313-1 General. Asbestos Operation and Maintenance Program by Healthy Buildings dated April 24, 2017 indicates the presence of asbestos in floor tile and mastic. Any asbestos shall be removed by a State Certified Hazardous Waste Abatement Contractor. All disposal manifests documenting removal shall be provided to the City. The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL SPECIFICATIONS (PROJECT MANUAL) which augments, but are not referenced to, sections of the Standard Specifications for Public Works Construction. Page 16 of 16