Loading...
HomeMy WebLinkAboutC-7880-1 - City Yard Re-Roofing Project,, ...,c,.r Plr.mr i1 �'�,rP, 11Ir.!�2'li�.i�) </FORN. July 27, 2022 Chapman Coast Roof Co., Inc. Attn: Dave Chapman 2030 E. Walnut Avenue Fullerton, CA 92831 Subject: City Yard Re -Roofing Project — C-7880-1 Dear Mr. Chapman: On July 27, 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 July 28, 2021, Reference No. 2021000478086. The Surety for the contract is Great American Insurance Company and the bond number is 3340102. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure I.necuted iu I )uplicatc hQ1111um i., lot (bout(( rrrm :uu1 .Suhjccl to Adiu:;lincnl Kiw(l ou Pinul Price EXHIBIT 8 1-�I T Y tit- l4k:;WP(_)H 1 BL.AC" BOND NO, 3340102 FAd` HFUL PERFORMANCE Bc')ND 'he f?ferf'lrUM Charges on thwr He 3stj lti � _ i,'i00,0i1 1. 5F3€etc a4 a`{yx_, rate (if$ f i sl y$500,000thousand UO $8.59 _— -._ _ _ and of the Contract price.. Nest $21,328.00 $5.40 WHEREAS, the City of Newport Beach, State of California, has awarded to Chapman Coast Roof Co., Inc. hereinafter designated as the "Principal," a contract for - The work necessary for the completion of this contract consists of removing existing, roofing systems; installing new built-up roof' systems: installing curbs and root closure at removed or abandoned penetrations: replacing vents, scuppers and skylights, and all other work as specified in the Contract Documents, for Buildings A, 8 and H at the r.'orporation Yard located at 592 Superiot avenue, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Cletk 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 mquire the furnishing of a Bond for the faithful perfor.man cx of the Contract- N(-.) i, 'THEREFORE, we. the. Principal, ar ed Urenl Aincriuui Insiirancct uuipmry transact business under the laws of the State of California as Surety {hereinafter °Surety"), are held and fimaly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty One Thousand Three Hundred twenty Eight Dollars ($6¢1,328.00) lawful money of the United States of America, said sure being equal to i00% 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 it the Principal,, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any of all the ±rVork, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therm= provided on its part, to be. kept and performed at the time and in the rnar`;ner there specified, and in all respects according to its true intent and meaning, or tails to indemnify- defend, and save harmless the i it-v of Newport Beach, its officers, employees and agents. as therein stipulated, then, Surety will faithfully perform the saline, in an amount not xce ,ding the surfs specified in this Bond other wise this obligation shall become null anci void AS a part of the obligation secured hFe(eby and iri addition to Mir? lace anvour+t specified in this Performance Bond there shall hr included costs arid rt?asocgb?r± expenses and tees, Including reasonable atfoorley- h,ae� Irinurred by City only w ihil ____ .__ _. Chapman t: oast ftor�f t o Inc I acie 8 1 event (Jty is required to bring art action in law or equity against Sureb( tc; enforce the nbligations of this Rona Surety, for value received, stipulates and agrees that no change, extension of time, alterations cn 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 ".aithfui Performance Bond shall be extended and iraintained by the Principal in full farce and affect for one { i ) year following the date of formal acceptance of the r,roiect 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 riot exonerate the Surety from its obligations under this Bond IN WI"I`NESS tiyliEI E01F, this instrument has been duly executed by the Principal and Surety above named, on the loth day (,if December 2020 (;hapman (oastRoul_Co. fuc. Name of Contractor (Principal) (neat American IntiW anCC l;onipany Nance of Surety 750l'hc laity I )IIVC "out II, sk.'170, U1 am c, CrA v �M8 Address of Surety (714) 7,10 3362 Telephone APPROVE AS 1`0 f°Oatllll' tATY A Tip jdEYIS?OFFICE t 4ro�'C". Harp !;ity Attorney tell Authorized Signature/Title Authorized Agent Signature Knn I,uu, Allorucy-in Fact Print Neale and Title Y7+f i H ?i, t r ar1 AN(,) 137RF" i V P41 1:37-Eli ---- ------ .---- — ---— ALIFOR iA ALL- PURPOSE CERTIFICATE E OF ACKNOWLEDGMENT A rwtarY public or other oMoo ormpbtI g We oertilNcate verifies only the Mertt� of the Indhdduet who signed the document to wh1ch this ceacate It attached. end not the truthfulness, accuracy, or velidity of that document. State of ca4fornia Countyof Orange ) On December 17, 2020 before me, Alice Valle, Notary Public personally appeared ( been Wane e tl btbd 1M Dated Linda Domin uez who proved to me on the basis of satisfactory evidence to be the person(*) whose , nsma(s) Ware subscribed to the within Instrument and acknowledged to me that 11OW16Ahey executed the same in h"erAheir authorized capacity(ies), and that by hlafherAheir eignaturs(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 taws of the State of California that the foregoing paragraph is true and correct. *trrd lm ar rdu6i Public (moo ADDITIONAL OPTIONAL INFORMATION OEXIIIF TION OF THE ATTACHED DOCUMENT Faithful Performance Bond (Morda*Wpdondabdw daamw4 .. *m1 of Pdgee -___ Document DaBe- 2016 VVsfun WWW.No'ary(Aasees.w..t tlOn f}r:i9nR6 Y6 A[ C1VAl_LC i - Netary Public-rzlrfom" ti'.. Orange Lounty I Commission II 21U1520 My Comm Expireslun12•2W] INSTRUCTIONS • err and CamtrbbmNMmuab*ft%bowcou*warabe.,- as IV") Pnetdrarbaaad babatamby VuAof4r4*=h *Nd, • ow of nobbobn MW be eo dab as to tow" Per pPeend ardornuttabebtatotaado@baadembgptta kw%j bd. ° TM Oft P010 ntd Pont hb Or ha MM am k was Won hb a ha oaamhrau bYbaatl byammo wwom turn' wjnorryPW • P or dnmW so@*) who puff* tppaar at m ane of ft • Yrdaeo tie sans ohlpobr or *W taa by =ON off baanat blm oa baMMaY b Aru) aodd np M aI I thre. Fdnbww*jndotY Tla mbryttd amoftha our aq M�b7ap�P aPakuakle • bnppaaaalImmmutt not Mier IN or ha M ttd bpwm ooVdW N "ka WNW a"penba 010m aomplb a day"1droadwadtat • of an do �Wa must Pkh to obwan on i We In akad IMMZVdak MebaW idamaban b nab fapdad but mad hap in was bh edaaakdpMV b narabn,Maa4dadbodeaaddooamtd. • bevinyaltdl kdtdaamnedblhedpnaddMwanlM6dtyY. ACKNOWLEDGMENT A notary Public or other officer coinpleting-t—his 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 t-bunt' CA Ov . -- ------ I- - . "'j- -1 Notary Public., pwrsorially appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose oaroe(s) isiare subscribed to the within instrument and acknowledged to me that heishefthey executed the same in hisiheritheir authorized capacity(ies), and that by his1heritheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument, f certify under PENAL.1Y OF PERJURY under the IaWS Of the State of California that the toregoiny paragraph is true and correct. WITNESS ruy hand and official seal. 3 I Wiature ACKNOWLEDGMENT A notary public of 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 ( seal) �.,ourjty of Orange_ A sz� -)n - t6 20 20 December Reece foe[ Diaz Notary Public. personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose names) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same - hisiherAhel, authorized capacity(ies). and that by nisMprft.eir sigeatures(s) on the Instrurriont the porson(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certif? under PENALL I Y OF PERM JP Y tinder the laws 0i the zzjtAte of California that the fofecjoinq oaraoraph is Imp and correct. VVITNES,S rohand. and « ci al sea, Pqqo P GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-6000 • FAX 513-723-2740 l lw nwuL-a ,If Ia"I ,ors-it;t11,;1. �.; fl Ihi,v p000l of +dloroc} is uo( wore Ilan EIGHT rhI 11) 14849 VOS% VR OI- A'I" 1'ORNVS KNOWALIAIENIM I'n ESLPRESENTS: Ihnl the GKliA'I'ANIIIK I('Ahl lhl: l r1, 1 , ,,,,,,.I. i�.r Ifinder ,Ind by vil'foc of the laws of the Sl.lic ol'Ohre, does herby aoolowle, , onsonde ;old nppooll lhr p, n I „ L, I. I. ,ll.1,111 I: Ih'l, file Is Ililliled, ils IIUC and 1;o lid loolllcY I❑ Iaul. Ili( it and III its IIAIIIe. p1' o ulf S c'II I(, q%( (AfI . oll bell.ji, ..: unJcrlakings and eonlrnetc o(xurelysh ip_ ur of her nrillcn ohligatiolLv Iu the n,durr Ihc.I coP. proviJeJ Ill;u lir II I lid. �n Ill. I � ,. ,u- ,.. II "„�Id I undertakingo I CoIIIIle I of ewcIY.Aip exet Well IIfIdI•r IIIis aulh(,I -ily shall ool cared IIit lino) 'alalcd below. MIKE PARIZINO RACHELLE RHEAULT RHONDA C. ABEL JAMES A. SCHALLER N.mlc JERI APODACA KIM LUU HEATHER SALTARELLI REECE JOEL DIAZ Address I.uo11 0l Powvl ALL OF ALL NEWPOR — BEACH, CALIFORNIA $100,000,000 I his Pooer of Aflonwy rtvolav fill previous pn 'ej'v issue) an buhnll of Ihc. alloill i, 'ill-locl n:ouC(I show. IN WI'I NFNS WI IIIRlf0Ithe it N I fA' I M ll It II'AN f N.N1 IRANI'I'. t'ONII'ANY has caosd Hwsc If use IIk lu hu signori ool;II W.Aad by ils nppnglrimc ollicels and IN eorpot'nle Will hc'coolo alliznl IIIIIa 24TH lay of SEPTEMBER 2019 Almost 61WA'I' AMERICAN INSURANCE COMPANY 011 L; rn,.urz,n , r, ,fin I )ir,..enrul ';,en.u' I'h'r I'novdrnr `, hA I (111 111 111, 4'I II IN I V ()P I A M l l ()bl -A:I MARK VICARIU (471to-2.405) [)u lbiti 24TH Ill (,I SEPTEMBER 2019 l'I p r,inn Ill).glpcaroJ NlA if Ii VII'AI I() lomc lcnoll-o_ "sing duly swoon 1pous an I sel, Ihol LI Il n m (' naourdi. ()hit lb II h, is :I Ihl i fill ;t ofe VI Ciidew al Ilw lonJ Iovislon of I'M') Anlonaall Ilod iall0 shrills such I oI lorwn' dCNerlhUl I mid "I". f eI wled Om I u ill.;llnlocul; lh ll he I'm w, Ih.. c:l of Ihostm I'on)p,lny' IIIaI the .,uol Ilik" to the I I .,) .ell; Ihal ,.I, ,,:.III,-r 1 bi .noborin itI he.''Mies older tl¢ Ity Leon of iliJ I umpire, uol Ihn( he uigucJ 11 mule 1 It tell hY fikc mdborily_ Susan A K&a* l' Notuy lif( ¢, SW of ft MrCwA1WmE*"05.1&w Iho „ 1i1 rm.}e; Llrallloll n,IL„lit 1 lib , if, _, II IrnI'.: „"I.III'L J)"lt(,ardn' IileVtlnls u((irexlAuml'iutm lll5ufanerl ,Illpnny by nnaniounc: un„ �. .,��, uI dalttl hmc vIloa Ifh. 4r/ day l)n4siuI'd 1'rr,eid, u.l ..1 ,,, ,.1, r;. l'ovw,uxd 1 rr l^r,e,douPo"mo ll)il v:e, ur. I. ,.. ", find Arn•hr it ,unhor, ,., r•' I m,r Hero fir l 1n l to rxr, ue ou h, hnl! r / d q„mv n .un .I „ll ,,. nl, .. 'nd, rtn6 nl,•.?', , ,q,,, c.. l vuhuP dv ), ol'!n on s,))h, d,eir IJ ,!1, I .. I ,o',,,:, Ind nul ,.rrl le Irhr el .., u I rnOnn ,d nrn h,.u. nlr, 'I ll i.l, II '., II ni ".�, ni. i.. .,i,.1,a\ II I u„I October 4,202f Chapman Coast Roof Co., Inc. Attn: Dave Chapman 2030 E. Walnut Avenue Fullerton, CA 92831 Subject: City Yard Re -Roofing Project -C-78804 Dear Mr. Chapman: InO ( rol , nw,, N"Wp,grIt ),I, � iItln-111.1v:hlAI in,W�, ii YP�i •.n Ix,i.,lnv On July 27, 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 atter 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 July 28, 2021, Reference No. 2021000478086. The Surety for the bond is Great American Insurance Company and the bond number is 3340102. Enclosed is the Labor & Materials Payment Bond. Sincerely, keilani 1. Brown, MMC City Clerk Enclosure I'.xccnh:�l ni I )ul)lirelc I'IV I I IIUnI: Included in 1'(�I ti)rnuulce Ipuul EXHIBIT A (f rY Of, NE f't#Ftf#lF:r' CH OND fy(,`), 3140102 WHIFRIFAS, the t;ity of Newport (leach, State c)f California, has awarded to Chapman toast ({roof Go., Inc. hereinafter designated as the 'Pnncipai," a contract for, the work necessary for the completion of this contract consists of removing existing, roofing systems; installing new built-up roof systems; installing curbs and roof closure at removed or abandoned penetrations, replacing vents, scuppers .and skylights, and- all other work as specified in the Contract Documents, for Buildings A, 0 and H at the Corporation Yard located at 592 Superior Avenue, in the City of Newport (leach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newponl {leach, which is incorporated herein by this reference. WHE PFAS, 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 seipplies used in, upon, for, or about the performance of the Work agreed to be clone, 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, IHERlEFORE, We the undersigned Principal, and, Ureal American Insurance ( onyx'°y duly authorized to transact business under the laws of the State of California, as Surety. (referred to herein 3s "Surety") are held and firmly hound unto the City of Newport (leach, in ttae survl of five: Hundred fiwenty One Thousand Three Hundred fwenty Fight Dollars ('$521,328,00' lawful money of the United :Mates of America, said sum being equal to 1()0% of the estimated amount payable: by the City of Newport Peach under the terms of the Contract: for which payment well and truly to be made, we bind ourselves, our neirs, executors anlai administrators, successors, or assigns, jointly and severally, firmly by these present THE CONDITION OF THIS OBLIGATION 15 SUCH, that if the Principal or the: Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, mplements or machinery used in, upon, for, or about die perforrnanr:rs of the Mork contracted to be done, or for any other work or labor thereon of any kind, or for amounts ,luea under the Unemployment Insurance (ode with respect to suet, work oc labor ()r for any amounts required to be deducted, withheld and paid over to the Ernploymew Development Deparlment from the wages of employees of the Principal and subcontractors pursuant to Section 1:3020 of the Unemployment Inscira(i-0 Gode with respect h) such work and labor, then the Surely will pay for the same, in ar rrnr,us;t n,,A exceeding the sum specified in this Bond and also, in case suit iM brought to €:r)iornp th>: „hligati+:ins of this Bond ;� feasonabie Allofrleoy�' f"e rr; oe fixod by glee {;:,a)t=1< by the provisions of Section 955,1 of the ("mail Code of the State of California "Orporations entitled to fill:_' i'.laams ldrlije Serr"taoll I) 10r?3 Of ttl*" 'i T_ 3`i P"nf to give a right of action to them of their assigns in arty suit brought i1pon this Bond. as required by and in accordance with the orovisions of tip rtions 95Ct cat 5r�rt. of She C:iv I 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 ta,) the Work to be performed thereunder shall in any wise affect Its obligations on this mond, and it does hereby waive notice of any such change, extension of time, alterations or additions t=r the terms of the Contract or to the Watk or to the specifications. in the event that any principal above named executed this gond as an individual it is agreed that the death of any .uct, principal :3hali not exonerate the Surety front its obligations under this Bond. IN WITNESS WHERE09r, , this inshurnent has been duly executed by the abo+re narnt d Principal and Surety, lin the 16th day of Dc cemhcr 2d 20 r (;ha�luun Coast Roel Lu, Inc. _ —_--�--rA tt3�Ci �IgnfitU warr4e of Gontrartor It'rtnci atl re/iitle r — (treat American fns iancer_'ompany Name of Surety 710'ncc(;1lyI)111/0S01dIl,Sle470,Urunye CA )28(,9 Address of Surety (714)740-7362 ---- ------ --. rel�pnone APPROVED AS TO FORM: CITY AT (' >! 1r 7Z-0 I i Aaron (C Harp w_ Authonzed Agent aign;atur Kim Lim, Attorney -in Fact Print blame and Title CALIFORNIA ALL- PURPOSE Ri. CERTIFICATE OF 1. _. ENNIS A nOWY Public or other officer completing this 0811111009 Writhe only the G f Mra Individual who signed the document to which this osrdAt m* h attached, and not the huthfW11111", accuracy, or ve0dhy of that document. State of California Countirof Orange ) On December 17, 2020 before me, Alice Valle, Notary Public PetsonaliYappeared (memo" neeneaedmbarmeanted Linda Domin uez who proved to me on the basis of sat)sfactory evidence to be the person(s) whose names) Ware subscribed to the within Instrument and acknowledged to me that eY executed the some in hia1her/their authorized cspacity(ies), and that by hieMer/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 Califomla that the foregoing paragraph is true and consct 3fprehna of Wotery Public `—"` (geeq ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOGMENT Labor and Material Bond (ll/eadeealplon Meaeded dogena�Q -- (n6atlmopbn Aeamhsd dmmwtlamNmad� _T-- Nuniterof Pages_ Document Oahe 2015 Version anwxNot'Wclaeeee,do:i W"73e985 ALICEVALLE i...> Notaryfublic -California Orange County Commission n 2197520 My Comm. Expires lun 12,1017 INSTRUCTIONS M* MW G=*W mdm mud beta ante ee countirMae eedddumad 10")80 DIN*appeaedbdmtmnobypparotredma,shdamod • DW of mbtbotm mud be M deb ant M e'am(e) t�mdY MPsesd *0 mud eM hese ame&hhta @*=W}mdhmeplMed ' TM �eY pontis mud pdm his a M name N n 98810 Mtb hb a her aeneltlelblt AVheW bye aeesmemltem fah �t�YPMb) ' M=3* � ) of dmoo dpna(e) Ma p un* mom at Me am or • Aebeh M mmed sbpubr a 0" tab by uaabp an iammt Mm b ff"isWf2M*N ddXWWtI'd cowN ftFdbrebdanmly hdmb • Thso*y"dWOmommuebedeerOWOWapfyhb*MPM$Ak, • Mppdm must not mim btd or b" n ud bpuden mustaee, m+ml to alewwmpamb, dhaaM*000kh a dlRanNdblmiedenettm. 'abildn � �Y Pudd mst meth M at"" 04 1b Ma Maim of • Addbnd '*unto b not NOW but OMd hep b emcee ab s(kaettlammll h Ild mbumd a ebdad b • dagad doomed. ' awebysaeAtlde dammedhtheelamddaemrdMaeebpb A notary public or other rfficer completing this certificate verifies only the identity of the individual who sinned the document to which this certificate !s .attaehed, and not the truthfulness, accuracy_ or validity of that document State of California 'n :% r Notary Public, personally appeared raho pi saved to tilt' oil Ole basis of satisfactory evidence to be d ov pe; sontsj whose nanie(s) Iwarc subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/heritheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), of the entity upon behalf of which the person(s) acted, executed the instrument, I certify tinder PENAt TY OF PFRAIRY under the laws of the state e)f Cjlifornia that the foregoing paragraph is true and correct. INITNESS my hand and official seal. ';ignaturf* Ad:YGNOvULT;t GME 4 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 Orange 1 ; r)r, December 16 li 20 +)�ftaa� n, Kecu' Joel Diaz Notary Public, personally appeared Kiln f,uu grove+i to me on the basis of satisfactory evidence to be the oerson(s) whose name(s) is/>arw subscribed to the within instrument and acknowledged to me that heisheithey executed the same in his/her/their authorized capacity(ies), and that by hisiherltheir signatures(s) an the instrument the person(,). or the entity upon Oehaif of which the person(s7 .ss„ted. executed the instrument, i c'ertity unisex PFNAa. I t Of, --,RjQ d Y under the laws, f tial Staid jf C:aiitornia that the foregoing paragraph is true and �/ 7 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 0 FAX 513-723..2740 the loolhel of personS unlhorizod by Ibis power ol'ullornuy is nil noon Ihau EIGHT No. 11 14849 rOwn:a urnTTnaNr:1 KNOWAI.I.1MENBF'I'IIISSI?I'ftlti8l?NTS:'Thal lm URlilA'f/ANlllli ll'/ANINS(IIi tANI'I I (IMI'ANYIIcurptralitu urguuir.ed uud eNislm): nudol Im11 by video of [lie laws of RIV Slatc nl ( Ilio don., Itcrchv nunlinlne. ounslil Ile :Iw nppui IIIhe peso...., pe1's'ons uanuvl bi low. ,:nch iuJividlr.Illp il'ulom lino tnc is nmucd_ its b'uc and Iawlill allot u;y-in-lilct. lilt it nnJ m its uanu place and rut aJ In rvccun W h,Onll of Ili, xaid ('onlplw y. m xan:l y_ nny and :dl booths undulnkinits and conlrlew ol'nnwlysl ip,orocher mi0ell oblig:diond in Ile talar, Wucol'plot ItIci Ilal the linhilill' of Ilx said Ilunpn11y (to mo, ,it 1, hind_ RRIel laking or eonlrtel RI su 1'ccyship executud Ill Oct Alis) aolloritV sO:dl not c.vcecd Ilc limit soticd below. MIKE PARIZINO RACHELLE RHEAULT RHONDA C. ABEL JAMES A. SCHALLER Nzmc JERI APODACA KIM LUU HEATHER SALTARELLI REECE JOEL DIAZ Address Limit tl Powe., ALL OF ALL NEWPORT BEACH, CALIFORNIA $100,000,000 'Phis Power o AIlnrnuy revokes all previous pawecc issued on Il I I tithe a0onICN(,,) III -Pact III uw(I Above. IN WI'INI:SS W1I] Rk :OF the 61WAI AMI FR WAN INS IKANIT COM MANY Ons Doused hese prescots Lo he mpned .Ind alluded by its tlppmpl i lc oIll ccis:uul its colporttic seal Iwrcunlo it[ li�cd this 24TH day of SEPTEMBER 2019 Allcsl ( 1WAI'AMI?RICAN INSIWANUI; COMPANY @1� .lever/um S......urr I ),wooed SPnnn' I'"" Pit ...1 m, I A'III()I'0111 ('0 I I N I' Y OI' I I A M I I. MIN s::; MARK VIr.Ar10(81IN 124us) O,1Ihis 24TH d:ry of SEPTEMBER 2019 hclilrc lnc pennually appcurnlMAKI< VI('ARIO.Iontclmuwll, lcinp. do1v mol , drpw:us nn ',r>v Ilal It, Its idc;: in C ueiolmli. ()lilt) Ihtd hu 1%;I Iivisionlll Senior Vice PitialdCm ul the Bond Uivisinn of(kezil American I osu euoz('nw pilo) IO,1' on, re,1rdcset lcdiu;it dwhI,II:yecIli d tl le Above lost ull I hal lie 1, pools the seal of the said('on)pn11 y: I I wl t he seal a iii ted In the said uso toocill is'11,11 ,a, p. a -veal. Il:tl II wnv co nl)h"cd by uu10ul ilv nllos office lads Ile Hy -I aels ol'snod Componv. and Ihiu he_ siKned his Reim Ihcn90 by lik'c a1111loricy. fi+rte, Susan A KOhorst Notary Pubk 30aalb My Cortn6so l Ewp m O6-162020 I hlsl (( rnOAlh lncy a pmnted by ulllhow,, t lh,lidlmm�ll•resolulinus uJuplcd by lir lininal nllhmcdura nf(ircul Auwricnn lmeurunec ('unlpau). by Iuul tinums ))ell II con.vcltl ' tl(. I ,1,111, 9 1008. RVVN.II/I l7e,ldu lI,""w/ull, vidrN.lb w "d 0.... i..... u, u'I Pet, Ihh• iv. /4r i)r mr,l 1, lI(\le/l mll)nrron 1/ lora.dunl I I I, V ] l ltle. n, .wI w, 4/fill,, h uhf hrly l t r) llllllU/'I l hnlll cont u, ihll lu rrpl :utl lfi .), rr1u1 Wilmer, r, r,, l nrl In 'A.' nl • n,, h. twi 1/'12 I '//pall 111111W .,,ll' nn l dl /b lh/.Y ml / I / I/-rq)yv rwd r n/rl rr/r, / x lr •/1'd'�Il/.. ,u l lh l I r lure n/ 1({n/Iuun iu lhl ulef/rl lho u/' /n pn'A, l i/ _ dn", n Ypl, to >h,u'mhhom, nud(lI' euA, nu l'.nrh ippuuhue•u,,n.un cont_ F+6'.4)1.1 Nl, PI /IN'll0" llutl it,, I '.....pour s, 0 and chin v..u..I'le ,/ nnl ./70 .r/urrsn,,l n//irrev hurl.,nr.Yrr1'el,Ir)' n,' Aa's,e'Inrrl I owl mt'luto, hrolli,r./hr lh, avude to rum 1 o/nll..nwl ,11 rrrh/i, ,I, .dwd , ,•nam/b, /h, .nu nJ,nn' hued. ..... I luAm.• r.nrlrnrl n/,,n,•4'n'hr/�. nr nth„' Irr,O.•n uhf/,;ulinu m Ihr I... .' Ihu L vnrlr ov,;unhu', .ltd .rrnla hu, :r.. o....d l i,n; /,,,rill f bipiod hI' Ihr ('uugxun' mr Ili ri;;iunl: I.unbux' ,./ verb n///n',' null Ihr..'hued t,u/u/Ihr ('n,npnnr to hr Irl/r,l.nnl bridle,+uprv, Ih, ('mu/ .....I "M Ili.' r, urn' /i ... '..nn/,/firm,, //mgll/I nno.no//l n/j,rd I , I I I'I Il i I I I Ii 1."I I i' , II'll „ el .I " ".d ".. I . Ilr:u.a .nnlpn.n a hr..'It, ,.lit 11,0ml the In ,III, I'mv I I :ur duJ It F2.':O ool'nu: nl h 6n:InI"l tart, OI•: dlom '1 '1111X1 i—odl.,, .n', I,.ml „e nI VIII I.... r nod. 16,1 Batch 11153445 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records. Orange County Hugh Nguyen, Clerk -Recorder I[111111111111111111111111111111l1111]11111II111111III1111 NO FEE .$ R 0 0 1 3 0 3 0 6 3 0$ 2021000478086 9:34 am 07128121 90 PP2A 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 Chapman Coast Roof Co., Inc. Fullerton, California, as Contractor, entered into a Contract on November 24, 2020. Said Contract set forth certain improvements, as follows: City Yard Re -Roofing Project - C-7880-1 Work on said Contract was completed, and was found to be acceptable on July 27, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Great American Insurance Company. BY _ ublic Works Director 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_ V V�WY� at Newport Beach, California. aw, YI` City Clerk m https:Hgs.secure-recording.com/Batch/Confirmation/1 1153445 07/38/2021 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 Chapman Coast Roof Co., Inc. Fullerton, California, as Contractor, entered into a Contract on November 24, 2020. Said Contract set forth certain improvements, as follows: City Yard Re -Roofing Project - C-7880-1 Work on said Contract was completed, and was found to be acceptable on July 27, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Great American Insurance Company. BY Jublic Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. I� A ✓J, q��1 Executed on V �� I t/�, W /d at Newport Beach, California. M 0dAi,J096t_,-_ City Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically ria PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 14"' day of October, 2020, at which time such bids shall be opened and read for CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 $512,000.00 Engineer's Estimate Approved, by James M. Houlihan Duty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http:itwww.planothida.com/ ortal! ortal.cfm?Com an ID=22078 MANDATORY PRE-BID SITE WALK: A. mandatory job walk at the Corporation Yard will be conducted for this project on Tuesday, September 29, 2020 at 10:00 a.m., located at 592 Superior Avenue, Newport Beach, CA 92663 Hard copy plans are available via Santa Ana Blue Print at j949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "C-39" For further information, call Kathryne Cho, Proiect Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htt ://new ortbeachea. ovl overnment/o en -trans arent/online-services/bids-rfs- vendor-reqistration City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S) ................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 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 CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 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 Otifce in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor inf tmation 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 cartim► via PlanetBids) TECHNICAL_ ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be dearly 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 fiormat 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 quantifies indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in Califomia, 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 of seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has 927543 C39 Contractor's License No. & Classification 1000002150 DIR Registration Number & Expiration Date Chapman Coast Roof Co., Inc. Bidder 5 Date City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7884-1 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 Amount Bid Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CITY YARD RE -ROOFING PROJECT, Contract No. 7880-1 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 29th day of September 2020, Chapman Coast Roof Co., Inc. �,r,,,� I 0 Name of Contractor (Principal) Authorized Si atureffitle--r^-4--S- Great American Insurance Company Name of Surety 750 The City Drive South, Ste 470 Orange, CA 92868 Address of Surety (714) 740-3362 Telephone .1) Authorl'Z'M Agent Signature Kim Luu, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 1.1 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 Oran Iss. 20-1,0 before me, Vale , Notary Public, personally appeared L4'AA0- Ut5M,1ndlUC.'2- , 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. ALICEVAELE WITNESS my hand and official seal. Notary Public - Callfomia 1 n - orange County S � { � ■ I it _ Commission A 2147520 MyComm.Eapiresiun17.1021 Signature (seal) OPTIONAL INFORMATION Date of Document Thumbprint of Signer 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) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEOICFOICOO President 1 Vice -President 1 Secretary 1 Treasurer Other: Other Information: 7 7 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ss. On September 29 , 20 20 before me, Reece Joel Diaz Notary Public, personally appeared Kim Luu ; 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. Signatu 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 AEECE JOEL DIAZ Notary Public - Call ifornia OrangeCcunty s C'.nmissirn q 22^4772 µy'.3':'-'. Ex;res Juni 25, 2023 (seal) 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) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/herltheir 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 0 (seal) GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 0 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT POWER OF ATTORNEY No.0 14849 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lavful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. MIKE PARIZINO RACHELLE RHEAULT RHONDA C. ABEL JAMES A. SCHALLER Name JERIAPODACA KIM LUU HEATHER SALTARELLI REECE JOEL DIAZ Address Limit of Power ALL OF ALL NEWPORT BEACH, CALIFORNIA $100,000,000 This Power ofAttomey revokes all previous powers issued on behalf of the attomey(s)-in-fact named abo-,e. IN WITNESS WHEREOF the GREAT AMERICAN .INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of SEPTEMBER 2019 Attest GREATAAMERICAN INS NCE COMPAN Wiles } , Assistant Secretary Divistoral Senior Rice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK ViCARIo (877-377-2405) On this 24TH day of SEPTEMBER 2019,before mepersonally appeared MARK VICARIO,tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and Much executed the above instrument; that he knows the seal ofthe said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SIM A. Kdwd N*yFhlft8Mbdit M1 WI fh* I:I0awl"M This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Dice Presidents, Divisional Ince Presidents and Divisonal Assistant rice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of sur.;tyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the sane force and effect as though manually agued. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and 3r,; now in full force and effect. Signed and sealed this S E P 2 q % 0i 0 day of S1029AG (07/18) 4t,- 3 Assistant Sectstary ~~ City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 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. Chapman Coast Roof Co., Inc. Bidder 0 City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Chapman Coast Roof Co. Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all roofing construction projects you have worked on (or are currently working on) in the past 5 years in excess of $300,000, provide the following information: No. 1 Project Name/Number 13-19 COX ELEMENTARY SCHOOL Project Description ECOLOGY EVALOY SHINGLES Approximate Construction Dates: From 5/20/2019 To: 9/1/2020 Agency Name Fountain Valley School District /General Contractor: West Coast Air Contact Person Martha Copley Telephone (519) 561-8000 Original Contract Amount $1,328.933Final Contract Amount $ $1.486.980 If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders in project Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 2 Project Name/Number 13-20 EMWD ReRoof Nine District Bldg. Project Description Weatherweld System Approximate Construction Dates: From 0512$12020 To: 6/23/2020 Agency Name Easter Municipal Water District Contact Person Robert Lomas Telephone (951928-3777 ext 6268 Original Contract Amount $ 403,160Final Contract Amount $ $427,191 _ If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders in project Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 3 Project Name/Number Fern Elementary School Roofing Project Project Description HPR SA FR BASE Approximate Construction Dates: From 5/12/2020 To: 6/23/2020 Agency Name Owner: Torrance Unified School District/ General Contractor: Balfour Beatty Balfour Beatty: Wolfang Calderon Contact Person Telephone 01 a 321-4439 Original Contract Amount $311.642 Final Contract Amount $ 311,642 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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 12-19 Tamura Elementary School Modernization and HVAC Project Project Description ECOLOGY EVALOY Approximate Construction Dates: From _ 7/8/2019 To: 5/12/2020 Agency Name Fountain Valley School District /General Contractor: West Coast Air Contact Person Martha Copley Telephone (619 561-8nna g 1,085,85 Original Contract Amount $ inal Contract Amount $-,142,721 If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders in project Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number 11-19 FULTON MIDDLE SCHOOL Project Description ECOLOGY EVALOY Approximate Construction Dates: From 7/8/2019 To: 6/11/2020 Agency Name Fountain Valley School District /General Contractor: West Coast Air Contact Person Martha Copley Telephone (519) 561-8000 Original Contract Amount $1.132.521Final Contract Amount $ 1,198,968 . If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders in project 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 19-20 COSTA MESA HIGH SCHOOL Project Description _ Power Ply Endure Type IV Asphalt _ Approximate Construction Dates: From 7/13/2020 To: 9/23/2020 Agency Name Newport Mesa Unified School District Contact Person Lori Horrell Telephone (714 424-8914 Original Contract Amount $469,278 Final Contract Amount $ 473,346 If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders in project Did you fife 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. ( sQ�e A &W 4) Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisalq€-, h � contractor's current financial conditions. Chapman Coast Roof Co.. Inc. Bidder 13 Brandon Rodgers 793Olast ralffld14 enuefulle flA 97931 6randvn�chapmanr�as�anf, ca rr► ��rs8 ssi� Career Dhjective: I strive to contribute my experience and proven excellence, 17 years of Roofing background to a company that values leadership and creativity. I have worked for the JATC as a Roofing Instructor for over five years. I would like to be a contributing force to a company that will allow me to express my passion for Roofing industry, while maintaining strong results and building strong, lasting relationships with my clients and peers. I am well versed in taking initiative while incorporating the importance of both leadership and sportsmanship within the workplace. Professional Experience: Superintendent/ Safety Director January 2010- Present • Unloading materials and tools from work trucks, and unrolling roofing as directed • Working on low -slope or steep -slope roofs sometimes both • Checking to ensure that completed roofs are watertight • Installing vapor barriers and/or layers of insulation on the roof decks of flat roofs, and sealing the seams • Cutting felt, shingles, or strips of flashing to fit angles formed by walls, vents, or intersecting roof surfaces • Sweeping and cleaning roofs to prepare them for the application of new roofing materials • Working on Inspecting problem roofing to determine the best repair procedures -slope or steep -slope roofs sometimes both Placing tiles, nailing them to roof boards, and covering nail heads with roofing cement • Inspecting problem roofing to determine the best repair procedures • Locating worn or torn areas in roofs SKILLS: • Strong working knowledge of job site safety as well as ability to complete a company specific safety orientation • Experience of working within a Local Authority environment and the ability to read construction drawings is desirable • Basic math skills • Ability to accurately read and understand written materials and instructions • Ability to install different types of roofing systems such as: TPO, PVC, EPDM rubber, built -ups, Bitumen, metal, and dura -last roofing • High standard of integrity and professionalism • Ability to comprehend, construct, and interpret diagrams, blueprints, and shop drawings for the task being done • Ability to speak, read and write clear, concise English and Spanish • Installs new roofs using basic roofing materials, including flashings and vents • Ability to operate a boom lift Cartlications: Union Member Local 220 Osha Fall Protection First Aid Education: Norco High School Class 2001 CHAPMANCQAST_ amwn an 0lswas Rmw Go.. Inc. Oft" „.Tamm k• W, Jas Plana: 2301 East Orangiawri a /Weever I Falerlrm, O>tldaln,a 92831 Melt: Pell Office On 7010 / Fug*don. Ca' Mrnla 82634 Trlac vm 714 736 6611 / Fax 71 a-738.0115 / rnrMra wmpneane:o pfmf Som / www.chWmaneaeatro0l.eom DIR # 100f=1 BO Jao-15 CHAPMAN! COAST ROOF CO., INC. OBTAINED COAST ROOF 00. INC THROUGH AN ASSET ONLY PURCHASE' IN JMLIARY OF 20M CiMMAM COAST ROOF CO.. INC. MAONTAINS THE SAME OFFICERS AND SAME CORE WORK FORCE WRHTHE SAME EXPERIENCE AS COAST ROOF CD.. INC. CHAPMAN ROOF HAS INSURANCE AND BONDING CAPABILITY FOR ANY SIZE JOB, THE KEY PERSONNEL IN OUR COMPANY ARE AS FOLLOWS: 1. DAVE CHAPMAN PRESIDENT 45 YEARS EXPERIENCE L UNGADOMWGUEZ SECRETARYAWASURER 20 YEARS IN' ERIENCE A ALICE VALLE BOOKKEEPER 19 YEARS EXPERIENCE S. JULIO C. GONZALEZ VICE PRESIDENTMALES MANAGER 28 YEARS EXPERIENCE 5. JAMES SIMMON8 PROJECTMANAGER 26 YEARS EXPERIENCE 8. ROGUE CABRAL PROJECT MANAGER 56 YEARS EXPEDIENCE 7. BRANDON RODGERS FELDBUPERINIENDANTALVETY OFFICER 1S YEARS EXPERIENCE LMTOPFOREMAMS 1. 6ERGUO CABRAL BARRAZA FOREMEN 25 YEARS EXPERIENCE 2. AM HERNANDU FOREMEN 20 YEARS EXPERIENCE 3. RAUL RIVAS FOREMEN 23 YEARS EXPERIENCE 4. JORGE RUIZ FOREMEN 2D YEARS EXPERIENCE MOST OF OUR JOURNEYMEN HAVE BEEN WITTI US AN AVERAGE OF TWEN7YO0) YEARS, WHICH INDICATES OUR STABIUT V AS A ROOFING CONTRACTOR. OUR PERSONNEL HAVE SUCCESSFULLY COMPLETED MANY GOVERNMENT AS WELL AS PRIVATE PROJECTS FROM WSTOW MARINE BASE. I j MILLION DOLLARS TO THE UNITED STATES POST OFFICE GENERAL MAIL FACILITY IN LOS MOMS TOTALING 2.7 MILLION DOLLARS. WE COMPLE 90 THE UNITED STATES P09M OFFICE, LANG BEACH, CA IA MILLION DOLLARS. DISNEY FEATURE ANIMATION - BURBANK, CIV 4M0,000A0„ Pl omb Yod a LMda USD Gmde,6ano Vdmda INS 51,794.58500 PUEBLO DEL RIO (HOUSING AUTHORITY OF LA) 43014,443d10, Omn View Sdwdl DlaMlo< 2M14479981300. I!MDIJCT1ON PERSONAL GABNJ = WE HAVE ALL THE KEY PEOPLE NEEDED 1N OUR EMPLOYME WTO COMPLETE ANY PROJECT. WE DRAW OUR LABOR FORCE FROM ROOFERS UNION LOCALS 022DAND 9 35. WE OWN AND MAINTAIN ALL THE TOOLS, EQUIPMENT NECESSARY TO COMPLETE ANY PROJECT CONDITION. ME= CHAPMAN COAST ROOF CO.. INC, 927548 ECP: 11314017 COAST ROOF CO..INC. 898490 mm. 10131=10 (IN ame) DAVE CHAPMAN 421013 (IN.AC71ve) CHAPMAN COAST ROOF CO., INC. INCORPORATED IN 11112120M Bim: R2AAFMIA" (Puha mn CoA) 2800 Bdatal SMt Sub SM Caam Meas. CA 92629 714 US -M of Luakn Raps amal Yuyls wharClledcse cam Fmc 7x4M354 388 MQDVA d Ssu}ar d. Par. ha. 3171 Lang Saedt Bkd,. Lam sowN CA 90907 5S}A42 4=7 luub Ld a MS) i FmgwZF127:4= JAMES MONTGOMERY ENGINEER PASADENA, CA 010) 796=8141 BLLIEROCK PARTNERSHIP NEWPORT BEACH, CA 7"67&M LANG 8 LAMPERT RV4NE, CA 8481 VW40M LPA ARCHIETECTS IRVINE. CA 9491261-100.1 AM0 SAss=hI a/Ccmmn Calepe N PROGRESS FAX949f210-t191 THIS IS A LIST OF COAST ROOFS EMPLOYEES WHO HAVE BEEN CLEARED SYTHE CRIMINAL 100 LQ AUIMbA SUN RECORDS CHECK. REQUIRED BY THE MICHELLE MONTOYA SCHOOL SAFETY ACT. 3 CHAPMAN GAVE Anandm VHBO mrd AambW IN PROGRESS HERNANDE'Z JUAN 609.141.00 AnMM UHSW Kennedy HIITI &Apd LUNA MANm $ 1.20.000.00 RNASPEREZ RAUL TORO JUAN CABRAL ROGACUNIO RODGERS BRANDON AGUILM SERGIO BARRW GASM SERGIO CLRRRENT MI41.00 AUe9NJose9 CoTPSM ;.y Umm Heedpape IN PROGRESS S 23S,89IA0 LATTWP IN PROGRESS $ 130AM40 HMM USDNsc 00 Sles IN PROGRESS i 788.132.00 M wd0 VaUe7 USOAAllrbW IN PROGRESS $ 245111 110 Tam aulaVUSDAWbw Sees IN PROGRESS $ 21Q,000.OD WTI W-mwp*mvTedegloyfesRaarw Camm. Park IN PROGRESS S 123A1i.OD AM0 SAss=hI a/Ccmmn Calepe N PROGRESS 3 458.901.00 100 LQ AUIMbA SUN IN PROGRESS 3 1.798,914.00 Anandm VHBO mrd AambW IN PROGRESS i 609.141.00 AnMM UHSW Kennedy HIITI &Apd IN PROGRESS $ 1.20.000.00 LACAM BEATS{ UNIFIIEA SCHOOL DISTRICT COMPLETED 1112015 $+106,793.00 BBD BLUMONT STREET LwAm BEACH, CA 921 ftjmt LACUNA BEACH M 8 ViNWm affm CONTACT: COI4'fRACTS 3 PURCHASING 9491497 7701 CYTYOFDOWNEY COMPLETED9/2015 ;1,528,489.76 11111 SOOIIE AVE DOWNEY, CA00241 EMAIL: �• PmjwtCMC CENTER LMLITIlES YARD CONTACT: EDWARD TCRRES =191119-73211 HEMET UNIFIED SCHOOL DISTNICT COMPLETED l of2016 $792,987.SS 26860 W. LA7KAM AVENUE HBMET, CA 94648 PmJxt DARTMOUTH & VARIOUS ETES CONTACT: CONTRACTS A PURCHASING 115417958100 ORANGE UNIFIED SCHOOL DISTRICT COMPLETED QM015 5487.2$2.00 726 W. COLLINS ORAWE. CA M57 PmJed: EL MODENA HIGH SCHOOL CONTACT. CONTRACTS 1, PLR CHASING 71406 4440 RIO RONDO COLLEGE - COMPLETED SJP016 $84,883.00 3eo040OR101AN MILL ROAD WHfrnER. CA 90601 PmJeft SCIENCE SM ROOF MAINT. CONTACT: CONSTRIJCTIONSERVM 502MB 4415 CITY OrMENDI4.E COMPLETED 112016 SUBAR-00 888 EAST BIWADWAY. ROOM 807 GLENCALE, CA RIM Pmjad: FINE STATION =1 CONTACT; CONBTRLICTION SERVICES 5 7 615 48-99 70 WESTCOASTAR COMPLETED12FA14 $871,255.00 1156PIONEER WAY, M.1o1 EL CAPON, CA02020 Pmjed;OAKM9.(LOSALAmm)suSo) CONIAACT:JAMESCLOWER 81616614000 eme>E:pVWW®yv=Xw LOSANGE1 COMMUNR1f OOLLEGE COMPLETED 112=14 $142,582.OD 1301 AVENIDA CESAR CHAVEZ MONTEREY PARK. CA 01754 Pmimt FINE MTS CONTACT: CON97RUCTM SEW—ES 213MI-ZW LOSANGEI COMMLffiWCOLLEGE COMPLETED 1.012014 $88.577.0D 13M AVENIDA CESAR CHAVEZ MONTEREY PARK, CA 61754 FF*wMusIC R M. CONTACT;- CONSTRUCTION SERVICES 2121681-2000 Lob ANGELES COMMUNTN COLLEGE COMPLETED 1012014 $58.187.00 480.1 AVENIDA CEL4R CHAVEZ MONTEREY PARK. CA 91754 Pl*dZANOPIESWNN ENTERANCE CONTACT; CONSTRUCTION SERVICES 213!891 OW IGNSMAN CONSTRUCTION COMPLETED 1012014 $122,170.00 9711 NANCY RMSE DRIVE SAN OIE3D, CA 92121 PmJe MDMEBACK VALLEY COLLEGE CONTACT! MLKE STEPHENSON 65L8762M HEALTH SCIENCE 8 WETSEAL WESTCOASTAR COMPLETED 61Y014 $447,582.00 1156 PIONEER WAY, STE.101 EL CAJON. CA 92020 PmJeot WEAVER ES (LOS NAIMITOS USD) CONTACT: JAMES CLOWER 849158b 0W small: jdor c � COUNTY SANITATION 09STPJCT OF LOB ANGELES COMPLETED 4013 3180a13A0 i855 WORXmAN MILL ROAD VAMER, CA 60001 Plated: JOINT MATER POLLUTION PLANT CONTACT: GARY BROOKS 91OA M44M 6253 RIO HONOO COLLEGE COMPLETED 412013 682A86A0 8800 WORKMAN MILL ROAD VAMER, CA O0i Poo CAMPUS INN BUILDING CONTACT: ,TAMES POPER'J82180ikwl emek jpopwaft a do adu WENT COAST AIR CQMPLETED2 013 $291JWAD 1155 PIONEER WAY. SM. 101 EL CgJON, CA UM PMjxt LOSALANITIOS HE GYM CONTACT: DAME$ CLOWER 8105614M mnsr. jdwAwo cnoom CITY OF ONTARIO ¢OMPLETED 1!2013 SZ86Am.00 14258. SON MFWAVENUE ONTARIO. CA 81781 Pmjl& PIRE8TAT10N*I CONTACT: PURCHASING 80 MV-41207 WEST GOASTAIR COMPLETE1 WM12 #152,®60.00 1165 P WAY, $TE.101 ELCA XCA9M PMOM CESAR CHAVEZ ACADEMY CONTACT. JAMES GLOWER 8191581.8008 eme>ktdotror&oeaa.00m THE NAZERIAN GROUP COMPLETED IWA12 1251,580.00 16818 VENYURABLVD., SM 7 ENOINO, C,A61438 PlatoeC NORTHRUPEWASNTARY8CHOOL CONTACT.-YAWNAZERIAN 51800.5115 WneT:vkqAVoWwa1eR HOUSING AUTHORITY OF LOS ANGELES COMPLETEDS011 53,01049,001 2600 WIMIRE BLVD, LOB ANGELES, CA 60057 PtateG:PUEBLO DELRIO CQKTACP JUAN LOPEZ 21SM524264 BONRAUNFIEDSCHOOL DISTRICT COMPLETEDIMM4 3272A" 143 W. ALIEN AVENUE SAN DIMAS. CA01773 Roymt .OAKMESAAIONRA HS LIB 8 CONTACT: LANCE 00Bf5+,19.4131 CENTRAL KITCHEN IMMECLRAVALLEYUS13 COMPLETED 7014 39z70DO,o4 31960 RANCHO VISTA ROAD TEMECUU% CA 82382 fta) rcr SPARKMAN ALT. ED_ CENTER CONTACT: PURCHASING DEPT,96ii576-Ml TEMECU A VALLEY.USO COMPLETED 11+1013 3299 85z 00 31960 RANCHO VISTA ROAD TEMECULA CA02903 Piojsct DWTRICTOFFWWAREHOUSE CONTACT: PURCHASING DEPT.7BOP38YoW BONITA UNFIED SCHOOL DISTRICT COMPLETED 10=3 3191,7411)0 115 W. ALLENAVENUE SAM DNAAB. CA 01779 Pm0 t .OAK MESAIROYNON GEM CONTACT: Comm DEPT 8001871-8320 MURRIETA VALLEY USD COMPLETED 1012013 3849.042.00 418M MCALBY CT MuRRErIA CA mm P"** MURRIETA VALLEY HS PH 10 CONTACT: NICK NEWKIRK 85106-1800 SADDLEBACK VALI.EY USD COMPLETED 012013 $4107$.00 26881 PETER A. HARTMAN WAY MISSION VMI O,'CA UN1 Project LOS AL1808 MEM SCH. CONTACT: DERRY RUMELL 94SIKkM BONITA UNIFIED SCHOOL DISTRICT C.O.MPLETED 41201;1 38,805,OO 115 W. ALLEN AVENUE W D11U18, CA$1773 Protect BONITA HS GYM VENT UPGRADE CONTACT: CONST. DEPT M014714I324 SADDLEBACK VALLEY USO COMPLETED 6 013 1t20.127A0 23091 PETER A HARTMAN WAY MIBSKIN VIEJO. CAQW1 Pmject OLIVE E EMWARYSCH. CONTACT: GERRY RUMELL 94WSWSM HUNTINGTON BEACH CITY SCHOOL DISTRICT OOMPL ETEDS=3 :73,404.00 24101 CRARG R LANE HUNTINGTON BEACH. CA 82049 Pte: EADSR SAM, 8CHX& CONTACT:LORMA714MB44M BANNNS U.S.D. COMPLETED 4!2019 593,OODAO lei W. "LLIAMS STREET BANMNG,CA1I M ROJOct SUSAN B: COOMBS INTERMEDIATE CONTACT: ROBERT GUILLEN 95IM224 M PALM SPRINGS USD COMPLETED 212019 $142.1914 130 DISTRICT CENTER DRIVE PALM SPRINGS, CA 82292 PM19ft JAMES WORKMAN MIDDLE BCH CONTACT: GREGG SHOEMAKER 700422-4116 TEMECULA VALLEY USD COMPLETED 1012012 W7ATi4M 31330 RANCHO VISTA. ROAD TEMECULA, CA 02592 PM)N t VARIOUS CAMPUS REPAIRS CONTACT: PURCHASING DEPT, 7604024M SADDLEBACK VALLEY USD COMPLETED OW112 322Z,724E0 2831 PEI R A.HARTMIW WAY >SMENrr NAME & ADDRESS CONTACT TYPE AMOUNT PEPPER CONSTRUCTION 05 ENTERPRISE UTE. 480 DAN HUFF ALISONSM CA 95869 9"1-7080 POPPERS SBR:tab= COALTAR PORT OF LONG BEACH 1400 W. BROADWAY LONG BEACH. CAN= PON SC14MW 5REM4192 HENRY S88AMOD R. k DAUM CONSTRUGUM 11581 MONARCH ST HEROLD GARDEN GROVE, CA9¢841 714/89 4M BUR 5153,035.00 PROD: PAC SELL SADDLEBACK COMMUNITY COLLOGE 28000 MAROUgWE PARKWAY PAULVALALBA M03SION VIEJO. CA 8589¢ 949fg&ISB9 TILESUR 41MAMAD JOB: ?WE ARTS 13LDO SOLTEk PACIFIC INC 2424 GO DRESS ST ROBERT TI'1DU1m" SAN DIEGO, CA95110,8U 819-2998247 SIPLAST i93.00Q0D SADDLEBACK VALLEY USD 90800.9555 ENRY 25531 PETE'RA HARTMAN WAY 9184.87140 MISSIONVIEJO, CA 92891 REFERME NAME B ADDROSS LIST CONTACT TYPE AMOUNT WE8TCOAST NELSON CONSTRUCTION 12881 IMPERIAL HIGHWAY 58218461980 TREMCO 5809.000.06 SANTA FE SPRINGS, CA 90970 PCM 3 CYPRESS COLLEGE LLC 7141=9440 SIPLAST 5315,47220 9200 VAL].EY VIEW ST ORM HACKETT CYPRESS, CA9083O NORWALK LA MIRADA USD 12820 PIONEER BLVD JOHN WYSOCKI NORWALK, CA ODOW-2884 MUS664431 GARLAND 32651476.00 A CAJON VALLEY UNIDN SCHOOL DISTRICT LOS COCHES CREEK MID SCHOOL SUSAN OUNGER 9989 DUNBAR LANE. 819 68&8880 :707,841,00 EL CAJON. CASMI MT. SAN JACINTO COLLEGE 1490 STATE ST DENNIS HOW GARLAND/ 39438.00 SAN JACINTH. CA 95583 W11497$732 MANVILLE City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of orange Julio Trejo Gonzalez , being first duly sworn, deposes and says that he or she is Vir_P Pracirfpnt of Chapman Coast Roof Co.. 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. declare under penalty of pedury of the laws of the �fat4 of �lifornia that the foregoing is true and correct. LIHMt .. ;.. :.. - Signature/Title Vice President Subscribed and sworn to (or affirmed) before me o[ this--�—day of6C.-IT) be , 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 Calif mi that the foregoing paragraph is true and correct. n0 [SEAL] 14 Notary My Commission Expires: J U RAT 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 Subscribed and sworn to (or affirmed) before me on this 7th day of , October 20 20 by Julio Gonzalez Trejo proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. w a LINDA DOMINGUEZ r Notary Public - California x Orange County T. Commission # 2249168 My Comm. Expires Aug 4, 2022 Signature of Notary Public OPTIONAL INFORMAVON DESCRIPTION OF THE ATTACHED DOCUMENT Tills or deeaip*m of attached document) (rib or description or attached docurnent oonGnueo Number of Pages Document Dab_ Addloeal in mialion k)'�Virus INSTRUCTIONS Ale waft afoul Jim& mgole W ii Catb4ornia ager Aamy 1, 2015 ttststbe in the tam ass a,#fordr h�hln lhA4.lNt8t 7Aele are no wr�pfkrha. Ha,htrst to be aatedOyes not tbl6bw this farm, rhe notary muatcerrectthe hl6ttfiage by ustnq a fibred atarrrp fYie correct wwft or alllsahing a eepan6 jtuaf !form a wh as this one wdh does c nf& the Atopen waft In ed>fEion, the noboy mast mquke an oath or w1meAon Barn the document ager mgwft the &uM1*m= of the coma* of the docAwd The docanetrf out be aVWAFfER the ceM or atkimaltm Mthe doptmsatwo predbusly signed. R mastba min hrmt d�ite rtdaYA1p • State and county information must be the state and county where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date the signer(s) parsonally appeared which must also be the same date the jurat process is completed. Print the narne(s) of time document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be dear and photographically reproducible. Impression must not cover team or lines. If seal impression smudges, reseal if a suificlerlt area permits, otherwise complete a different jurat form. e' Additional Infommation la not required but could help to ensure this jurat Is not misused or attached to a dlffererrt document. A Indicate title or type of attached documenl, number of pages and date. . Securely attach this document to the signed document with a staple. City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 DESIGNATION OF SURETIES Bidder's name Charman Coast Roof Co., Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Great American Insurance Co. 1301 Dove St, Ste 200 Newport Beach, CA 92660 949)660-5958 Kim Luu- kluuMalliant.com 15 City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Chapman Coast Roof Co., Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2018 2017 2016 Total 2020 No. of contracts 26 34 53 duplicatel 50 39 254 Total dollar Amount of Contracts (in 4,888,926.44 Thousands of $) 7,991,354 15,247,043.49 10,348,509 10,283,352 58,759,484.9 No. of fatalities ° ° o ° 0 0 No. of lost Workday Cases 0 1 0 3 5 0 0 No. of lost workday cases involving permanent 0 0 00 0 0 transfer to 0 another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder Chapman Coast Roof Co., Inc. Business Address: 2030 East Walnut Avenue, Fullerton CA, 92831 Business Tel. No.: 714-738-6611 _ State Contractor's License No. and Classification: 927543 Title 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 Ocetc( Date 10/09/2020 Title Signature of bidder Date Title Signature -of bidder Date Title Signature of bidder Date Title ve Chapman 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 partnerMoint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnershipljoint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED 17 �1►5.�.,, _.91 .x A nay pubo or outer Meer mnpbdn8 thb oedlllcate uefff n only 1he Nw tiq► d the kWty duel) rJtto slgrtlW the documnt to which this ori Wbb Is atfac hed, and nae the truthfUness, accure* or validity of #W dotunt nt. State of caffornfa CouMyof Orange i On October 8, 2020 before mer Alice Valle, Notary Public Personally appeared Mlaart turfs am 0lladtlw aaaa Julio Trejo Gonzalez who proved to me on the baste Of satisfactory svidence to be the Pereon(a) t ibm name(s) Wara subscxtbed to the within InstrUnont and acknowtadped to me that haWwwthey executed the same in hb/herAheir authorised capac ity(m), and that by hle/hetrltheir ftnahrre(s) on the instrument the person(s), or the envy upon behalf of which the peteon(s) Wed. WWcuted the Instrument. l certify under PENALTY OF PERJURY under the laws of the Stabs of California tha, the foseaoirg paragraph is true and corned w nilcEvnLLe Notary Public California = ■s �.� z Orange County 0f Nd 7 ftWIC (8r/b ~. Commission # 2197570 My Comm, Expires Jun 12, 7021 ADDITIONAL Otti' NALI INFORMAncgi DESCFWWN OF THE ATTACHEo o0Cl1t11ENT (WoralwadpIld9teded ' , --lq (ftordaaar01M dehed doaeiadoanl fW4 NtWdW of Npe8 D=M=t fljj 2013 VMr9= wwkNa5vyCdsnsnf wM 900-BiB SM ImemCTI Ns • ftberlCovtgri*nldpofritbathWabwWoou*"MlredwaM * M& oF nouftffm ma he to 1 beraad* to rw F Eft . moat alio bf ar aaaas&t tle ndam�etrltb mvkw * Thi M7 FAk mast pilot 16 a her am w Jt "M uft hla Cr h[r arianlralan ttAouad bra aommp said len tmr Mf Ip� p� • of daanfid stpearld iso pouno IN= at M in of • basila tae aarredi ahlpder a plld lbmn by aaft of Moaned &M 0 � idMiq►, k drtli�q Ire aoaaot i Fin bwrm* kWkx a +aqr �+ddaannadlamlaits Thew"+d mondedperaadphabp�hloayaapadleNlle • t1np�m� must not m11ar told or baa. K awl bpeMlan a>rnWgaf aFoefl / a a�llderdirwPrela, atliroteaaoolpfa�IndlE�lindna�tladpnwtlfm. •s �i PNft mmd MW tin won on a. Mi!m alias d AAdrAM l idanoedmr b riot mgllMad but mdd had b Won f>la Id0WbdFxdbrldffdwnad aadrdled b ■ diReriantdrine111ek • Baamebra4rAltlltadannnantd,thsebneddaamanl+�lla�► U, U RR P� _ ENr A nolwy pubk or other oftioer oaropletN this oerdfiaele VISMIM only the ldentibr of the kWWuet who SOW the document to whirl this oernovis IS attached, end nd She bldhfulneee. aecurety, or validity of that doolmwrt. State of California County of Orange ) On October 8, 2020 before me, Alice Valle, Notary Public psmonally appeared p ert n.nut era rtl.dnr.asbe�} Linda Dominguez who proved to me on the basis ttf satisfactory evklencs to be the pin(s) whose MOM Ware subeCtIbed to the within instrument and acknowledged to me that he/sheAiley executed the same in hk1herAheir authorbsd cepadty(kn), and that by hislherAhelr natures) on the instrument the person(s), or the an* upon bellatir of which the Pamori(s) aclad, aucscuted the InSim terit, i certify under PENALTY OF PERJURY under the Isms of the Stalls of California the# the Ibregoing paragraph is true and correct. ALIblic—C E � .,�•� NotaryPuhlic— Caliiarrria Orange County p �� t4 Commission # 2197520 My Cornet, Expires Jun 12, 2021 AUU11 MUM. OFT'E57M INFORMATION OE9GRtp'I t OF Tiitr ATTACHED DOCLWW (1Meer 11 P 0'a deldffieddmu" (rasarahuaipiar af�abed daarwwnimNwled) NumWo(Pgw w,,,,•, 04am=j Oele 2DId Vanier wYwlr,AiOIMyCgaMW'Mrr 800. GM lig! TRUC'i' . R'S • Ihft & d L7or*bdoteelorr MW be h 8k6 errd Cn* where M troalnwll )I - .Wk erldbA=ftnpbryFWfWM*Md*" D* or na, I if nwlt be so dell M fir *MPH PMM* +PPemd I"nentd,aheft n df to 14mcifto w b I - " � n� Pd� nlwi Pdrt !� ar her nerta m k rPP�s dlil Me ar Mr mmrrldoe tt�.�M1d hrr mwwesrldfllll lour Mla�botely Pd� s Plbrt Its Iwlsetb) d daaawent OP&M wW Pw>ttnelll "m at to rims of #alrtreion, • AI�INjo�Ire mrnN o Chip Imr w Pini %= by =04 of - g lrnloty ba I h '�@) Oro dM rat cabmL F�edn 1b=m y Maso0 ■Ll�.�i�lryediml ddaaeglntdilp. Therlo"ad paeftma6rdep'MpmlgfapblslyNprdl>slbls • Impalan rnk anot m w mg aIM I IIIc bnp amn mee4e� erwlel I a alldentMpwe k Irhw�sawpleler dlllredrdelefllfdfe ratlr� • 8 "PWa rAUd mebll fir IEAwn an ire Va fie aloe d • hdMaW in*a mdm is rat now but omb hep b e1MYN tell �I nateiweedars�Ishedioa deelentdoewr�t ' Beaeebr ddl fII damrmwlt tO thrgpled darsmrcrl;�I M eLrpb► CALIFORNIA ALL- PURPOSE CERTIFICATE TE F ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies ottly the identity of the individual who signet] the dcvument to which this certificate L� attached, and not the truthfulnjss, accuracy, or validity of that document. State or' Californie Count, of ORANGE 0.9 October 8 2020 r3rsaneliy appaared ')efore ere'', Linda Dominguez - Notary Public (Flare insert naRme -rut title of iheof ti a ot��} DAVE CHAPMAN who proved to me or, the basis a? saitisfactory evidence to be the person(s) whose �eme(s) is/are subscr•`t-ed to tha w4hin i;,stvrh,ant and ecknos.-dedged to me that fie/shehne;q executed the same in itis/herffihai, authcf-�,ized p acity(ies), and thet by hishierltheir ss'gna.ure(s) on fhe instrument :hie r)er'son M, or the entity► upon behalf of lNrich the person(s) acted, axacktAc tke instrnimeni. I certify under PENALril O PERJURY under i:ie laws of the Str:te of California that the foregoing paragraph is !rue Lind correct. ilg`ni re of N4—pu��— — (S381) Pkrj1)F_T1GtJAL OPTIONAL RIFrC ,MAr 'g -i Cr w DESCRIPTION OF THE ATTACHED DOCUMENT �tle a dasaipt+an of attached doc umenQ (fide or description of atadted document continued) Number of Pages Document Date _ _ _ - 21315 Version w%wr.NofaryC assea.com 800-873.9864 ` OP LINDA DOadINGUEZ Notary PubUc • California orange County Commission d 2249168 - My Comm. Expires Aug 4, 2022 INSTR CTIGINS • State and County inbmagcn most be the We and County -,Iwo the doamcat signer(s) perso,rally appeared belbre the notary public for ai*n=k d$ment Date of notarization must be the date 1h: -t the signer(e) personally appeared which must also be the some date lie adirhowlatment is completed. i The noLy public must print his or her name as it appears within his or bar commiesion folkmW by a comma and than your We (notary public). • Print the nw*s) of document sipnnjs) who personally appear at the time of notarization. • Indicate the correct singular or pkrral forms by crossing off incorrect forms (.e.)heh.hehhey. Is kre ) or circling the owed licum Fallure to eorredly indicate this inllormatien may lead to re)ection ofdoc uremia vftg. The notary reel impression must be dear and pholograp hically ropmducible. Impression must not cover tett or lines. If seal impmeliam smudges, re -seal if a suftithentam permits, otherwise complete a diflererlt adu oNkigmentform. Signature of the notary public must m> akh the signature on go with the office of the county demk. Additional Wrration is not required but could help to ensure this acknowledgment Is not misused or aCedhed to a different document Securely attach this document to the signed document with a staple. City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Chapman Coast Roof Co., Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature lb 18 City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 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: Chapman C:nast Rnnf Cn , Inc. Business Address: . 2030 Fast Walnut Avenue, Fullerton CA, 92831 Telephone and Fax Number: 714 738-6611 714 738-0143 California State Contractor's License No. and Class: 927543 (REQUIRED AT TIME OF AWARD) Original Date Issued:l1 /12/2008 Expiration Date: 1/31/2021 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: Ro ie Cabral Project Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Dave Chapman/ President 2030 East Walnut Avenue, Fullerton CA, 92831 714 738-6611 Julio Gonzalez / Vice President 2030 East Walnut Avenue, Fullerton CA, 92831 714 738-6611 Linda Dominguez/ Treasure -Secretary 2030 East Walnut Avenue, Fullerton CA, 92831 714 73R-66 Corporation organized under the laws of the State ofG I� ifornia 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NA All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NA 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; NA Briefly summarize the parties' claims and defenses; NA 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 compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes 1 No K17 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Chapman Coast Roof Co. Inc Bidder _ Dave Chapman kP411nt name of Owner or President (of =t ionlCo pany) Authorized Signatureffi e President Title 1 1• 1 1 19_ I K- On 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . n WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 21 (SEAL) CALIFORNIA ALL- PURPOSE CERTIFICATE OF 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 . Lis attached, and not the truthfulnes3, accuracy, or validity o;` that document. State of California ) County of _ . ORANGE _ ) October 8 2020 Linda Dominguez - Nota Public Gni me 9 Notary � pet�san311y appeared (Here insert name and title of the os;teer) DAVE CHAPMAN who proved to me on the basis of se0s'actcn, evidence to be the pe:sot)(s) whose � Mine(s) Wa.e s,.ibscribed to 'ihe within instrument and aZknowledged to me that he/she/they executed the same ;rt his/;lei-the'-Ir authorizead ca!rr.city(ies), and that y his/har/their signature(s) on the in;v rument ffie person(s), or iie emity upon: behalf o'� with the person(s) acted, execute : the insirutrient. I certii�• under PENALTY 0; 1.ERJURY under the laws of tii:e State of Calif vnia hat the foregoing paragraph is true and cor,ect. °� LINDA DOMINGU11 7 Notary Public - California Orange County Commission # 22'9168 Sign ne of Notary Pubii {Seal) My Comm. Expires Aug 4, 2022 Y ADDIT,10WAL OFTION .11- INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT l (Title or des4b m oragached al comm t) {file or descrlption sound document continued) Number of I'ages Document Date i' i I ! 2015 Version www.Notaryc;assea.com 800-873.98&6 t N1,57 RUCTIONS • State and County khmalion must be the State and County where the dowment aigner(s) parsenapyappeared before the notary public foradmouiedgment • Date of notariratlon must be the drte that the signer(s) personally appeared which must also be the same date the admowkdgment Is cnmphW. The notvy public must print his or her nano a_ # appears w0hin his or her commission followed by a cormne endthan your IN (rotary public), • Print the name(s) of dommerd signer(s) who personally appear at the time of natartnu n. Indicate the oorrW singular or plural farms by ming off incorrect fomrs (i.e.)refsh sy, Is /are ) or circling the correct forms• Failure to correctly indicate this infomradon may tead to rejection of document nacorft The notary seal impression must be dear and photographically reproducible. Impression must not cover text or lines, if NO impression smudges, reseal if a aAclant area permits, otherwise complete a different eduuANecigment form. • Slgnamre of the rotary public must match the signature on fila with the office of the county dark Additional information is not required but oauld help to ensure this acknowledgment is not akused or atfeched to a different doeumeM. • Securely collacin this document to the signed document with a staple. City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 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 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 YARD RE -ROOFING PROJECT CONTRACT NO. 7880-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of November, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and CHAPMAN COAST ROOF CO., INC., a California corporation ("Contractor"), whose address is 2030 E. Walnut Avenue, Fullerton, CA 92831, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of removing existing, roofing systems; installing new built-up roof systems; installing curbs and roof closure at removed or abandoned penetrations; replacing vents, scuppers and skylights; and all other work as specified in the Contract Documents, for Buildings A, B and H at the Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663 (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7880-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Hundred Twenty One Thousand Three Hundred Twenty Eight Dollars ($521,328.00). 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 Rogie Cabral 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 Chapman Coast Roof Co., 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: Public Works Director 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: Dave Chapman Chapman Coast Roof Co., Inc. 2030 E. Walnut Avenue Fullerton, CA 92831 Chapman Coast Roof Co., Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. Chapman Coast Roof Co., Inc. Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. Chapman Coast Roof Co., Inc. Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be Chapman Coast Roof Co., Inc. Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Chapman Coast Roof Co., Inc. Page 7 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 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. Chapman Coast Roof Co., Inc. Page 8 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Chapman Coast Roof Co., Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 11 (/ 2 az. 1 By. Aaron C. Harp City Attorney ATTEST - Date: Date: 0.0, CITY OF NEWPORT BEACH, a California municipal corporation Date: , 0 Grad RverY Mayor CONTRACTOR: CHAPMAN COAST ROOF CO., INC., a California corporation Date: By: 0"- 5w-- By: Signed in Counte Leilani I. Brown Dave Chapman City Clerk Chief Executive Officer Date: By. Signed in Counterpart Linda Dominguez Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Chapman Coast Roof Co., Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT N Y' O FICE Date: dZcD By: Ar4n C. Harp City Attorney ATTEST: Date: Leilani 1. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: CHAPMAN COAST ROOF CO., INC., a California corporation By. — L� Dave Chapman Chief Executive Officer Date: La�By: Linda Dominguez Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Chapman Coast Roof Co., Inc. Page 10 Executed in Duplicate Premium: Included in Performance Bond EXHIBIT A CITY OF NEWPORT BEACH BOND No. 3340102 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Chapman Coast Roof Co., Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of removing existing, roofing systems; installing new built-up roof systems; installing curbs and roof closure at removed or abandoned penetrations; replacing vents, scuppers and skylights; and all other work as specified in the Contract Documents, for Buildings A, B and H at the Corporation Yard located at 592 Superior Avenue, 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 famishing 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, Great American Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty One Thousand Three Hundred Twenty Eight Dollars ($521,328.00) 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 attomeys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as Chapman Coast Roof Co., Inc. Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of December 2020 . Chapman Coast Roof Co., Inc. Name of Contractor (Principal) Great American Insurance Company Name of Surety 750 The City Drive South, Ste 470, Orange, CA 92868 Address of Surety (714)740-3362 Telephone APPROVED AS TO FORM: CITYTO/R OFFICE Date: 1 Date: 1 Z. _/ 3,_O Z Aaron C. Harp (� City Attorney V Authorized SignatureMtle Authorized Agent Signattim — Kim Luu, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Chapman Coast Roof Co., Inc. Page A-2 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identily of the IndlMual who signed the document to which this certificate Is etttuA ad, and not the truthfulness, accuracy, or validity of that docuirnard. State of California Countyof Orange ) On December 17, 2020 before meAlice Valle, Notary Public personally eppB8red (Hero trwktllrtesa9daear theoicer) Linda Dominguez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within Instrument and acknowledged to me that ha/an/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument tits person(s), or the entity upon behaf 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. i .F- W-0, ADDITIONAL OPTIONAL INFORMATION DESCRFr)DN OF THE ATTACHED DOCUMENT Labor and Material Bond paew daalptm ddaded daam64 (reewdoaYpim dradea doawtelllaadlu,.d) Number of Pages y Document Oda 2015 Verelan w.wr.NCVWyClaeaea.co , 800-8738885 ALICEALLE Notary Public-Cahfornia Orange County Commission p 2197520 '1y Comm. Expires Jun 12, 2027 INSTRUCTIONS • abs and CuMyMomden mud be he sWe end Cuuepadra he doaatalt ayega) pafadygpasad bdaalhetlaterypublabradmarYdpmed. • 00 of ralnek fon mat be to dab M to alp. pnw* append wft mat ako be theaaeedat is edewtst rotk mnplabd • The retry public mal PM tb at ler roma a It eppare Wdn hk w her aommlWm bllaaed bye mme end fen>sw tk (mhty pts? • M:17* of downed aplah) alho pommy gpp� d Me oma of • hdrole fc arced blgutr w plural foes by gncnnV a8 iwmed bmn 411011h ift.19kte) wdmftthe candbms. Fohrobmnciy Indlcad hk iftbMaron maytead to lapram ddmtwerttam ch • Thamtryaedkpmdmmatbodareadphobpashkdympmdudbk • inp :n1m mat not aowr ind w 6r Naat YpteWm emudpen laical t a adtdwtwmpwmk,*Amiwc *kiesdMwaMa**Wedpmwdtm • slgneba of M nelry public mut md*1 se eWftr@ an an ash he dace of he aauny deck • Addiab inramdan ie not taptrd but mltd help b erehe bb edavaUFat b nd meed w akdled Ion dtrwwt docurnent • 6eoumlyakdl tltladmansibtheeb�davoeMsalaahpk 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 I 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/shefthey executed the same in his/herftheir 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 Califomia 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 Orange !ss. On December 16 20 Zu before me, Reece Joel Diaz Notary Public, personally appeared Kim Luu 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/shefthey 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. WIT ES my hand and official seal. 4U.Ary FCSiir. Calwnin ; -*fie E"= Or ar e Cain: Signat re 3,,,,,, (seal) 'ny Com r, Eq�rez Ju•. 35, 3[31 Chapman Coast Roof Co., Inc. Page A-3 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No, 0 14849 POW ER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of SEPTEMBER 2019 Attest GREATAMERICAN INSU CE COMPAN h. 160 uue Assislmn Secre/ary 1)ivisiona! Senigr Pce PA..denl STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK vioARio (sn-377-2405) On this 24TH day of SEPTEMBER 2019 , before mepersonally appeared MARK VICARIO, tomeknown, being duly swom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. Susan A. Kdvg Or- Notary Pudic, 30 of ONo My CoTfrWion Elites 05162020 This PowerofAttomey is granted by authority of the following resolutions adopted by the Board of Directors ofGreatAmerican Insurance Company by unanimous written consent dated June 9. 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional tree presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surer: any and all bonds, undertakings and contracts ofsuretvship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at atp, time. RESOLVED FURTHER: That the Company seat and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be a.#7xed by facsimile to anv power of attorney or certificate of either given for the execution of any bond, undertaking, contract of surelyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9. 2008 have not been revoked and are now in full force and effect. Signed and scaled this I day of - r. .., t -... :. - Assistant Secremry S1MMG(07/18) -- - Name Address Limit of Power MIKE PARIZINO JERI APODACA ALL OF ALL RACHELLE RHEAULT KIM LUU NEWPORT BEACH, CALIFORNIA $100,000,000 RHONDA C. ABEL HEATHER SALTARELLI JAMES A. SCHALLER REECE JOEL DIAZ This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of SEPTEMBER 2019 Attest GREATAMERICAN INSU CE COMPAN h. 160 uue Assislmn Secre/ary 1)ivisiona! Senigr Pce PA..denl STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK vioARio (sn-377-2405) On this 24TH day of SEPTEMBER 2019 , before mepersonally appeared MARK VICARIO, tomeknown, being duly swom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. Susan A. Kdvg Or- Notary Pudic, 30 of ONo My CoTfrWion Elites 05162020 This PowerofAttomey is granted by authority of the following resolutions adopted by the Board of Directors ofGreatAmerican Insurance Company by unanimous written consent dated June 9. 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional tree presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surer: any and all bonds, undertakings and contracts ofsuretvship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at atp, time. RESOLVED FURTHER: That the Company seat and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be a.#7xed by facsimile to anv power of attorney or certificate of either given for the execution of any bond, undertaking, contract of surelyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9. 2008 have not been revoked and are now in full force and effect. Signed and scaled this I day of - r. .., t -... :. - Assistant Secremry S1MMG(07/18) -- - Executed in Duplicate Premium is for Contract Term and Subject to Adjustment Based on Final Price EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 3340102 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,406.00 , being at the rate of $ First $500,000.00 $8.58 thousand of the Contract price. Next $21,328.00 $5.46 WHEREAS, the City of Newport Beach, State of California, has awarded to Chapman Coast Roof Co., Inc. hereinafter designated as the "Principal," a contract for. The work necessary for the completion of this contract consists of removing existing, roofing systems; installing new built-up roof systems; installing curbs and roof closure at removed or abandoned penetrations; replacing vents, scuppers and skylights; and all other work as specified in the Contract Documents, for Buildings A, B and H at the Corporation Yard located at 592 Superior Avenue, 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 Great American Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Twenty One Thousand Three Hundred Twenty Eight Dollars ($521,328.00) 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 Chapman Coast Roof Co., 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 16th day of December __,2p 20 . Chapman Coast Roof Co., Inc. Name of Contractor (Principal) Great American Insurance Company Name of Surety 750 The City Drive South, Ste 470, Orange, CA 92868 Address of Surety (714)740-3362 Telephone ()WO U -'L '4 ) uthorizedSignature/Title _ Authorized Agent Signature - - - Kim Lau, Attorney -in -Fact - Print Name and Title APPROVED AS TO FORM: CITY ATTQTEZS O FI � Z I Date: By: ro C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TFACHED Chapman Coast Roof Co., Inc. Page B-2 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary publlc or other ofiiaer completing this certRkate vertlies only the Identity of the Indhiidual who signed the document to which this oardficate Is attached, and not the truthfulness, accuracy, or validity of that dommient. State of California County cf Orange ) On December 17, 2020 before me, Alice Valle, Notary Public (Hare Insert name arm ethsof the,akar) personally appeared Linda Dominguez who proved to me on the bass of satisfactory evidence to be the person(s) whose names) Ware subscribed to the within instrument and acknowledged to me that he/ahehhey executed the same in hMer/their authorized capaclty(ies), and that by his/herAheir signatures) on the instrument the pereon(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ! Aa� V of Notaiy Putilin (S11114 ADDITIONAL OPTIONAL INFORMATION OESCMPTION OF THE ATTACHED DOCUMENT Faithful Performance Bond (hascrdewl Mdaltad*dommarl4 (TThadesapten dsbdod doaeentsmtlmtadJ Number of Pages _ Document Date 2015 Veralol WNW.NoaaryClaases.co :h 500-8739865 ALICEVALLE _ Notary Public -California Orange County Commission r 2197520 My Comm. Expires Jun 12, 2021 INSTRUCTIONS • raaM)11 �ifJ u�sd�henareemCaualyanrahadosnalt rsat to islatsssy si • Ikb d mrrmben teat is the dab ht b saaatal Parr sppaaM ahhyt moat ebo be tloa�edsi5 ria adaaalapmtlhmaaplshi • The notary publle moil pMt his at hr rano a s q*m trial his or tar c meirfas blbad b/a aomte ar Im you w(reWyp 4 • Pft s) of ewes, 8010 wa caaat *aggro* at as am or • blob Ise aged dtptlar V phial Asea by aft os Yaurer htea Qa.)neYM11W.. Is ho) ardmrtitp to mnmdbrna. Fskrebmmery Indab ihbbbaaaun may Ind b rysrAn ddoamadreanil4 • The nuloysed lapses m+ mak be dsarand P1104nphleslympodudble • Mprsedm must nd msor Yad a Ise. wow; 1, smudges, ru o l Ha arachdam gamy, adarhetxaglsb s dleaam ardalaaladpnedfam. • SPA= of 00 nchry I sMc mint makh sa rgaatra on ea salt ba AM Of hamaty dstk. • AdMaal idmmadon is not s ovii bit mdd heb b route bb atkoalrtlprttett boat mused a sltlted b a cased doontad • exueb slbdt this dmxnetio thesbted doLwrMW1h a dqi► 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 Pubic, 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. State of California (seal) County of Orange t ss. On December 16 20 20 before me, Reece Joel Diaz Notary Public, personally appeared Kim Luu 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/herttheir 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. z=_c.oe oi.r - J"b. savary Gu SUo- canr�m;a Signature:. "Z (seal) . 35. Chapman Coast Roof Co., Inc. Page B-3 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No. 0 14649 POW ER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its We and lawful attomey-in-tact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. This Power of Attorney revokes all previous powers issued on behalf of the auomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of SEPTEMBER 2019 Attest GREATAMERICAN INSU NCE C0MPAN Assistant Secrcmry Uirie'imur! Snlinr lice Pnsidenl STATE OF OHIO, COUNTY OF HAMILTON - as: MARK wCARiO (e7-7-377-24os) On this 24TH day of SEPTEMBER 2019 ,before mepersonally appeared MARK VICARIO, tomeknown, being duly mom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 441 ,&-,6 a'k' This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional Pmsidem, the several Divisional Senior {ice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to tune, to appoint one or more Attorneys -in -Fact to execute an behalfof the Company, as surety, any and all bonds, undertakings and contracts ofsureryship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke aty such appointment at anv time. RESOLVED FURTHER: Thai the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of file Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking, contract ofsureryship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Compatt wilt the same force and effect as though manually affixed. 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 3008 have not been m% okedautl-are now in full force and effect. Signed and sealed this .. �I ! day of WS Asxislanl SecMar)• 81029AG (07/18) Name Address Limit of Power MIKE PARIZINO JERI APODACA ALL OF ALL RACHELLE RHEAULT KIM LUU NEWPORT BEACH, CALIFORNIA $100,000,000 RHONDA C. ABEL HEATHER SALTARELLI JAMES A. SCHALLER REECE JOEL DIAZ This Power of Attorney revokes all previous powers issued on behalf of the auomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24TH day of SEPTEMBER 2019 Attest GREATAMERICAN INSU NCE C0MPAN Assistant Secrcmry Uirie'imur! Snlinr lice Pnsidenl STATE OF OHIO, COUNTY OF HAMILTON - as: MARK wCARiO (e7-7-377-24os) On this 24TH day of SEPTEMBER 2019 ,before mepersonally appeared MARK VICARIO, tomeknown, being duly mom, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 441 ,&-,6 a'k' This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional Pmsidem, the several Divisional Senior {ice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to tune, to appoint one or more Attorneys -in -Fact to execute an behalfof the Company, as surety, any and all bonds, undertakings and contracts ofsureryship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke aty such appointment at anv time. RESOLVED FURTHER: Thai the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of file Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking, contract ofsureryship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Compatt wilt the same force and effect as though manually affixed. 1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 3008 have not been m% okedautl-are now in full force and effect. Signed and sealed this .. �I ! day of WS Asxislanl SecMar)• 81029AG (07/18) 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 Chapman Coast Roof Co., Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 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 Chapman Coast Roof Co., 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 Chapman Coast Roof Co., 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. I. 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. Chapman Coast Roof Co., Inc. Page C-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Chapman Coast Roof Co., Inc. Page C-5 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Wednesday, March 03, 20216:00 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000402 [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. FV00000402 Chapman Coast Roof Co., Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. City of Newport Beach CITY YARD RE -ROOFING PROJECT Contract No. 7880-1 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. 7880-1 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: 10/09/2020 Date 714-738-6611 714 738-014 Bidder's Telephone and Fax Numbers 92Z542 C39 Bidder's License No(s). and Classification(s) 1000002150 DIR Registration Number I Vice Presid Biddet'sVkthoriziard Signature and Title 2030Vast Walnut Avenue, Fullerton CA, 92831 Bidder's Address Bidder's email address: jull0 Cha mancoastroof.com PR -1 City of Newport Beach Page 1 CITY YARD RE -ROOFING PROJECT (7880-1), bidding on October 14, 2020 10:00 AM (Pacific) Printed 10/14/2020 Bid Results Delivery Method Bidder Details Bid Responsive Vendor Name Chapman Coast Roof Co., Inc. Address 2030 East Walnut Avenue 230828 Fullerton, CA 92831 0 United States Respondee Carmen Martinez Respondee Title Project Manager Assistant Phone 714-738-6611 Ext. Email carmen@chapmancoastroof.com Vendor Type License # 927543 CADIR Bid Detail Bid Format Electronic Submitted October 13, 2020 11:30:50 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 230828 Ranking 0 Respondee Comment Contractor license # 927543 Exp: 01/31/2021 CSLB: C39 Addendum #1 ack. Buyer Comment Attachments File Title File Name File Type Bid Submittal Chapman Coast Roof Co Inc. BID SUBMITTAL CHAPMAN COAST ROOF CO INC.pdf General Attachment Bid Bond Chapma Coast Roof Co., Inc. BID BOND CHAPMAN COAST ROOF CO INC.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization LS 1 $5,000.00 $5,000.00 2 Remove and Dispose of Asbestos Material LS 1 $58,000.00 $58,000.00 3 Remove Existing Roof System and Install New Built -Up Roof System (Building A) LS 1 $71,688.00 $71,688.00 4 Remove Existing Roof System and Install New Built -Up Roof System (Building B) LS 1 $145,600.00 $145,600.00 PlanetBids, Inc. City of Newport Beach Page 2 CITY YARD RE -ROOFING PROJECT (7880-1), bidding on October 14, 2020 10:00 AM (Pacific) Printed 10/14/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 5 Remove Existing Roof System and Install New Built -Up Roof System (Building H) LS 1 $215,040.00 $215,040.00 6 Painting (Buildings A, B, and H) LS 1 $5,000.00 $5,000.00 7 Provide As -Built Drawings LS 1 $1,000.00 $1,000.00 8 Plywood Repair (Allowance) ALLOWANC 1 $10,000.00 $10,000.00 E 9 Metal Wall Panel Replacement (Allowance) ALLOWANC 1 $10,000.00 $10,000.00 E Subtotal $521,328.00 Total $521,328.00 Subcontractors Name & Address Description License Num CADIR Amount Type AMERICAN SERVICES Removal and disposal of 769061 1000005254 $58,298.00 GROUP OF CALIFORNIA, I roofing and asbestos material 300 S WALNUT AVE STE 403 SAN DIMAS, CA 91733 United States PlanetBids, Inc. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EW Pp C-4C/FORN,� ADDENDUM NO. 1 CITY YARD RE -ROOFING PROJECT CONTRACT NO. 7,880-1 DATE: 7 BY: CITY EN TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. SPECIAL PROVISIONS: 6-7 TIME OF COMPLETION Add to Section 6-7.7 General: Normal working hours are limited to 7:00 a.m. to 4:00 p.m., Monday through Friday. Building A roof demolition shall be performed on Saturdays from 8:00 a.m. to 6:00 p.m. Contractor shall schedule up to two 2 consecutive Saturdays for performing the necesary roof demolition. All Saturday work sahll be approved five day prior to starting work with the Project Manager. No demolition activities shall occur during normal working hours. iAuserslpbwlsharedlcontraclslfy 20-21 a.rrrent1100-facilitieslfmmplcorp yard re-roofing_c-7880 21f021bid docsladdendum 11c-7880-1 addendum no. 1 rinal.docx 9-3 PAYMENT Add to Section 9-3.1 General.- Item eneral. Item No. 3 Remove Existing Roof System and Install New Built -Up Roof System (Building A): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing roof system, protecting all existing roof penetrations and antenna, installing new roof system with enlarged crickets, coring and installing new overflow scuppers, and all other work items as required to complete the work in place. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. This bid item shall include the cost for removing the existing roof system on consecutive Saturdays from 8:00 a.m. to 6:00 p.m. Contractor shall schedule ug to two (2) consecutive Saturdays with the Project Manager, prior to start of work. All Saturday work shall be preapproved five days prior to beginning any demolition activities. PRE-BID QUESTION: Q1: Please see attached mechanical unit [Building B] that appears to be fairly new? My question is if this unit was installed not too long ago, is this unit under warranty [with] the original installer?? If it is under warranty, then if we raise the curb will this cause for their warranty to be voided? To be more clear, are the Bidders allowed to raise 8 inches the attached mechanical Unit? i:luserslpbwlsharedlcontractslfy 20-21 current110D-facilitiesWrnmptorp yard re-roofing—c-7880-21 f021bid docsladdendum 11c-7880-1 addendum no. 1 final.docc i Al: Contractor shall not raise the unit in question. Please protect in-place the unit in above pictured located on Building B. i.\users%pbw\shared\contracts\fy 20-21 currenA I 00-facilities%finn mp\corp yard re-roofing_p-7880_21f021bid docs\addendum 11-7880-1 addendum no. 1—final.docx Bidders must si n this Addendum No. 1 and attach it to the bid proposal. A bid may be deemed unres onsive unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Chapman Coast Roof Co., Inc. Bidder's Name (PleasePrint) 10/08/2020 Date I Vice President Authorized Signature & Title Attachments: None i:luserslpbwlsharedloontractsUy 20-21 current1100-facilitiesVmmplcorp yard re- roofing_c-7880_21f021bid docsladdendum 110-7880-1 addendum no. 1 final.docx CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORPORATION YARD RE -ROOFING PROJECT PROJECT NO. 21 F02 CONTRACT NO. 7880-1 PART 1 - GENERAL PROVISIONS SECTION 00 - PRE-BID MEETING 00-1 JOBWALK C81104 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 — UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-8 COMPLETION, ACCEPTANCE, AND WARRANFY 6-9 LIQUIDATED DAMAGES 1 1 1 2 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 4 4 4 5 5 6 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 6 7-1.2 Temporary Utility Services 6 7-2 LABOR 7 7-2.2 Prevailing Wages 7 7-8 WORK SITE MAINTENANCE 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.3 Storage at City Facility 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 SAFETY 8 7-10.3 Haul Routes 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 8 9-2 LUMP SUM WORK 8 9-3 PAYMENT 8 9-3.1 General 8 9-3.2 Partial and Final Payment. 10 PART 2 — CONSTRUCTION MATERIALS 10 PART 3 — CONSTRUCTION METHODS 11 SECTION 300 — EARTHWORK 11 300-1 CLEARING AND GRUBBING 11 300-1.3 Removal and Disposal of Materials 11 PART 6 — TEMPORARY TRAFFIC CONTROL 11 SECTION 600 — ACCESS 11 600-1 GENERAL 11 600-3 PEDESTRIAN ACCESS 11 SECTION 601— WORK AREA TRAFFIC CONTROL 11 601-1 GENERAL 11 601-2 TRAFFIC CONTROL PLAN (TCP) 12 PART 7 — TECHNICAL SPECIFICATIONS 13 APPENDIX A — PHOTO REPORT 14 APPENDIX B — ASBESTOS SURVEY 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CITY YARD RE -ROOFING PROJECT PROJECT NO. 20F02 CONTRACT NO. 7719-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B -5290-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 00 — PRE-BID MEETING 00-1 JOBWALK The City will conduct a pre-bid site meeting on the date and at the time specified in the Invitation to Bid. Bidder attendance at this meeting is MANDATORY. The purpose of the pre-bid site meeting is to acquaint prospective bidders with the current condition and existing penetrations at the Buildings A, B and H roofs located at the Corporation Yard in order to provide a comprehensive Bid. The conditions and requirements of these Specifications will govern over any information presented at the pre-bid site meeting. Addenda will be prepared and issued, as necessary, to affect any changes to these specifications. Page 1 of 15 SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMROI S 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a "C- 39" Roofing Contractor license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. To be qualified to bid on and construct this project, the Contractor shall have successfully constructed or installed roofing systems and using materials, as specified in the Contract Documents or Engineer approved equal, within the last five (5) years. This prior experience shall be listed within the TECHNICAL ABILITY AND EXPERIENCE REFERENCES section of the Contract Documents and submitted with the bid proposal. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of removing existing roofing systems; installing new built-up roof systems; installing curbs and roof closure at removed or abandoned penetrations; replacing vents, scuppers and skylights; and all other work as specified in the Contract Documents, for Buildings A, B and H at the Corporation Yard located at 592 Superior Avenue, Newport Beach, CA 92663. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost Page 2 of 15 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. Page 3of15 The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 — UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, account for all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing drain, HVAC component or other equipment is damaged by the Work and is not re -useable, the Contractor shall provide and install new replacement equipment or parts of identical type and size at no additional cost to the City. 5-4 RELOCATION All City equipment, HVAC components or other equipment which are affected by the Work shall be replaced in kind or rerouted so as to restore system functionality. The Contractor will be required to inspect and inventory all existing roof penetrations and equipment prior to start of work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 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 Page 4 of 15 Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4t" (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 t" (Veterans Day) Page 5 of 15 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, City staff, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services Page 6of15 If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.3 Storage at City Facility It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Contractor may coordinate with the City's Maintenance Group — Rick Scott (949-279-9177) to obtain a laydown area within the project site. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. Page 7of15 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 backcharging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 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 Page 8of15 included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, obtaining no -fee City building permits, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removing of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Remove and Dispose of Asbestos Material: Work under this item shall include removing and disposing roof mastic as noted on the Asbestos Survey Report dated July 24, 2020 (Appendix B). Work shall be performed by a State Certified Asbestos Abatement Contractor following SCAQMD Asbestos Removal Procedures. Contractor shall submit preferred procedure for Engineer's approval prior to start of work. All SCAQMD manifests documenting removal shall be provided to the City under this payment item. Item No. 3 Remove Existing Roof System and Install New Built -Up Roof System (Building A): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing roof system, protecting all existing roof penetrations and antenna, installing new roof system with enlarged crickets, coring and installing new overflow scuppers, and all other work items as required to complete the work in place. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. Item No. 4 Remove Existing Roof System and Install New Built -Up Roof System (Building B): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing roof system, protecting all other existing roof penetrations, installing a new roof system with enlarged crickets, new 8 -inch tall curbs and all other work items as required to complete the work in place. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. Item No. 5 Remove Existing Roof System and Install New Built -Up Roof System (Building H): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing roof system (including all skylights and large center ridge vents), protecting all other existing roof penetrations, installing a new roof system with enlarged crickets and 16 new square passive vents, filling in openings resulting from skylight removal, installing new drain sumps and plumbing new drains through existing downspouts, relocating existing downspouts/leader heads, and all other work items as required to complete the work in place. Work on this roof will require numbering, removing and reinstalling metal wall panels between low and upper roof in order to install base flashings to lower Page 9 of 15 roof. A receipt and warranty certificate stating the City as the owner entitled to standard warranty coverage shall be provided under this payment item. Item No. 6 Painting (Building A, B, and H): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for painting all new coping, touch-up at old downspout locations (building exterior) and 5 -ft tall stenciled lettering (A, B, and H) to match existing buildings. Work shall be performed by a CA Licensed (C-33) Painter Contractor. Item No. 7 Provide As -Built Drawings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 8 Plywood Repair (Allowance): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to repair and prepare the existing plywood layer for installation of a new roof system. An amount of $10,000.00 is determined for this bid item. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. Item No. 9 Metal Wall Panel Replacement (Allowance): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to replace portions of the Building H exterior metal wall panels between the upper and lower roof, as needed to install the new roof system. An amount of $10,000.00 is determined for this bid item. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS See Part 7 Technical Specifications. Page 10 of 15 PART 3 - CONSTRUCTION METHODS SECTION 300 — EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. See Part 7 Technical Specifications for additional Construction Methods. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 — ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-3 PEDESTRIAN ACCESS Pedestrian access to all offices, garages, storage areas etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all employees whose access will be impacted by construction operations. 601-1 GENERAL SECTION 601 — WORK AREA TRAFFIC CONTROL Page 11 of 15 The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public and employees around areas of construction, and into and out of the affected buildings. Page 12 of 15 PART 7 - TECHNICAL SPECIFICATIONS Page 13 of 15 SECTION 07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the Conditions of the Contract and Division 01 Specification Sections apply to this Section. 1.2 SUMMARY A. Provide all labor and materials to remove and replace the existing roofing system with a new built up roofing on all sections of Building `A', Building `B', and Building `H' within City of Newport Beach's Corporation Yard located at 592 Superior Avenue, Newport Beach, Ca. 92663. 1. All drains and overflows must be water tested by roofing contractor before reroofing begins. If any drains are clogged, please notify the owner immediately. Do not proceed until the drains are in working order. Roofing contractor will be responsible for all drains to be in working condition once roof is complete. 2. Contractor responsible to turn over all sites where work is to take place in the same condition as they were before the contractor started. All grounds adjacent to where work was done must be swept and all areas run over with a magnet to ensure that there are zero nails or sharp objects left on the grounds/grass. Grounds must also be walked thoroughly for visual inspection and any objects, debris, or trash must be removed. 3. Remove existing roof system and insulation down to the wood deck. 4. Replace any rotted or damaged wood. All replaced wood must be verified in person by the City or City representative. Lack of proof lies on the responsibility of the contractor. Without prior approval, change orders will not be paid. Any damaged plywood must be replaced with full 4-footx 8 -foot sheets of plywood. 5. All curbs over two (2) feet wide to have crickets installed on the upslope side and need to be properly sized to prevent ponding water behind the curbs. Enlarge existing as required and install new where missing. 6. Raise all vent curbs, duct curbs, pipe penetrations, and flashings as needed to reach a minimum height of eight (8) inches above finished roof surface. 7. Flash round penetrations using 4 -lb lead flashings. Install clamps to seal top. Top 1/4 -inch of lead jacks will be farrowed out and filled with moisture cure polyurethane sealant (e.g. Tuff Stuff). 8. Furnish and install all new redwood pipe/conduit supports set on %2 -inch walkpads at a minimum 8 -feet on center. Install new clamps. Wood to be adhered to walkpad SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 with mastic. Walkpad to float freely on roof. Walkpads to be approximately two (2)inches wider than blocking on each side. 9. Furnish and install all new redwood pipe/conduit supports set on 1/2 -inch walkpads underneath all duct support legs. Adjust duct support leg heights to accommodate blocking, cut off any metal that protrudes above duct work after/if they need to be raised. Wood to be adhered to walkpad with mastic. Walkpad to float freely on roof. Walkpads to be approximately two (2) inches wider than blocking on each side. 10. Bldg H: Install a loose laid red rosin paper and then nail a layer of HPR Glasbase Type II base sheet over the entire deck according to ASCE 7-10 wind uplift requirements. 11. Bldg A and Bldg B: Mechanically fasten polyisocyanurate insulation to deck to replace existing thickness. Install 1/2 -inch coverboard over insulation in full mopping of hot asphalt. 12. Install two (2) plies of Type IV HPR Glasfelts and Stressply Plus FR Mineral membrane in hot asphalt over entire roof surface. 13. An extra layer of Stressply EUV smooth will also be used in all flashing, base plies, edge metal reinforcement, pipe penetration reinforcement, and penetration plies. 14. All vertical surfaces to have one (1) layer of HPR Glasfelt installed directly to the surface in hot asphalt. Install 13 -inch wide Stressply EUV smooth in hot asphalt in base flashing angle. Then, torch apply one (1) layer of Stressply IV Plus UV Mineral on entire vertical surface extending nine (9) inches onto the field of the roof. 15. Replace all scuppers with new fully welded galvanized scuppers. Outside edge of scupper to be sealed to wall per SMACNA and NRCA 16. Contractor responsible for raising any pipes that need to be raised to achieve an fl- inch rise from finished roof height including but limited to electrical, conduits, gas, etc. City will turn off any gas when asked by contractor 17. All broken and disconnected conduits must be reattached and repaired within 48 hours of capsheet being installed. Contractor responsible to document any broken conduits before project starts. 18. Replace low passive vents with new 22 gaT-Top fully soldered units that allow for 8 -inch height before water can enter. Sides must come down so blowing rain does not enter easily. 19. Replace all vent caps with new to match existing. 20. Replace all pelican hoods and heat vents with new. 21. Replace all coping with new factory painted Kynar .040 aluminum metal. Outside face to be attached with a continuous cleat made from alum or stainless steel. Inside edge to be fastened every 18 -inches on center with a #14 fastener with rubber grommet. Caulk all coping joints with a 2 -inch wide strip of caulk using color - matched caulking that is neatly applied, taped off on the edges, and troweled into place in a smooth manner. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 22. All electrical and other penetrations on walls shall be sealed with Tuff Flash liquid flashing and Grip Polyester Firm. 23. Install White Star at two (2) gallons per square in a 2 -foot wide strip at all valley lines and in all drain areas. Install White Star at two (2) gallons per square on all seams in valley and drain areas prior to final coatAllow to dry overnight. Embed 30 -lbs of T24 minerals into White Star final coating while coating is still wet. Broom up and dispose of any loose materials once coating has dried. 24. Contractor to coat all roofs with Pyramic Title 24 coating at three (3) gallons per square, two coats at one and a half (1.5) gallons per square, back rolled, and cross hatched. 25. Seal all duct seams with Glenkote duct sealant and polyester in a three -course application 26. Install new Viking walkpads after coating has dried. Install three (3) per mechanical unit and to replace any existing walkpads. 27. Contractor to lift all side draft units and other units that sit on curbs in place, roof over curbs, install new fully soldered 22ga metal pans, and reinstall units. Roofing contractor shall be responsible for removing, disconnecting, and reinstallingductwork, electrical, and gas.. Please provide City a minimum of with 24 hours notice to turn off gas. 28. On Buildings A and B, contractor to core new overflow scuppers through the wall and install new fully welded galvanized overflow scuppers at each drain location. Outside edge of scupper to be sealed to the wall per SMACNA and NRCA. Reuse existing leaderhead and downspouts. 29. Building B to have new 8 -inch curb built for existing blower. Contractor shall roof over curb and install new pan per specifications. Liquid flash round blower duct into roofing system. 30. Building H specific scope: a. Install new enlarged crickets to maximize cricket size while keeping a maximum height of six (6) inches. b. Add a 3 -foot 0 -foot drain sump that is three (3) inches deep at each existing scupper location and add new Zurn 100 series drains in sump. Run drain plumbing through existing hole in wall. Reuse, move, and adjust existing downspouts/leaderheads to new drain line from new drain. Touch up paint as needed on exterior where downspouts were moved from. Existing scuppers will now become overflow scuppers. Contractor responsible for all plumbing. C. Large center ridge vents to be deleted, removed, and disposed of. Cover with plywood and roof over top. d. Raise all curbs to a minimum of eight (8) inches above finished roof height. e. In eight (8) skylight bays: Remove and dispose of existing skylight, raise curb to eight (8) inches, and install 3/4 -inch plywood on top of curb, except where new vents are to be added. Roof up and over top of plywood on curb. Install custom soldered metal pan on top and two (2) passive vents per curb SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 (total of 16 vents). All vents and metal pans are to be roofed in per SMACNA and NRCA guidelines and must be watertight. Each vent to be same width as curb and square. Remaining skylights to be deleted, have 3/4 -inch plywood installed over top of curb and roofed over. f. Contractor to number and remove metal wall panels between low and upper roof in order to add 8 -inch base flashings to lower roof. Install new R -Mer Seal self- adhering underlayment behind walls panels. Install new two-piece reglet and counterflashing. Install new '/2 -inch plywood as a backer for new BUR base flashing. Reinstall existing metal wall panels and replace clips as needed to match existing. Caulk seam of existing wall panels, prep and paint wall panels to match existing. 31. Paint Specification: a. Roof Lettering: Sherwin Williams SuperPaint Exterior Acrylic Latex Flat - Product Code A80T1154. (Black with glass beads) b. Flashing: Vista Paint Polytec Interior Semi -Gloss — Product Code .5700. (Color to match existing) A. American Society of Civil Engineers (ASCE): 1. ASCE 7-10, Minimum Design Loads for Buildings and Other Structures. B. American Society for Testing and Materials (ASTM): 1. ASTM D41 Standard Specification for Asphalt Primer Used in Roofing, Dampproofing and Waterproofing. 2. ASTM D312 Standard Specification for Asphalt Used in Roofing. 3. ASTM D451 Standard Test Method for Sieve Analysis of Granular Mineral Surfacing for Asphalt Roofing Products. 4. ASTM D2822 Standard Specification for Asphalt Roof Cement. 5. ASTM D5147 Standard Test Method for Sampling and Testing Modified Bituminous Sheet Materials. 6. ASTM D6162 Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using a Combination of Polyester and Glass Fiber Reinforcements. 7. ASTM D6163 Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Glass Fiber Reinforcements. 8. ASTM E108 Standard Test Methods for Fire Test of Roof Coverings. C. National Roofing Contractors Association (NRCA): SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 4 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 Roofing and Waterproofing Manual. 1.4 SUBMITTALS PRIOR TO ISSUANCE OF NOTICE -TO -PROCEED A. Manufacturer's Installation Instructions: Submit installation instructions and recommendations indicating special precautions required for installing the membrane. B. Manufacturer's Certificate: Certify that roof system furnished has a class A fire rating. C. Manufacturer's Certificate: Certify that the roof system is adhered properly to meet or exceed the requirements of ASCE 7-10 wind uplift requirements D. Manufacturer's Certificate: Certify that materials are manufactured in the United States and conform to requirements specified herein, are chemically and physically compatible with each other, and are suitable for inclusion within the total roof system specified herein. E. Manufacturer's Certificate: Submit a certified copy of the roofing manufacturer's ISO 9001 compliance certificate. F. Test Reports: Submit test reports, prepared by an independent testing agency, for all modified bituminous sheet roofing, this testing must show that sheets meet all minimum tensile, tear, and elongation requirements set forth as the standard in this specification. G. Written certification from the roofing system manufacturer certifying the applicator is currently authorized for the installation of the specified roof system. H. Qualification data for firms and individuals identified in Quality Assurance Article below. I. Provide color chart for all coping metal. Specimen Warranty: Provide an unexecuted copy of the 30 -year no dollar limit (NDL) warranty specified for this Project, identifying the terms and conditions required of the Manufacturer and the Owner. Warranty must be non pro -rated and must cover both labor and all materials. K. Notarized statement from the Roofing System Manufacturer, signed by an Officer of the Corporation with the Corporate Seal affixed thereto stating in writing that the Roofing System Manufacturer will provide field inspections three days per week during the entire period of installation until all construction work is completed and to be performed by a full time employee of the manufacturer at no additional cost to the owner. L. Notarized statement from the Roofing System Manufacturer, signed by an Officer of the Corporation with the Corporate Seal affixed thereto stating in writing that the Roofing System Manufacturer will warranty all built up roofing including all metal coping. M. Submit documentation showing NFR listing with a UL, ICC or other nationally recognized listing agency's listing for all passive vents to be installed. Obtain Engineer's approval prior to ordering products. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 1.5 CONTRACT CLOSEOUT SUBMITTALS A. General: Comply with Requirements of Division 01 Section — Closeout Submittals. B. Special Project Warranty: Provide specified warranties for the Project, executed by the authorized agent of the Manufacturer and authorized agent of the contractor. C. Roofing Maintenance Instructions. Provide a manual of manufacturer's recommendations for maintenance of installed roofing systems. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this Section with not less than 30 years documented experience and have ISO 9001 certification. B. Installer Qualifications: Company specializing in modified bituminous roofing installation with not less than 5 years experience and authorized by roofing system manufacturer as qualified to install manufacturer's roofing materials. C. Installer's Field Supervision: Maintain a full-time Supervisor/Foreman on job site during all phases of roofing work while roofing work is in progress. Maintain proper supervision of workmen. D. Maintain a copy of the Contract Documents in the possession of the Supervisor/Foreman and on the roof at all times. E. Source Quality Control: Manufacturer shall have in place a documented, standardized quality control program such as ISO -9001. F. Manufacturer must have been in business for as long as the warranty is to last (30 years). 1.7 PRE -INSTALLATION CONFERENCE A. Pre -Installation Roofing Conference: Convene a pre -roofing conference approximately two (2) weeks before scheduled commencement of modified bituminous roofing system installation and associated work. B. Require attendance of installer of each component of associated work, installers of deck or substrate construction to receive roofing work, installers of rooftop units and other work in and around roofing that must precede or follow roofing work (including mechanical work if any), Architect, Owner, roofing system manufacturer's representative, and other representatives directly concerned with performance of the Work, including (where applicable) Owner's insurers, testing agencies and governing authorities. Objectives of conference include: 1. Review foreseeable methods and procedures related to roofing work, including set up and mobilization areas for stored material and work area. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 6 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 2. Tour representative areas of roofing substrates (decks), inspect and discuss condition of substrate, roof drains, curbs, penetrations and other preparatory work performed by others. 3. Review structural loading limitations of deck and inspect deck for loss of flatness and for required attachment. 4. Review roofing system requirements (drawings, specifications and other contract documents). 5. Review required submittals both completed and yet to be completed. 6. Review and finalize construction schedule related to roofing work and verify availability of materials, installer's personnel, equipment and facilities needed to make progress and avoid delays. 7. Review required inspection, testing, certifying and material usage accounting procedures. Review weather and forecasted weather conditions and procedures for coping with unfavorable conditions, including possibility of temporary roofing (if not mandatory requirement). 9. Record discussion of conference including decisions and agreements (or disagreements) reached and furnish copy of record to each party attending. If substantial disagreements exist at conclusion of conference, determine how disagreements will be resolved and set date for reconvening conference. 10. Review notification procedures for weather or non -working days. C. The Owner's Representative will designate one of the conference participants to record the proceedings and promptly distribute them to the participants for record. D. The intent of the conference is to resolve issues affecting the installation and performance of roofing work. Do not proceed with roofing work until such issues are resolved to the satisfaction of the Owner. This shall not be construed as interference with the progress of Work on the part of the Owner. 1.8 DELIVERY, STORAGE AND HANDLING A. Products to arrive to site with seals and labels intact, in manufacturer's original containers, dry and undamaged. B. Store and handle roofing sheets in a dry, well -ventilated, weather -tight place to prevent moisture exposure. Store rolls of felt and other sheet materials on pallets or other raised surface. Stand all roll materials on end. Cover roll goods with a canvas tarpaulin or other breathable material (not polyethylene). SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 C. Do not leave unused materials on the roof overnight or when roofing work is not in progress unless protected from weather and other moisture sources. D. Secure all material and equipment on the job site. If any material or equipment is stored on the roof, assure that the integrity of the deck is not compromised at any time. Damage to the deck caused by the Contractor's actions will be the sole responsibility of the Contractor, and the deck will be repaired or replaced at his expense. 1.9 MANUFACTURER'S INSPECTIONS A. When the Project is in progress, the roofing system manufacturer will provide the following: 1. Report progress and quality of the work as observed. 2. Provide job site inspections with photographic reports three days per week for a minimum of one hour per day when contractor is on site. 3. Report to the Owner in writing any failure or refusal of the Contractor to correct unacceptable practices called to the Contractor's attention. 4. Confirm after completion that manufacturer has observed no application procedures in conflict with the specifications other than those that may have been previously reported and corrected. 1.10 PROJECT CONDITIONS A. Proceed with roofing work only when existing and forecasted weather conditions will permit a unit of work to be installed in accordance with manufacturer's recommendations and warranty requirements. B. Do not apply roofing insulation or membrane to damp deck surface. C. Do not expose materials subject to water or solar damage in quantities greater than can be weatherproofed during same day. 1.11 SEQUENCING AND SCHEDULING A. Sequence installation of roofing with related units of work specified in other Sections to ensure that roof assemblies, including roof accessories, flashing, trim and joint sealers, are protected against damage from effects of weather, corrosion and adjacent construction activity. 1.12 WARRANTY A. Upon completion of installation, and acceptance by the Owner, the Manufacturer will supply to the Owner a 30 -year NDL warranty that covers all roofing, walls, flashings, and metal coping. Warranty must be non pro -rated and must cover all labor and all materials installed from the deck up. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING g CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 B. Installer will submit a two (2) year bonded warranty and a three (3) year contractor warranty for a total of a five (5) year continuous warranty to the membrane manufacturer with a copy directly to Owner. PART 2 - PRODUCTS 2.1 PRODUCTS, GENERAL A. Refer to Division 01 Section Common Product Requirements. B. Basis of Design: Materials, manufacturer's product designations, and/or manufacturer's names specified herein shall be regarded as the minimum standard of quality required for work of this Section. Comply with all manufacturer and contractor/fabricator quality and performance criteria specified in Part 1. C. Substitutions: Products proposed as equal to the products specified in this Section shall be submitted in accordance with Bidding Requirements, Submittal Requirements in 1.4, and Division 01 provisions. Proposals shall be accompanied by a copy of the manufacturer's standard specification Section. That specification Section shall be signed and sealed by a professional engineer licensed in the state in which the installation is to take place. Substitution requests containing specifications without licensed engineer certification shall be rejected for non-conformance. 2. Include a list of three (3) projects of similar type and extent, located within a 100 - mile radius from the location of the project. In addition, the three (3) projects must be at least five (5) years old and be available for inspection by the Architect, Owner or Owner's Representative. 3. A spreadsheet with comparisons of tensile strength, tear strength, thickness, and elongation to specified products versus substituted product must be included. 4. Equivalency of performance criteria, warranty terms, submittal procedures, and contractual terms will constitute the basis of acceptance. 5. The Owner's decision regarding substitutions will be considered final. Unauthorized substitutions will be rejected. 2.2 ACCEPTABLE MANUFACTURERS A. The design is based upon roofing systems engineered and manufactured by The Garland Company or pre -approved equals: The Garland Company 3800 East 91st Street Cleveland, Ohio 44105 Steve Lampman (949) 322-1770 Website: www.garlandco.com SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 2.3 DESCRIPTION A. Modified bituminous Class `A' roofing work on all roof sections including but not limited to: 1. Base sheet: HPR Glasbase; Type II base sheet, ASTM D 4601, Type II 2. Ply sheets: HPR Glasfelts; Minimum two (2) plies of ASTM D2178, Type IV glass fiber roofing felt bonded to prepared surface with hot bitumen; 3. Hot Bitumen: Trumbull, Lo -Odor Type III steep asphalt having the following characteristics: a. Softening Point 185°F - 205°F b. Flash Point 500°F C. Penetration @ 77°F 15-35 units d. Ductility @ 77°F 2.0 cm 4. Base Flashing Ply: One (1) ply of Stressply EUV; 115 mil SBS and SIS rubberized sheet utilizing polyester and fiberglass combination reinforcement scrim covered by an additional layer of modified bitumen membrane (Stressply Plus FR UV Mineral membrane) and set in bitumen. 5. Modified Mineral Surfaced Capsheet Membrane for Field: STRESSPLY PLUS FR MINERAL; 145 mil SBS (Styrene-Butylene-Styrene) mineral surfaced, rubber modified roofing membrane incorporating recycled rubber, fire retardant characteristics and reinforced with a fiberglass and polyester composite membrane. 6. Modified Smooth Membrane for base flashing reinforcements and target reinforcement sheets around drains and penetrations: Stressply EUV; 145 mil SBS and SIS rubberized sheet utilizing polyester and fiberglass combination reinforcement scrim covered by an additional layer of modified bitumen membrane (Stressply IV PLUS UV Mineral) and set in bitumen. 7. Torch Grade Modified Title 24 Mineral Surfaced Capsheet Membrane for Vertical Surfaces: STRESSPLY IV PLUS UV MINERAL; 195 mil SBS (Styrene- Butylene-Styrene) mineral surfaced, rubber modified, torch grade, roofing membrane incorporating recycled rubber, fire retardant characteristics, with a burn off backer, and reinforced with a fiberglass and polyester composite membrane. The sheet must have a mineral surface that meets Title 24; 8. Surfacing for Field: Pyramic; Apply Title 24 coating to entire roof surface once roof is completed and a pre -coating punch list is completed. Coating to be applied at a total of 3 gallons per square, two coats at 1.5 gallons per coat. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 10 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 9. Valleys and drain areas: Apply White Star, a multi-purpose, single component, polyurea liquid coating in all valleys and drains. Embed 30 lbs per square of Title 24 minerals into polyurea immediately while wet. a. Tensile Strength (ASTM D 412) 2300 psi b. Tear Strength (ASTM D 624) 230 lbs/in c. Elongation (ASTM D 412) 250% d. Density (ASTM D 2939) 10.14 lbs/gal e. Reflectance: 0.89 f. Emittance:0.89 g. SRI: 112 minimum 2.4 BITUMINOUS MATERIALS A. Asphalt Primer: Garla Prime VOC; V.O.C. compliant, ASTM D41. B. Roofing Mastic: Kee -Lock white mastic; V.O.C. compliant, ASTM D2822, Type II. C. Interply Adhesive: Trumbul, ASTM D312, Type III, low odor 2.5 SHEET MATERIALS A. Felt Plies: HPR Glasfelts; Fiberglass Felts, ASTM D2178, Type IV B. Base Sheet: HPR Glasbase; Type II Base Sheet, ASTM D 4601. C. Modified Smooth Membrane: For Base Flashing Reinforcement and Target Sheet Reinforcement; Properties (Finished Membranes): STRESSPLY EUV; ASTM D6162, Type III Grade S 1. Tensile Strength (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 700 lbf/in CMD 750 lbf/in 2. Tear Strength (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 1300 lbf CMD 1400 lbf 3. Elongation at Maximum Tensile (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 6% CMD 6% 4. Low Temperature Flexibility (ASTM D5147): Passes -30°F 5. Pre consumer recycled content 21% 6. Post consumer recycled content 6% D. Modified Mineral Surface Capsheet Membrane: Top membrane for all low slope surfaces; Properties (Finished Membranes): Stressply Plus FR Mineral; ASTM D6162, Type III, Grade G 1. Tensile Strength (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 310 lbf/in CMD 310 lbf/in 2. Tear Strength (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 500 lbf CMD 500 lbf 3. Elongation at Maximum Tensile (ASTM D5147) SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 11 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 a. 2 in/min. @ 73.4 ± 3.6°F MD 3.5% CMD 3.5% 4. Low Temperature Flexibility (ASTM D5147): Passes -30°F E. Modified Title 24 Torch Applied Mineral Surface Capsheet Membrane: Top membrane for all vertical surfaces; Properties (Finished Membranes): Stressply IV Plus UV Mineral; ASTM D6162, Type III, Grade G 1. Tensile Strength (ASTM D5147) b. 2 in/min. @ 73.4 f 3.6°F MD 3101bf/in CMD 310 lbf/in 2. Tear Strength (ASTM D5147) a. 2 in/min. @ 73.4 ± 3.6°F MD 510 lbf CMD 510 lbf 3. Elongation at Maximum Tensile (ASTM D5147) b. 2 in/min. @ 73.4 f 3.6°F MD 9.0% CMD 8.0% 4. Low Temperature Flexibility (ASTM D5147): Passes -30°F 2.6 RELATED MATERIALS A. Nails and Fasteners: Non-ferrous metal or galvanized steel, except that hard copper nails shall be used with copper; aluminum or stainless steel nails shall be used with aluminum; and stainless steel nails shall be used with stainless steel. Fasteners shall be self -clinching type of penetrating type as recommended by the manufacturer of the deck material. Nails and fasteners shall be flush -driven through flat metal discs of not less than one (1) inch diameter. Omit metal discs when one-piece composite nails or fasteners with heads not less than one (1) inch diameter are used. B. Metal Discs: Flat discs or caps of zinc -coated sheet metal not lighter than 28 -gauge and not less than one (1) inch in diameter. Form discs to prevent dishing. Bell or cup shaped caps are not acceptable. C. Walkway Pads: Viking Products Group - Trafgard Walkpads; Factory formed, nonporous, with a slip -resisting surface texture, manufactured specifically for adhering to modified bituminous membrane roofing as a protection course for foot traffic: 1. 1/2 -inch thick, 3 -feet x 4 -feet 2. 97% recycled rubber, 3% urethane binders 3. Three (3) walkpads to be installed at each piece of HVAC equipment and mechanical equipment. Install new walkpads also in areas where existing walkpads are located. D. Walkway Pad Adhesive: Flashing Bond mastic E. Glass Fiber Cant: Continuous triangular cross-section made of inorganic fibrous glass used as a cant strip as recommended by the membrane manufacturer. F. Drain Flashings and pipe jacks: new 4 lb lead G. Coping metal: Contractor to break form from .040 kynar coated aluminum that is sourced from the membrane manufacturer to be included in the edge to edge warranty for the entire 30 -year period. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 12 H. Caulking, Tuff -Stuff MS: One part, non -sag urethane sealant. 1. Tensile Strength, ASTM D 412: 250 psi 2. Elongation, ASTM D 412: 450% 3. Hardness, Shore A ASTM C 920: 35 4. Adhesion -in -Peel, ASTM C 92: 30 pli I. Liquid Flashing, Tuff Flash: An asphaltic -polyurethane, low odor, liquid flashing material designed for specialized details unable to be waterproofed with typical modified membrane flashings. Must be used with Grip Polyester Firm. 1. Tensile Strength (ASTM D412) 400psi 2. Elongation (ASTM D412) 300% 3. Density @77 degrees F 8.5 lbs/gal typical J. Reinforcement fabric for liquid flashing, Grip Polyester Firm: A strong, elastic, polyester reinforcement fabric. 1. Tensile Strength (ASTM D1682) 75.3 lbs 2. Tear Strength 75 lbs 3. Elongation (ASTM D1682) 44% 4. Mullen Burst (ASTM D3786) 139 lbs 2.7 SURFACINGS A. Entire Roof. Title 24 elastomeric coating; Installed at three (3) gallons per square over entire roof after all work is done to ensure entire roof is bright white at completion. 1. Weight/Gallon 12 lbs./gal. (1.44 g/cm3) 2. Non -Volatile % (ASTM D 1644) 66 min 3. Reflectance 81 % B. Title 24 coating (valleys): Valleys and drain areas: Apply White Star, a multi- purpose, single component, polyurea liquid coating in all valleys and drains. Embed 30 lbs per square of Title 24 minerals into polyurea immediately while wet. 1. Tensile Strength (ASTM D 412) 2300 psi 2. Tear Strength (ASTM D 624) 230 lbs/in 3. Elongation (ASTM D 412) 250% 4. Density (ASTM D 2939) 10.14 lbs/gal 5. Reflectance: 0.89 6. Emittance:0.89 7. SRI: 112 minimum 2.8 INSULATION MATERIALS A. Provide thicknesses of polyisocyanurate insulation to match existing as indicated and to ensure water flows to the drains. Provide coverboard over all insulation. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 13 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 1. Polyisocyanurate Board Roof Insulation: Rigid cellular foam, complying with ASTM C1289, Type II, Class 1, cellulose felt or glass fiber mat both faces, Grade 2 and with the following characteristics: a. Qualities: Rigid, closed cell polyisocyanurate insulation. b. Board size: 48 -inch by 96 -inch C. Physical Properties Dimensional Stability ASTM D-2126 Compressive Strength ASTM D-1621 Vapor Permeability ASTM E-96 Foam Core Density ASTM D-1622 2. Fiberboard Coverboard: a. Qualities: high density fiberboard installed polyisocyanurate insulation. b. StructoDek High Density Fiberboard or equal C. Board Size: 4 -feet x 8 -feet d. Thickness: 1/2 -inch minimum. e. Attachment Method: Hot asphalt PART 3 — EXECUTION 3.1 EXECUTION, GENERAL 2% max. 20 psi min. 1 perm max. 2.0 pcf min. over the base layer of A. Comply with requirements of Division 01 Section "Common Execution Requirements." 3.2 EXAMINATION A. Verify that deck surfaces and project conditions are ready to receive work of this Section. B. Verify that deck is supported and secured to structural members. C. Verify that deck is clean and smooth, free of depressions, projections or ripples, and is properly sloped to drains. D. Verify that adjacent roof substrate components do not vary more than 1/4 inch in height. E. Verify that deck surfaces are dry F. Verify that openings, curbs, pipes, conduit, sleeves, ducts, and other items which penetrate the roof are set solidly, and that cant strips, wood nailing strips, and reglets are set in place. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 14 3.3 GENERAL INSTALLATION REQUIREMENTS A. Cooperate with manufacturer, inspection and test agencies engaged or required to perform services in connection with installing the roof system. B. Insurance/Code Compliance: Where required by code, install and test the roofing system to comply with governing regulation and specified insurance requirements. C. Protect other work from spillage of roofing materials and prevent materials from entering or clogging drains and conductors. Replace or restore other work damaged by installation of the modified bituminous roofing system. D. Coordinate installation of roofing system components so that insulation and roofing plies are not exposed to precipitation or left exposed overnight. Provide cut-offs at end of each day's work to cover exposed ply sheets and insulation with two (2) plies of #15 organic roofing felt set in full moppings of bitumen and with joints and edges sealed with roofing cement. Remove cut-offs immediately before resuming work. E. Asphalt Bitumen Heating: Heat and apply bitumen in accordance with the Equiviscous Temperature (EVT) Method as recommended by National Roofing Contractors Association (NRCA). Do not raise temperature above minimum normal fluid -holding temperature necessary to attain EVT (plus 5°F at point of application) more than one (1) hour prior to time of application. Determine flash point, finished blowing temperature, EVT, and fire -safe handling temperature of bitumen either from information by manufacturer or by suitable test. Do not exceed recommended temperature limits during bitumen heating. Do not heat to a temperature higher than 25 degrees (25°F) Fahrenheit below flash point. Discard bitumen that has been held at temperature exceeding Finishing Blowing Temperature (FBT) for more than three (3) hours. Keep kettle lid closed except when adding bitumen. F. Asphalt Bitumen Mopping Rate: 1. Interply Mopping: Apply bitumen at the rate of approximately 25 pounds (11.3kg) of bitumen per roof square. 2. Modified Membrane Mopping: Apply bitumen at the rate of approximately 30pounds (I3.6kg) of bitumen per roof square. G. Substrate Joint Penetrations: Prevent bitumen from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. H. Apply roofing materials as specified by manufacturer's instructions. Keep roofing materials dry before and during application. 2. Do not permit phased construction. 3. Complete application of roofing plies, modified sheet and flashing in a continuous operation. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 15 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 4. Begin and apply only as much roofing in one day as can be completed that same day. I. Cut -Offs (Waterstops): At end of each day's roofing installation, protect exposed edge of incomplete work, including ply sheets and insulation. Provide temporary covering of two (2) plies of #15 organic roofing felt set in full moppings of bitumen with joints and edges sealed. Broadcast minerals from mineral surface membrane manufacturer into the bleed out of bitumen while bitumen at its recommended EVT temperature to achieve uniform color throughout. 3.4 FELT PLY INSTALLATION A. Fiberglass Plies: Install two (2) fiberglass ply sheets in 25pounds (I1.3kg) per square of bitumen shingled uniformly to achieve two (2) plies over the entire prepared substrate. Shingle in direction of slope of roof to shed water on each area of roof. Do not step on felt rolls until asphalt has cooled, fish mouths should be cut and patched. B. Lap ply sheet ends eight (8) inches (203mm). Stagger end laps 12 inches (304mm) minimum. C. Lightly broom in fiberglass plies to assure complete adhesion. D. Extend plies two (2) inches (50mm) beyond top edges of cants at wall and roof projections and equipment bases. 3.5 MODIFIED FIELD CAPSHEET MEMBRANE APPLICATION A. Solidly bond the modified membrane to the base layers with specified asphalt at the rate of 30 pounds (11-13kg) per 100 square feet. B. The modified membrane roll must have asphalt slightly visible at all side laps. Exercise care during application to eliminate air entrapment under the membrane. C. Apply pressure to all seams to ensure that the laps are solidly bonded to substrate. D. Install subsequent rolls of modified membrane across the roof as above with a minimum of four (4) inch (101mm) side laps and eight (8) inch (203mm) end laps. Stagger the end laps. Apply the modified membrane in the same direction as the previous layers but stagger the laps so they do not coincide with the laps of the base layers. E. Extend membrane two (2) inches (50mm) beyond top edge of all cants in full moppings of the specified asphalt. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 16 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 3.6 FLASHING MEMBRANE INSTALLATION A. Seal all curb, wall and parapet flashings with an application of mastic and mesh on a daily basis. Do not permit conditions to exist that will allow moisture to enter behind, around or under the roof or flashing membrane. B. Prepare all walls, penetrations and expansion joints to be flashed and where shown on the drawings, with asphalt primer at the rate of one (1) gallon per 100 square feet. Allow primer to dry tack free. C. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction over all wood vertical surfaces. D. Fiberglass plies: Install one (1) fiberglass ply sheet in 25pounds per square of bitumen shingled uniformly to cover the entire wall in a vertical direction. Extend over top of parapet wall. E. Install a 13 -inch wide sheet of the modified smooth membrane in the angle. F. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire vertical surface and will be fully adhered with a roofer's torch to the underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to be secured with a termination bar that is fastened to the wall every eight (8) inches on center. G. All layers must be solidly adhered. H. Coordinate counter flashing, cap flashings, expansion joints, and similar work with modified bitumen roofing work. I. Coordinate roof accessories, miscellaneous sheet metal accessory items, including piping vents and other devices with the roofing system work. Coping Cap Prime vertical wall at a rate of 100 square feet per gallon and allow to dry. 2. Set cant in bitumen. Run all field plies over cant a minimum of two (2) inches. 3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction over all wood vertical surfaces. 4. Fiberglass plies: Install one (1) fiberglass ply sheet in 25 pounds per square of bitumen shingled uniformly to the base sheet covering the entire wall in a vertical direction including top of parapet wall. 5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle. 6. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire vertical surface and will be fully adhered with a roofer's torch to the underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to be secured with a termination bar that is fastened to the wall every eight (8) inches on center. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 17 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 7. Install coping cap with continuous outside clip and fasten on the inside edge every 18 inches on center. K. Equipment Support Prime vertical at a rate of 100 square feet per gallon and allow to dry. 2. Set cant in bitumen. Run all field plies over cant a minimum of two (2) inches. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction over all wood vertical surfaces. 4. Fiberglass plies: Install one (1) fiberglass ply sheet in 25pounds per square of bitumen shingled uniformly to the base sheet covering the entire wall in a vertical direction. Install a 13 -inch wide sheet of the modified smooth membrane in the angle. 6. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire vertical surface and will be fully adhered with a roofer's torch to the underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to be secured with a termination bar that is fastened to the wall every eight (8) inches on center. 7. Roof over entire curb if unit is to be lifted. Install new slip metal under curbs that are not roofed over. Fasten at 12 inches on center with fasteners and neoprene washers. All joints in metal shall be sealed to be watertight. 9. Replace all pans completely with new using 22 -gauge galvanized metal. L Exhaust Fan Minimum curb height is eight (8) inches. Prime vertical at a rate of 100 square feet per gallon and allow to dry. 2. Set cant in bitumen. Run all plies over cant a minimum of two (2) inches. 3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction. 4. Fiberglass ply: Install one (1) fiberglass ply sheet in 25 pounds per square of bitumen shingled uniformly to the base sheet covering the entire wall in a vertical direction. 5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle. 6. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire vertical surface and will be fully adhered with a roofer's torch to the underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to be secured with a termination bar that is fastened to the wall every eight (8) inches on center. 7. Install metal exhaust fan over the fasteners and flashing to act as counterflashing. Fasten per manufacturer's recommendation. If existing pan flashing does not come down three (3) inches over roofing materials, install new slip flashing and fasten at 12 inches on center with fasteners and neoprene washers. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 18 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 M. Passive Vent/Air Intake 1. Minimum curb height is eight (8) inches. Prime vertical at a rate of 100 square feet per gallon and allow to dry. 2. Set cant in bitumen. Run all plies over cant a minimum of two (2) inches. 3. Scatter nail and sprinkle mop a Type II base sheet to entire wall in a vertical direction. 4. Fiberglass ply: Install one (1) fiberglass ply sheet in 25 pounds per square of bitumen shingled uniformly to the base sheet covering the entire wall in a vertical direction. 5. Install a 13 -inch wide sheet of the modified smooth membrane in the angle. 6. The modified Title 24 torch applied mineral surface capsheet membrane to cover the entire vertical surface and will be fully adhered with a roofer's torch to the underlying ply, extending nine (9) inches into the field of the roof. Top of sheet to be secured with a termination bar that is fastened to the wall every eight (8) inches on center. 7. Install passive vent/air intake over the fasteners and flashing to act as counterflashing. Fasten per manufacturers recommendations. If existing pan flashing does not come down three (3) inches over roofing materials, install new slip flashing and fasten at 12 inches on center with fasteners and neoprene washers. N. Roof Drain 1. Plug drain to prevent debris from entering plumbing. 2. Run roof system plies over drain. Cut out plies inside drain bowl. 3. Set lead flashing (30 -inch square minimum) in 1/4 -inch bed of mastic. Run lead into drain a minimum of two (2) inches. Prime lead at a rate of 100 square feet per gallon and allow to dry. 4. Install target sheet ply (40 -inch square minimum) in bitumen. 5. Install modified smooth membrane for field (48 -inch square minimum) in bitumen. 6. Install clamping ring and assure that all plies are under the clamping ring. 7. Remove drain plug and install strainer. Replace all strainers with new metal strainers. O. Plumbing Stack 1. Minimum stack height is 12 inches. 2. Prime flange of new lead flashing. Install properly sized lead set in'/4-inch bed of roof cement over roof plies. 3. Install target sheet ply in bitumen. 4. Install modified smooth membrane for field in bitumen. 5. Caulk the intersection of the membrane with elastomeric sealant. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 19 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 6. Turn sleeve a minimum of one (1) inch down inside of stack or clamp at top, farrow out top edge, and seal with Tuff Stuff caulking. P. Heat Stack 1. Minimum stack height is 12 inches. 2. Prime flange of new sleeve. Install properly sized sleeves set in 1/4 -inch bed of roof cement over roof plies. 3. Install target sheet ply in bitumen. 4. Install modified smooth membrane for field in bitumen. 5. Caulk the intersection of the membrane with elastomeric sealant. 6. Install new collar over cape. Weld collar or install stainless steel draw brand. 3.7 APPLICATION OF SURFACING A. Reflective Coating: 1. Allow all cold applied mastics and coating to properly dry and cure before installing the Title 24 coating. 2. Install three (3) gallons per square of Title 24 coating after powerwashing roof and allowing to dry. Coating must be installed at one and a half (1.5) gallons per coat, two (2) coats, for a total of three (3) gallons. Back roll each coat and install each coat at 90 degree angle to the prior coat for an even appearance. 3.8 FIELD QUALITY CONTROL A. Perform field inspection and testing as required B. Correct defects or irregularities discovered during field inspection. C. A copy of the specification shall be on site at all times. 3.9 CLEANING A. Remove bitumen adhesive drippings from all walls, windows, floors, ladders and finished surfaces. B. In areas where finished surfaces are soiled by asphalt or any other sources of soiling caused by work of this Section, consult manufacturer of surfaces for cleaning instructions and conform to their instructions. C. Repair or replace defaced or disfigured finishes caused by work of this Section. 3.10 CONSTRUCTION WASTE MANAGEMENT A. Remove and properly dispose of waste products generated during roofing procedures. Comply with requirements of authorities having jurisdiction. SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 20 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 3.11 FINAL INSPECTION A. At completion of roofing installation and associated work, meet with Contractor, Architect, installer, installer of associated work, Owner, roofing system manufacturer's representative, and other representatives directly concerned with performance of roofing system. B. Walk roof surface areas of the building, inspect perimeter building edges as well as flashing of roof penetrations, walls, curbs and other equipment. List all items requiring correction or completion and furnish copy of list to each party in attendance. C. The roofing system manufacturer reserves the right to request a thermographic scan of the roof during final inspection to determine if any damp or wet materials have been installed. The thermographic scan shall be provided by the Roofing Contractor, at no additional cost to the City. D. If core cuts verify the presence of damp or wet materials, the Roofing Contractor shall be required to replace the damaged areas at his own expense. E. Repair or replace deteriorated or defective work found at time of inspection. Contractor is required to provide an installation free of damage and deterioration at time of Substantial Completion and according to warranty requirements. F. Notify the Owner upon completion of corrections. G. Following the final inspection, provide written notice of acceptance of the installation from the roofing system manufacturer. H. Immediately correct roof leakage during construction. If the Contractor does not respond within 24 hours, the Owner will exercise rights to correct the Work under the terms of the Conditions of the Contract. END OF SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING SECTION 07 55 00 - MODIFIED BITUMINOUS MEMBRANE ROOFING 21 CITY OF NEWPORT BEACH CORPORATION YARD - BLDG A, BLDG B, AND BLDG H 8-25-2020 APPENDIX A — PHOTO REPORT Prepared by: The Garland Company, Inc. Report date: July 19, 2019 Page 14 of 15 I R City of Newport Beach - Corp & Utility Yards Prepared By Steve Lampman Prepared For Kathryne Cho Table of Contents Corporate Yard/ A /Photo Report: Jul 19, 2019 - Inspection .. 3 Corporate Yard / B / Photo Report: Jul 19, 2019 - Inspection 6 Corporate Yard / C / Photo Report: Jul 19, 2019 - Inspection ... .... ..... .... 10 Corporate Yard / D / Photo Report: Jul 19, 2019 - Inspection 13 Corporate Yard / H / Photo Report: Jul 19, 2019 - Inspection 16 Utilities Yard/ Gravel BUR (All) /Photo Report: Jul 19, 2019 - Inspection 19 sii s: 4: 1695 Client: City of Newport Beach Facility: Corporate Yard Roof Section: A Photo Report Report Date: 07/19/2019 Title: Inspection Photo 1 Overview Photo 2 Cap sheet is nearing the end of its expected life but remains in fair condition. Photo 3 Overview of rooftop equipment. Photo Report: Jul 19, 2019 - Inspection Page 3 of 23 Photo 4 Typical a/c unit and curb. Photo 5 Large duct penetrations and curbs. Photo 6 Roof drains to scuppers. Rustyvents need to be replaced. Photo 7 Wall penetrations should be relocated to the field of the roof. Photo Report: Jul 19, 2019 - Inspection Page 4 of 23 Photo 8 Rusty vents should be replaced. Photo 9 Electrical conduit and lights penetrate the coping. Photo Report: Jul 19, 2019 - Inspection Page 5 of 23 [a since 1896 Client: City of Newport Beach Facility: Corporate Yard Roof Section: B Photo Report Report Date: 07/19/2019 Title: Inspection Photo 1 Overview Photo 2 Overview Photo 3 Cap sheet is in poor condition, shows mineral loss, and is at the end of its expected life. Photo Report: Jul 19, 2019 - Inspection Page 6 of 23 Photo 4 Roof has reached beyond its useful life. Plies are not adhered. Asphalt is no longer soft and pliable and is instead brittle and cracked. Core sample shows cap sheet, two base plies, and base sheet. Three inches of polyi socya nu rate insulation and a 1/2" coverboard is also present over the wood deck. Photo 5 Typical rooftop equipment. Curbs will need to be raised to 8" above finished roof level at time of reroof to meet industry standards. Photo 6 Typical rooftop equipment. Photo 7 Antenna set on pallet and roof pads. Photo Report: Jul 19, 2019 - Inspection Page 7 of 23 Photo 8 Rusty vents need to be replaced with new copper vents with fully welded sides to prevent wind driven rain from entering the building. Photo 9 ---•---sem-- Water drains to scuppers. r Photo 10 The deck sags in several areas, causing moderate ponding. Photo 11 Copingjoints are in poor condition. Coping should be replaced when the roof is replaced. Photo Report: Jul 19, 2019 - Inspection Page 8 of 23 Photo 12 Conduit and lights penetrate the coping cap. Photo Report: Jul 19, 2019 - Inspection Page 9 of 23 Photo Report sir1L:: 1695 Client: City of Newport Beach Facility: Corporate Yard Report Date: 07/19/2019 Title: Inspection Roof Section: H i Photo 1 Overview of the lower roof. This roof appears to be installed over the original standing seam metal roof system. No core sample was allowed to be taken so several assumptions had to be made in terms of configuration. It is being assumed that plywood was installed over the standing seam metal roof and that the plywood can be reused during the next reroof. Photo 2 Overview of the lower roof. Overall this roof is in fair to good condition but is experiencing a lot of leaks. Photo 3 Note that skylights on both roof sections are too low and should have taller curbs built during the next reroof. Overview of the upper roof. Photo Report: Jul 19, 2019 - Inspection Page 16 of 23 Photo 4 Large vents are set on the center ridge. Photo 5 Overview of the center ridge. Photo 6 Water drains to scuppers. Many past repairs are evident. Photo 7 Skylights are very dry and cracked and need to be replaced. Caulking repairs cover the worst of the issue. Photo Report: Jul 19, 2019 - Inspection Page 17 of 23 Photo 8 Cap sheet in waterways is in very poor condition. Larger crickets need to be installed during the next reroof to better get water off the building. Photo 9 Wall panels between upper and lower roofs extend too low to properly terminate the roofing system. Panels need to be removed, cut 12" off bottom end, and reinstalled. New roofing base flashings will turn up 12" and have a new counterflashing installed at the bottom. This is the correct way to detail this and will be good for the life of the building. This is necessary to reroof this building. Photo Report: Jul 19, 2019 - Inspection Page 18 of 23 APPENDIX B — ASBESTOS SURVEY Performed by: Cardinal Environmental Consultants, Inc. Report date: July 24, 2020 Page 15 of 15 illl Cardinal ENVIRONMENTAL CONSULTANTS INC. Asbestos Inspection Report (Limited to Buildings A, B & H Roofs) jo Site: 592 Superior Ave Newport Beach, CA 92663 Prepared for: City of Newport Beach (PWD) 100 Civic Center Drive, Bay 2D Newport Beach, CA 92660 Date: July 24th 2020 Cardinal ENVIRONMENTAL CONSULTANTS INC. Date: Owner/Client: Site Address: Subj ect: Cardinal Environmental Consultants Inc. July 24th, 2020 City of Newport Beach (PWD) 100 Civic Center Drive, Bay 2D Newport Beach, CA 92660 592 Superior Ave Newport Beach, CA 92663 Asbestos Inspection Report 2691 Dow Avenue Suite C-2 Tustin, California 92780 Phone: (714) 730-5931 Fax: (714) 730-1697 2 Cardinal Environmental Consultants was contracted to conduct a pre -renovation asbestos survey at 592 Superior Avenue. This survey is limited to the roof of structures A, B & H. Cardinal inspectors diligently inspected the roofing systems for their condition and conducted bulk sampling for asbestos containing materials. All suspect materials were sampled in accordance with local and federal regulations. Laboratory data, sampling methodology and procedures can be found on subsequent pages of this report. Regulatory Compliance On July 16th, 2020 Cardinal Environmental Consultants Inc conducted an asbestos survey of 592 Superior Avenue (Buildings A, B & H Roofs). The survey was completed in compliance with the federal AHERA (Asbestos Hazard Emergency Response Act) 40 CFR Part 763 subpart E. The Act indicates procedures for sampling and reporting of asbestos information (about the school) to students, staff, and contractors working on schools where students K through 12 are present. David G Johnson (CSST 17-5918) and Ronald R McDaniel (CAC 01-2865) conducted this survey. Adherence to NESHAP (National Emission Standard for Hazardous Air Pollutants) has been achieved with compliance to South Coast Air Quality Management District's Rule 1403. SCAQMD is the local air quality district that regulates and monitors asbestos abatement activity in the region of the project. 11Page Sampling Methodology - Asbestos Cardinal Environmental Consultants Inc. used several procedures from visual assessments to tactile assessments and a modified random sampling protocol to collect the samples of the suspect asbestos containing material. Cardinal's sampling procedures incorporate the use of plastic Ziploc bags, labeled with black permanent markers per a unique numbering sequence. One label with the suspect samples collected for this report was given a unique sample identification number. A second description was placed on the bulk sample log. Information about the sample, including the sample type and location was noted on the sheet as each sample was collected. Asbestos: Any building material which contains asbestos in an amount greater than I% by weight, area. <1% Asbestos: Federal regulations and SCAQMD (South Coast Air Quality Management District) do not regulate asbestos at this percentage. Notifications to these agencies do not apply. However, OSHA regulations do apply. These are specific to "worker protection" issues. A contractor who is "DOSH certified" is required if removing more than a 100 square feet. Federal and State regulations do not regulate the disposal of this type of construction debris with this level of asbestos. However, your local landfill may have a "zero tolerance" for any asbestos containing debris. Suspect Asbestos -Containing Materials IV Samples of suspect Asbestos -containing materials were taken throughout the interior and exterior of the buildings. We were able to collect representative samples of all the building materials. The following materials were tested: • Parapet Mastic • Blocking Mastic • Skylight Mastic • Penetration Mastic • HVAC Mastic • Composition Roofing Results All samples were packaged and shipped to EmLab P&K, LLC (NVLAP 200757-0). The analysis procedure used to determine the presence of asbestos is outlined in the Code of Federal Regulations 40 CFR part 763, Section 1, Appendix A, Polarized Light Microscopy. 2 1 P a g e The following tables depict the asbestos at the site. The investigator has reviewed the results and construction of the buildings and made adjustments to the locations and the quantities based on "homogeneous areas". AHERA can require that like areas in type, construction, and use (that test positive for asbestos) be combined with other similar areas. Therefore, some areas may not be specifically tested for asbestos but be included in an area of asbestos. Likewise, an area that has tested negative for asbestos could be included in the asbestos table because of the definition of "homogeneous area". Subsequent tables in this document depict what was sampled and the outcome of each. Those subsequent tables should be used for clarification and not for quantification of asbestos. Asbestos: Material Location Quantity Skylight Mastic Building H Roof 15 ea 150 sf Blocking Mastic Buildings A Roof Blocking 25 sf Blocking Mastic Building B Roof Blocking 40 sf Blocking Mastic Building H Roof Blocking 40 sf Penetration Mastic Building A Penetrations 50 sf Penetration Mastic Building B Penetrations 50 sf Penetration Mastic Building H Penetrations 50 sf Summary Although we aggressively searched for asbestos, the contractor should be made aware of the potential of uncovering asbestos during demolition. A supervisor trained in identifying asbestos should be present at the beginning of demolition. Sincerely yours, CARDINAL ENVIRONMENTAL CONSULTANTS INC., A California Corporation B Ronald R. McDaniel California Certified Asbestos Consultant #01-2865 CDPH Certified Lead Inspector/Assessor and Project Monitor/Designer #3599 3 1 P a g e Site Diagram 592 Superior Avenue Not to Scale N W S Not To Scale E Building H 21 24 1 EL 2 23 3 14 12 5 6 Sample Numbers Are Noted In Red 11 10 17 1316 19 22 Building B In some cases samples have been taken from structures built in the some era of construction, and considered homogeneous in other structures. 21 24 20 23 14 12 15 18 9 In some cases samples have been taken from structures built in the some era of construction, and considered homogeneous in other structures. Sampling Table Asbestos Sampling Data Date: July 24th, 2020 Client: City of Newport Beach Location: 592 Superior Avenue Cardinal Environmental Consultants Inc. Technician: David G Johnson Analysis Polarized Light Microscopy Type: Code of Federal Regulations 40 CFR part 763, Section 1, Appendix Building # Material Sample # Results Condition Haza RatAL_ P", F/NF Sample Location Building H Parapit Mastic NP -01 ND Good N/A NF Found at Roof Edge Building H Parapit Mastic NP -02 ND Good N/A NF Found at Roof Edge Building H Parapit Mastic NP -03 ND Good N/A NF Found at Roof Edge % Building H Skylight Mastic NP -04 Good N/A NF Located Around Roof Mounted Skylights Chrysotile % Building H Skylight Mastic NP -05 Good N/A NF Located Around Roof Mounted Skylights Chrysotile % Building H Skylight Mastic NP -06 Good N/A NF Located Around Roof Mounted Skylights Chrysotile Buildings A & Parapit Mastic NP -07 ND Good N/A NF Found at Roof Edge B Buildings A & Parapit Mastic NP -08 ND Good N/A NF Found at Roof Edge B Buildings A & Parapit Mastic NP -09 ND Good N/A NF Found at Roof Edge B Buildings A & HVAC Mastic NP -10 ND Good N/A NF At Duct Seams B Buildings A & HVAC Mastic NP -11 ND Good N/A NF At Duct Seams B Buildings A & HVAC Mastic NP -12 ND Good N/A NF At Duct Seams B ND- No Asbestos Detected NF- Non -Friable F- Friable Page 1 Asbestos Sampling Data Date: July 24th, 2020 Client: City of Newport Beach Location: 592 Superior Avenue Cardinal Environmental Consultants Inc. Technician: David G Johnson Analysis Polarized Light Microscopy Type: Code of Federal Regulations 40 CFR part 763, Section 1, Appendix Building •Condition. Jim . BuildinBgs A & Penetration Mastic NP -13 Good N/A NF Associated With Roof Penetrations Chrysotile Buildings A & 5% penetration Mastic NP -14 Good N/A NF Associated With Roof Penetrations B Chrysotile BuildinBgs A & Penetration Mastic NP -15 Good N/A NF Associated With Roof Penetrations Chrysotile BuildinBgs A & Blocking Mastic NP -16 Good N/A NF Roof Blocking Mastic Chrysotile BuildinBgs A & Blocking Mastic NP -17 Good N/A NF Roof Blocking Mastic Chrysotile BuildinBgs A & 5 Blocking Mastic NP -18 Good N/A NF Roof Blocking Mastic Ch D sotile Buildings A,B Roofing composition is considered Tar Layer NP -19 ND Good N/A NF & H homogeneous. Buildings A,B Roofing composition is considered Tar Layer NP -20 ND Good N/A & H homogeneous. Buildings A,B Roofing composition is considered Tar Layer NP -21 ND Good N/A NF & H homogeneous. Buildings A,B Roofing composition is considered Composition Roofing NP -22 ND Good N/A & H homogeneous. Buildings A,B Roofing composition is considered Composition Roofing NP -23 ND Good N/A & H homogeneous. Buildings A,B Roofing composition is considered Composition Roo Roofing NP -24 ND Good N/A & H homogeneous. ND- No Asbestos Detected NF- Non -Friable F- Friable Page 2 tiff eurofins CRAI �h DQ_V Report for: David Johnson Cardinal Environmental 2691 Dow Avenue Ste. C-2 Tustin, CA 92780 Regarding: Project: City of Newport Beach; 592 Superior Avenue EMIL ID: 2444498 Approved by: r Approved Signatory Danny Li Dates of Analysis: Asbestos PLM: 07-22-2020 Service SOPs: Asbestos PLM (EPA 40CFR App E to Sub E of Part 763 & EPA METHOD 600/R-93-116, SOP EM -AS -S-1267) NVLAP Lab Code 200757-0 All samples were received in acceptable condition unless noted in the Report Comments portion in the body of the report. The results relate only to the samples as received. The results include an inherent uncertainty of measurement associated with estimating percentages by polarized light microscopy. Measurement uncertainty data for sample results with >1 % asbestos concentration can be provided when requested. Eurofins EMI -ab P&K ("the Company") shall have no liability to the client or the client's customer with respect to decisions or recommendations made, actions taken or courses of conduct implemented by either the client or the client's customer as a result of or based upon the Test Results. In no event shall the Company be liable to the client with respect to the Test Results except for the Company's own willful misconduct or gross negligence nor shall the Company be liable for incidental or consequential damages or lost profits or revenues to the fullest extent such liability may be disclaimed by law, even if the Company has been advised of the possibility of such damages, lost profits or lost revenues. In no event shall the Company's liability with respect to the Test Results exceed the amount paid to the Company by the client therefor. EMLab P&K, LLC EMI -ab ID: 2444498, Page 1 of 6 Eurofins EMLab P&K 17461 Derian Ave, Suite 100, Irvine, CA 92614 (866) 888-6653 Fax (623) 780-7695 www.emlab.com Client: Cardinal Environmental Date of Sampling: 07-20-2020 CIO: David Johnson Date of Receipt: 07-21-2020 Re: City of Newport Beach; 592 Superior Avenue Date of Report: 07-23-2020 ASBESTOS PLM REPORT Location: NP -01, Building H, Parapit Mastic Total Samples Submitted: 24 Total Samples Analyzed: 18 Total Samples with Laver Asbestos Content > 1%: 3 Lab ID -Version$: 11654728-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 15% Glass Fibers Sample Composite Homogeneity: Moderate Location: NP -02, Building H, Parapit Mastic Lab ID -Version$: 11654729-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 15% Glass Fibers Sample Composite Homogeneity: Moderate Location: NP -03, Building H, Parapit Mastic Lab ID -Version$: 11654730-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 15% Glass Fibers Sample Composite Homogeneity: Moderate Location: NP -04, Building H, Skylight Mastic Lab ID -Version$: 11654731-1 Sample Layers Asbestos Content Black Mastic 5% Chrysotile Sample Composite Homogeneity: Moderate Comments: Samples NP -05 and NO -06 were not analyzed due to prior positive series. The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by any agency of the federal government. Eurofins EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: 2444498, Page 2 of 6 Eurofins EMLab P&K 17461 Derian Ave, Suite 100, Irvine, CA 92614 (866) 888-6653 Fax (623) 780-7695 www.emlab.com Client: Cardinal Environmental Date of Sampling: 07-20-2020 CIO: David Johnson Date of Receipt: 07-21-2020 Re: City of Newport Beach; 592 Superior Avenue Date of Report: 07-23-2020 ASBESTOS PLM REPORT Location: NP -07, Building A and B, Parapit Mastic Lab ID-Versionj: 11654734-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 10% Cellulose Sample Composite Homogeneity: Moderate Location: NP -08, Building A and B, Parapit Mastic Lab ID-Versionj: 11654735-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 10% Cellulose Sample Composite Homogeneity: Moderate Location: NP -09, Building A and B, Parapit Mastic Lab ID-Versionj: 11654736-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 10% Cellulose Sample Composite Homogeneity: Moderate Location: NP -10, Building A and B, HVAC Mastic Lab ID-Versionj: 11654737-1 Sample Layers Asbestos Content Gray Mastic ND Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by any agency of the federal government. Eurofins EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: 2444498, Page 3 of 6 Eurofins EMLab P&K 17461 Derian Ave, Suite 100, Irvine, CA 92614 (866) 888-6653 Fax (623) 780-7695 www.emlab.com Client: Cardinal Environmental Date of Sampling: 07-20-2020 CIO: David Johnson Date of Receipt: 07-21-2020 Re: City of Newport Beach; 592 Superior Avenue Date of Report: 07-23-2020 ASBESTOS PLM REPORT Location: NP -11, Building A and B, HVAC Mastic Lab ID-Versionj: 11654738-1 Sample Layers Asbestos Content Gray Mastic ND Sample Composite Homogeneity: Moderate Location: NP -12, Building A and B, HVAC Mastic Lab ID -Version$: 11654739-1 Sample Layers Asbestos Content Gray Mastic ND Sample Composite Homogeneity: Moderate Location: NP -13, Building A and B, Penetration Mastic Lab ID -Version$: 11654740-1 Sample Layers Asbestos Content Black Roofing Mastic 5% Chrysotile Sample Composite Homogeneity: Moderate Comments: Samples NP -14 and NP -15 were not analyzed due to prior positive series. Location: NP -16, Building A and B, Block Mastic Lab ID -Version$: 11654743-1 Sample Layers Asbestos Content Black Mastic 5% Chrysotile Sample Composite Homogeneity: Moderate Comments: Samples NP -17 and NP -18 were not analyzed due to prior positive series. The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by any agency of the federal government. Eurofins EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: 2444498, Page 4 of 6 Eurofins EMLab P&K 17461 Derian Ave, Suite 100, Irvine, CA 92614 (866) 888-6653 Fax (623) 780-7695 www.emlab.com Client: Cardinal Environmental Date of Sampling: 07-20-2020 CIO: David Johnson Date of Receipt: 07-21-2020 Re: City of Newport Beach; 592 Superior Avenue Date of Report: 07-23-2020 ASBESTOS PLM REPORT Location: NP -19, Building A and B, Tar Layer Lab ID -Version$: 11654746-1 Sample Layers Asbestos Content Black Tar ND Sample Composite Homogeneity: Moderate Location: NP -20, Building A and B, Tar Layer Lab ID -Version$: 11654747-1 Sample Layers Asbestos Content Black Tar ND Sample Composite Homogeneity: Moderate Location: NP -21, Building A and B, Tar Layer Lab ID -Version$: 11654748-1 Sample Layers Asbestos Content Black Tar ND Sample Composite Homogeneity: Moderate Location: NP -22, Building A and B, Composition Roofing Lab ID -Version$: 11654749-1 Sample Layers Asbestos Content Black Roofing Shingle with Pebbles ND Composite Non -Asbestos Content: 35% Glass Fibers 20% Cellulose Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by any agency of the federal government. Eurofins EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: 2444498, Page 5 of 6 Eurofins EMLab P&K 17461 Derian Ave, Suite 100, Irvine, CA 92614 (866) 888-6653 Fax (623) 780-7695 www.emlab.com Client: Cardinal Environmental Date of Sampling: 07-20-2020 CIO: David Johnson Date of Receipt: 07-21-2020 Re: City of Newport Beach; 592 Superior Avenue Date of Report: 07-23-2020 ASBESTOS PLM REPORT Location: NP -23, Building A and B, Composition Roofing Lab ID-Versionj: 11654750-1 Sample Layers Asbestos Content Black Roofing Tar and Felt ND Composite Non -Asbestos Content: 35% Glass Fibers 10% Cellulose Sample Composite Homogeneity: Moderate Location: NP -24, Building A and B, Composition Roofing Lab ID -Version$: 11654751-1 Sample Layers Asbestos Content Black Roofing Tar and Felt ND Composite Non -Asbestos Content: 35% Glass Fibers 10% Cellulose Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by any agency of the federal government. Eurofins EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: 2444498, Page 6 of 6 990911 �3 lamer.: 002444498 Chain Of Custody CarJmal cnrnnomental conawoa luc ...w.� C,kya� 3691W Avmce Sure G] nq.rrars yn s4�A.�. Tustin,Gfao W7ZC0 yrrms. Phooc(714)M2-0501 Faa:(714)]3"W SWi I Nehavllow Sop at first prime Analysis Information Twn AAuna L I Rs kG^9�b6e4 Byoa.Nlaxm wrelltlwx66eE. `. )-ID e�w4x weouv;..x1p Ib, Ob