HomeMy WebLinkAboutC-7900-2 - Newport Beach Police Station Upstairs Restroom RemodelCITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
February 14, 2024
Urban Professional Builders, Inc.
Attn: Naji Haj-Khalil
157 El Nido Ave.
Pasadena, CA 91107
Subject: Newport Beach Police Station Upstairs Restroom Remodel — C-7900-2
Dear Mr. Haj-Khalil:
On February 14, 2023, 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
February 15, 2023, Reference No. 2023000033997. The Surety for the contract is The
Ohio Casualty Insurance Company and the bond number is 024255930. Enclosed is
the Faithful Performance Bond.
Sincerely,
4W*Yy®
Leilani I. Brown, MMC
City Clerk
Enclosure
Premium is for contract term and is subject to
adjustment based on final contract price
Executed in: 2 Counterparts
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO, 024255930
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 5,225.00 , being at the
rate of $ 25.00 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Urban
Professional Builders, Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract comprises of general construction of a
restroom rehabilitation; obtaining City building permits; passing background checks for all
workers entering the Police Station; removing and disposing of the existing
improvements; constructing improvements; and completing other incidental items in place
as required by the Contract Documents at the Newport Beach Police Department located
at 870 Santa Barbara Drive, Newport Beach, CA 92660, in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two
Hundred Nine Thousand Dollars ($209,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be
paid to the City of Newport Beach, its successors, and assigns; for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
Urban Professional Builders, 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, forvalue 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 11th day of May ,2022 .
Urban Professional Builders, Inc. K ) A 1 preS;
Name of Contractor (Principal) Authoriz�gnature/Ti le
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200
Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 5,10s-as
�ebuGCQt�..e __
Authorized Agent Signature
By: RJ 4("r)
A n C. HarWa oxt%Q1%
City Attorney
Rebecca Haas -Bates, Attornesy-in-Pact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Urban Professional Builders, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
** Please see attached **
State of California
County of LOS Ao S ) ss.
On 051 tit 1 , 20 2Z before me, Airrickrido atas,)g: Cpe q,
Notary Public, personally appeared % V�q' — 1 i 1
who proved to me on the basis of satisfactorftvidence 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(les), 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. ' AMANBABESSIECABRERA t
Notary Public- California
�.x�S1�15�� .•.. - Los Angeles County >:
Commission M 2281191
My Comm. Expires Mar 16, 2023
Sign ure (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
In his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Urban Professional Builders, Inc. Page B-3
CALDFORNIA ALL-PURPOSE ACKNOWLODGMENT CIVIL CODE
1189
• s,s.. e. ,ist rs,<!-.ec<s�:.r�¢�-, s, .,:r..:u:... •• .. •. <.iu :c eca . , r<. . • .,.erg•. • s ¢ s s •.:ur-.us •. .au.-¢ia< ` .a,.sa•.
A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document,
State of California )
County of Orange )
On 05/11/2022 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signer(*
who proved to me on the basis of satisfactory evidence to be the persons} whose name4 is/are
subscribed to the within Instrument and acknowledged to me that iae/she/they executed the same in
Wher/tha C authorized capacity), and that by hWher/t wir signature(9).on the instrument the person(s)*
or the entity upon behalf of which the person(4 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.
WITNESS my hand and official seal.
QALMAKARENHERNANDEZ/Jo Notary Public • CaJforoia Signature,_ —Orange CountyCommission ; 2390908 Signature of Notary Publi My Comm, Expires Jan 16. 2026 N
Place Notary Seal Above
OPTIONAL -
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document Faithful
Title or Type of Document: Performance Bond No. 024255930 Document pate:
Number of Pages: Three 3 Signer(s) Other Than Named Above:
Capacity(fes) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
GI Individual WAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
The Ohio Casualty Insurance Company
05/11/2022
Signer's Name:
❑ Corporate Officer — Title(s):
• Partner — ❑ Limited ❑ General
❑ individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
rev"+raatY �ttC «s,: vuT+rs`. ."ate, .:c ,w
O 1 • • • • • V • • • :11 v • �' :11 . .: •1
O
d
!6
Liberty
Mutual®
SURETY
This Pow �huorney limits the acts of those named herein, and they havi. luthority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205009 - 969336
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, Ihal
Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the Slate of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Rebecca
Flans -Bates: Richard Adair: Sersio Bechar. Willian, Nvrkin
— - -- -- - ..r. earn nmmuuany it mere us more man one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, far and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, In pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this IOth day of March , 2021 .
of PENNSYLVANIA
y of MONTGOMERY as
msN Y w Liberty Mutuallnsurance Company
Ps" Rq pit sop 1Nauq The Ohio Casualty Insurance Company
,�J �OPPofl4T yC yJ `OaPORq `9y VP" 00.PORq Q'fi
J + � m v S 'g, n a 3° 'k, m West American Insurance Company
Fg1912yo 0 1919 � � 1991 °
w
Yd'JR 3 s y R� ° a °/
y8j' *U9*,dD ° HHAMP9 NdD� Ysy PNOIANP�dD� By:. r 1• M a F
❑avid M f:arov Acciclanl Senromo,
On this 10th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed try notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
(s,
CommoTeresahPostage, No ary n blic ry SealMsion exeryeounlyMy cCaressalum number M it 260428. 2825 BY: Commission number 1128n44bFmbae Noretles eresaPasfella, Notary Public
W1�
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West Amerlcan Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV -OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and executlon of any such Instruments and to attach thereto the seal of the Corporation. When so executed, such
Instruments shall be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII- Execution of Contracts: Section 5. Surety Bonds and Undertakings,
Any officer of the Company authorized for that purpose In writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act In behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, mcognlzances and other surety obligations. Such attorneys-In-facl subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked. -
INTESTIMONYWHEREOF,Ihavehereunto set my hand and atlixodthe seals ofsaidCompanies this 11th day of May , 2022 .
1NSU r'°�tY IN3U t' 1NSUq
,�JP�oaroflq� �yJP`oavoRq Ry` Y �A oaroflgPg2
Via° ee om
g 1912 0 1919 �(` 1991 ' B: y
(iy�i4SgCNU90 -a0 PXAMP9� D3., /NOIANP D3
ar> * *a y7,,x t�,I ryM Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Mula Co 02/21
No. 5133-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State ofCallfornia,
The Ohio Casualty Insurance Company
ofNew Hampshire, organized under the laws of New Hampshire, subject to its Articles of Incorporation or
otherfundamenial organizational documents, is hereby authorized to transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation ofauy, of the applicable laws and lawful requirements made
under authority of the laws of the State ofCalifornto as long as such laws or requirements are in elect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 10 day of March,
2013,1 have hereunto set my hand and caused my official seal to be
affixed this 1916 day of March, 2013.
Dave Jones
fnsurnnce Commissioner
By Valerie J. Sarfaty
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
Issuance of this Certificate ofAuthority. Failoveto do so will be a violation oflnsurance Codesection 701 and will begrounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
April 21, 2023
Urban Professional Builders, Inc.
Attn: Naji Haj-Khalil
157 El Nido Ave.
Pasadena, CA 91107
Subject: Newport Beach Police Station Upstairs Restroom Remodel - C-7900-2
Dear Mr. Haj-Khalil:
On February 14, 2023, 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
February 15, 2023, Reference No. 2023000033997. The Surety for the bond is The Ohio
Casualty Insurance Company and the bond number is 024255930. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
ZA NA
Leilanil Brown, MMC
City Clerk
Enclosure
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 024255930
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Urban
Professional Builders, Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract comprises of general construction of a
restroom rehabilitation; obtaining City building permits; passing background checks for all
workers entering the Police Station; removing and disposing of the existing
improvements; constructing improvements; and completing other incidental items in place
as required by the Contract Documents at the Newport Beach Police Department located
at 870 Santa Barbara Drive, Newport Beach, CA 92660, in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two
Hundred Nine Thousand Dollars ($209,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
Urban Professional Builders, Inc. Page A-1
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 11th day of May 2022
Urban Professional Builders, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200
Orange, CA 92868
Address of Surety
714-937-1400
Telephone
APPROVED AS TO FORM:
/Vali Lhgdil ; Fresjjen+
Author�iz d Signature/Title
'Qe,bat,ctp �p'�+
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
CITY ATTORNEY'S OFFICE
Date: ot
By: 4) A r n C. HarPM 40tiliv
Ci Attorney
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Urban Professional Builders, Inc. Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
** Please see attached **
State of California
Countyof LOS Ao24f-cS )ss. n II
On 08 1 12 20 22 before me, AmGndq 2SS1e �b
Notary Public, personally appeared "a' — Wyy:Al
who proved to me on the basis of satisfactory a idence to be the person(s) w ose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNE S my hand and official seal. �:� ., AMANDA BESSIE CABBERA
Notary Public - California
Los Angeles County
Commission q 2281191
My Comm. Expires Afar 16, 2023
Signatur (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Urban Professional Builders, Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENY CIVIL
..- i
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 05/11/2022 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(4 is/are
subscribed to the within instrument and acknowledged to me that iae/she/theft executed the same in
his/her/their authorized capacity I(Ls), and that by hia/her/their signature(4on the instrument the person(*
or the entity upon behalf of which the persons) acted, executed the instrument.
;!?F ALMA KAREN HERNA,NDE2 9
Notary Public - Catifcrma t
Orange County
Commission # 239090E
tl My Comm. Expres Jan 16, 2026
00 '
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
Signature 4:- 4-,
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document Labor and Materials
Title or Type of Document: Payment Bond No. 024255930 Document Date: 05/11/2022
Number of Pages: Three 3 Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual WAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
The Ohio Casualty Insurance Company
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
/G'✓G'✓<"/ti;`•!G\ Vn-�'/%G'�%GGbG[✓✓_.<'vt .`/G "✓<\<�G'✓� r;4'vG\'✓Gt v_<GYA� 'iT✓<v.'uG' G'v.-v.-.i `✓{�G'✓GCeiG�. eiG�SG'.
Liberty
Mutual®
SURETY
This Pow Attorney limits the acts of those named herein, and they have authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205009 - 969336
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Rebecca
Haas -Bates; Richard Adair; Sergio Bechara; William Syrkin
a liters oe more mn one named. its true and
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bondsa ecogniz noes and other suretylobligatio s, in pus ance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this IOth day of March , 2021 .
Liberty Mutual Insurance Company
P�tNsuRq P`rtYINs� �1NSUq The Ohio Casualty Insurance Company
=J3ooavoryre/.m egy3NONpoRrPe� uP�oppolyr'9y� West American Insurance Company
a 9e1912 , s°'-y = 1919 p o a 1991 � $
4cHJS�.da ONAMPe� a Y pN01RNP a;
e/>' *� �H1. t•� �''M: has By:
State of PENNSYLVANIA ss
On this tOth day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and —Nest American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
0 p PASTP
Q W1soMWe ( 7=1
nnsyo., Notary Seal n
�2 �y ve,Notary PublicOFery County/''1pire. March 28, 2025 By: 1!/Illl)eumber 1120044 //--
�m, JT�y4 M.".1. P.nme,1r.m. A ocla6pn w Nmmn.a Teresa Paslella, Notary Public
7gRv We
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV -OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limilatin as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Bard, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE All- Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in (hair respective powers of attorney, shall have full power to bind the
Company by their signature and ezecufin of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
Net as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety
obligations,
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appealing upon a certified copy of any power of attorney issued by the Company in connection with suety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 11 th day of May . 2022
�- 1NSU
,�JPeoNPory�y�
i
f � 1912� o
YdJy='x'P9cxUSP' .eN
B/y * axe
LMS-12873 LMIC OCIC WAIC Mulb Co 02/21
OSt
OSY INS��' jq 1NSURq
PFPµPOgglJ PO �I\1991 �*:s� o xFNdD$ By ReneeC Assistant Secretary
\ter
No. 5133-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
The Ohio Casualty Insurance Company
of New Hampshire, organized under the laws of New Hampshire, subject to its Articles oflncorporation or
other fundamental organizational documents, is herebyauthorized to transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 19`h day of March,
2013, I have hereunto set my hand and caused my official seal to be
affixed this I e day of March, 2013.
Dave Jones
fnruronce Commissioner
By Valerie J. Sarfety
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance ofthis Certificate ofAuthority. Failureto do so will be a violation oflnsurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
2115/23, 11:50 AM
Batch 15352452 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
11111111111111111111111111I111111I1111111I11flIIII I11I11111111111111 NO FEE
*$ R 0 0 1 4 2 0 1 4 9 9$
202300003399711:47 am 02/15/23
90 CR-SC06 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 Urban Professional Builders, Inc.,
Pasadena, California, as Contractor, entered into a Contract on April 26, 2022. Said
Contract set forth certain improvements, as follows:
Newport Beach Police Station Upstairs Restroom Remodel - C-7900-2
Work on said Contract was completed, and was found to be acceptable on
February 14, 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is The Ohio Casualty Insurance Company.
BY
Public Works 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 �;� at Newport Beach, California.
NyA
https://gs.secure-recording.com/Batch/Confirmation/15352452 1/7
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 Urban Professional Builders, Inc.,
Pasadena, California, as Contractor, entered into a Contract on April 26, 2022. Said
Contract set forth certain improvements, as follows:
Newport Beach Police Station Upstairs Restroom Remodel - C-7900-2
Work on said Contract was completed, and was found to be acceptable on
February 14, 2023, by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is The Ohio Casualty Insurance Company.
BY
Public Works 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 1 % Y� ) at Newport Beach, California.
M
c
CITY OF NEWPORT BEACH CIA
10414
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 15t" day of March, 2022,
at which time such bids shall be opened and read for
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
$161,000
Engineer's Estimate
Q SEW Pp�,T
C"�Cr rpR�\P
Approved
James M. Houlihan
puty PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanylD=22078
MANDATORY PRE -BID SITE WALK:
A mandatory job walk will be conducted for this project on March 2, 2022 at 9:00 a.m. at
the 870 Santa Barbara Drive
Hard copy plans are available via
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project: "B"
For further information, call Tom Sandefur, Protect Manager at (949) 644-3321
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
TABLE OF CONTENTS
NOTICEINVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES...................................................................... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15
ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18
INFORMATION REQUIRED OF BIDDER..................................................................... 19
NOTICE TO SUCCESSFUL BIDDER........................................................................... 21
CONTRACT.................................................................................................................. 22
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND........................................................... Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit C
PROPOSAL.............................................................................................................. PR-1
SPECIALPROVISIONS............................................................................................ SP-1
E
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
3
5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
51
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
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
1005085 Class B
Contractor's License No. & Classification
1000044349 6/30/2022
DIR Registration Number & Expiration Date
Owner
Authoriz d Signature/Title
Q4 a
Date
URBAN PROFESSIONAL BUILDERS, INC.
5
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
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 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 Newport
Beach Police Station Upstairs Restroom Remodel, Contract No. 7900-2 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, f.
is agreed that the death of any such Principal shall not exonerate the Surety from its oo ligalions
under this Bond.
Witness our hands this 3rd day of March 2022
Urban Professional Builders, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200, Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
N - ; I 1 Nr
A thorized Signature/Title
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
me
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 "Please see attached" } ss.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
ACKNOWLEDGMENT
7
(seal)
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
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 drOS ?, S } ss.
On MAY tln l4 , 't o',>r2 20 before me, _ eO( vf
PM 4 S2 �VA-
Notary Public, personally appeared tjo)i "Vloy �6 i ghA
who proved to me on the basis of satisfa tory evidence to be t`�ie person(s) whose name(s) is/m-we--
subscribed to the within instrument and acknowledged tome that he/s4eA4epr executed the same
in his/her/their authorized capacity{} ), and that by his/her/their signatures+&-�on the instrument
the persor4li�, or the entity upon behalf of which the persor4.&) 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.
SI
45�; W°'hE HENRY AUGUSTO SELVA
Notary Public - California
Los Angeles County F
Commission # 2380815
`'� �� My' Comm, Expires Oct 29, 2025 +
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 } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 03/03/2022 before me, Liliana Gomez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signerr,-4
who proved to me on the basis of satisfactory evidence to be the person* whose name4 is/are
subscribed to the within instrument and acknowledged to me that +Wjshe/they executed the same in
}ft/her/thsir authorized capacity i*, and that by NE,/her/threir signature on the instrument the persons.
or the entity upon behalf of which the person(sl 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.
LILIANA GOMEZ
G61'Zj"_
Notary Public - CaliforniaOrange County SignatureCommission # 2243326My Comm. Expires May 20, J022 Signature of Notary Pu 1'
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bid Bond Document Date: 03/03/2022
Number of Pages: Three 3 Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual 5?Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
The Ohio Casualty Insurance Company
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
t�4"✓4��'.✓4��'"�t�.<✓. ate'K✓.4'✓�•✓4'✓�✓.4'L/'.<�.«�<�✓.4 4C✓.«.4`:.4'✓<�4C�!4'✓4Cy:✓<�✓..'aT'.�5/4✓<�'"✓ 'c_/,4'✓4'✓<'✓ -L .•i<' .4C_ 4"✓'"e'4'
@2014 National• • •www.NationalNotary.org :11 • :11 : • •: 91
Liberty
Mutual®
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205009 - 969336
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Rebecca
IIaas-Bates; Richard Adair; Sergio Bechara• William Syrkin
all of the city of Irvine state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I Oth day of March , 2021 .
of PENNSYLVANIA
y of MONTGOMERY
Liberty Mutual Insurance Company
1Nsuq viY INs� 1NSUR The Ohio Casualty Insurance Company
0J%F I CCU yJP4DaaoRq�Q9y `oP�°aPor�rgy� West American Insurance Company
Y$19120 0-A 9�o a 1991 0
Yd��i�cHus a3 y0-9AMP5Ada lf1�vNDIANp•�da� B
1 * 1 M * 1 y:
David M. Carey, Assistant Secretary
On this 10th day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, —The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
9I, PAST
NV F<' Commonwealth of Pennsylvania -Notary Seal
rW ��c 4�i v Teresa Pastella, Notary Public
Of Montgomery County
My commission expires March 28, 2025
Commission number 1126044 By
2� wsvLv�` �c Member, Pennsylvania Association or Notaries eresa Pastella, Notary Public
rAt3y PUP'v
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV —OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a fiA, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of March , 2022 .
1NSU,p �1'( INS&
J 3°°aPD�r`oo'Lncn - QJ?°°aaD�rFoy'LC�
1912y0 oU 1919 M,
Yd�9sS4cNus�` A Z0 ��A'AMP9a�? i0
LMS-12873 LMIC OCIC WAIC Multi Co 02/21
1NSt/R
`vP oaPor�rgy�
Fo F '�%
1991 0 J,�,�
a
B•
�s,, °*""�da� y Renee C. Llewellyn, Assistant Secretary
0
O
"I-
N
00
N
M
co
CID
U
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
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.
URBAN PROFESSIONAL BUILDERS, INC.
Bidder
0
q- 10 t a); O wnt r
Authori d Signature/Title
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name URBAN PROFESSIONAL BUILDERS, INC.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $150,000, provide the following information:
No. 1
Project Name/Number COSTA MESA FIRE STATION #3 MAINTENANCE/REPAIR
Project Description !( a U a ' e�� �' qg� cft� ,��, S�,�L1 �� a
Approximate Construction Dates: From 11/2021 To: 3/2022 I
Agency Name The City of Costa Mesa
Contact Person Irina Gurovich Telephone ( ) 714-754-5324
Original Contract Amount $274,000.Final Contract Amount $287,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Additional work requested by the client.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No.
10
No. 2
Project Name/Number Miro Way Enclosed Storage Garage Contract #: CAE-068-COl
Project Description Foundation, Slab, Installation of a pre-engineered Steel Building.
Approximate Construction Dates: From 11/2020 To: 4/2021
Agency Name San Bernardino County
Contact Person Elsy Banks
Telephone ( ) 909-677-7950
Original Contract Amount $96,000. Final Contract Amount $112,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Change Orders and additional work requested by the client.
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 Crescenta Valley High School Sports Medicine Building Project
Project Description New utilities, site Drainage, foundations, and site concrete work for a new portable building.
Approximate Construction Dates: From 4/2019 To: 3/2019
Agency Name Glendale Unified School District
Contact Person Jeff Bohn
Telephone (
) 818-254-6526
Original Contract Amount $543.000. Final Contract Amount $614,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Additional work requested by the client.
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 Canyon Park Cabin Remodel Project #: 3100
Project Description Remodeling of a cabin in a public park.
Approximate Construction Dates: From 2/2018 To: 5/2018
Agency Name The City of Monrovia
Contact Person Sean Sullivan
Telephone (
) 626-932-5522
Original Contract Amount $118,000. Final Contract Amount $134,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Additional work requested by the client.
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 Electric Vehicle Charging Stations Project #: GP-17002
Project Description Supply power and install electrical vehicle chargers.
Approximate Construction Dates: From 3/2018 To: 5/2018
Agency Name The City of West Covina
Contact Person Miguel Hernandez
Telephone ( ) 626-827-1178
Original Contract Amount $95,000. Final Contract Amount $104,000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Change Orders.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No.
12
No. 6
Project Name/Number Senior Center Remodel
Project Description Remodeling of the city's Senior Center.
Approximate Construction Dates: From 2/2019 To: 8/2019
Agency Name The City of South El Monte
Contact Person Okan Demirci Telephone ( ) 714-319-6137
Original Contract Amount $66,000. Final Contract Amount $76.000.00
If final amount is different from original, please explain (change orders, extra work, etc.)
Additional work requested by the client.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No.
Attach additional sheets if necessary
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
URBAN PROFESSIONAL BUILDERS INC.
Bidder AuthoriztdSignature/Title
13
Angel Loera
1411 N Carmelita Ave.
Los Angeles CA 90063
Phone: 323 517 3228
e-mai 1: Angelloera@urbanbuilders. corps
Work History
Superintendent June 2015 - Present
Urban Professional Builders; INC.
157 El Nido Av.
Pasadena, CA 91107
Responsibilities include full supervision of all construction activities; including procurement of material,
managing laborers and subcontractors. Also, implementing all of the company and OSHA safety rules and
regulations.
Major Projects completed:
I - Gaffey Street Median Project
San Pedro, CA
Work included Grading, Concrete sidewalks, lighting and landscaping. $560,000.00
Completed: 2016
2- Private Custom Home
Franklin Hills, Los Angeles CA
Complete remodel and addition of 1300 SF
$1,100,000.00
Completed: 2016
3- Crescenta Valley High School
La Crescenta, CA
Glendale Unified School District
$ 634,000.00
Work included the installation of a new Modular Building (2 classrooms) for the Sports Medicine
Facility
Completed: 2019
Superintendent
ATEK Construction, Inc.
660 Balser St., Ste. 369
Costa Mesa, CA 92626
Supervising all Project onsite activities
Major Projects completed:
1- Compton-Slauson Natural Park
Mountains Recreation and Conservation Authority
$2,650,000.00
Completed: 2004
2- Fountain Valley High School Technology Upgrades
Huntington Beach Unified High School District
$3,640,000.00
Completed: 2003
3- Los Robles New Clubhouse and Pro shop
City of Thousand Oaks, CA
$6,300,000.00
Completed: 2001
Education
High School
July 2001 — September 2014
City of Newport Reach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of L&S bwW )
Naji Haj-Khalil being first duly sworn, deposes and says that he or she is
owner of URBAN PROFESSIONAL BUILDERS, INC. the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
URBAN PROFESSIONAL BUILDERS, INC.. "d����
Bidder Authorikeb Signature/Tit e
Subscribed and sworn to (or affirmed) before me on this_'•_day of MAVA , 2022
by Aynry A"v'Ov Ce.IwifA , Nd�" JU�11y , proved to me on the basis of
satisfactory evidertbe to be the persons) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
04'1.1'11;�gmy
HENRYAUGUSTO SELVANotary Public • California Nota Ic
Los Angeles County
Commission N 2380815
[SEAL] Comm. Expires Oct 29, 2025 r
My Commission Expires: ld Z
14
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
DESIGNATION OF SURETIES
Bidder's name URBAN PROFESSIONAL BUILDERS, 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):
The Ohio Casualty Insurance Company
790 The City Drive South Suite 200, Orange, CA 92868
714-937-1400
15
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name URBAN PROFESSIONAL BUILDERS, INC.
Record Last Five (5) Full Years
Current Year of Record
Current
Record
Record
Record
J Record
Record
Year of
for
for
for
for
for
Record
2021
2020
2019
i 2018
2017
Total
2022
No. of contracts
2
2
2
3
3
2
14
Total dollar
I
Amount of
Contracts (in
$420k
$620k
$480k
$850k
$1.15M
$240k
$3.76M
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
0
0
0
0
0
0
0
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Legal Business Name of Bidder URBAN PROFESSIONAL BUILDERS, INC.
Business Address: 157 El Nido Ave., Pasadena, CA 91107
Business Tel. No.: 310-801-8302
State Contractor's License No. and
Classification: 1005085 Class B
Title Naji Hai -Khalil, Owner
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
signature of
bidder �
Date 3/14/2022
Title President and Secretary
Signature of
bidder
Date
Title
Signature of
bidder----,_
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
See attached
Notarial certificate
17
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Los Angeles
On March 14, 2022 before me, Henry Augusto Selva, Notary Public
(insert name and title of the officer)
personally appeared Naji Alexander Haj Khalil
who proved to me on the basis of satisfactory evidence to be the person whose nameK isl;w-g-
subscribed to the within instrument and acknowledged to me that he/l.e/.thay executed the same in
his/her/their authorized capacityjjaa� and that by his/���signature( on the instrument the
person or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. HENRY AUGUSM SELVA
Notary Public - California ;
Los Angeles County
z T Commission 4 2380815
My Comm. Expires Oct 29, 2025
Signature (Seal)
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name URBAN PROFESSIONAL BUILDERS, 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
1 3/10/2022
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
Newport Beach Police Station Upstairs Restroom Remodel
CONTRACT NO. 7900-2
DATE: BY:
D uty PWD/City Engineer
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the
contract documents — all other conditions shall remain the same.
PRE -BID QUESTIONS:
Q1: Will Basic Security Awareness Training or other online training by the
Department of Justisce be required for the awarded Contractor and their subs?
Al: Yes, CLETS Security Awareness Training along with the CLETS Private
Contractor Management Control Agreement will be required on this project.
Q2: Can you provide the pre -bid sign -in sheet?
All: Yes, see attached.
SPECIFICATIONS CHANGES:
Add to Section 6-7.1 of the Special Provisions: "No demolition work can commence
at the Police Department until July 11, 2022"
i:\users\pbw\shared\contracts\fy21-22 current\100-facilit ies\police facility remdl ph 2 Of12\1.)d upstairs restroom\bidding
dOGLIments\addendurrl 1\addendum no. 1 docx
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. _Abid mau
be deemed unresponsive unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
URBAN PROFESSIONAL BUILDERS, INC.
Bidder's Name (Please Print)
3/14/2022
Date
LL, od , I
Authorize Signature & Title
Attachments:
® Site walk sigl-1411 sheet — March 2, 2022
1 1-2J facility remdl ph 2 0f121pd up sans resuoon-r\lbiddinq
docurneni 1<xldendrnn 1laddenchim no 1-docx
y.�'I'Cittr
PD HQ Upstairs Restroom Renovation Project
(C-7900-2)
Mandatory Pre -Bid Meeting Sign -In Sheol
Wednesday, March 2, 2022 at 9:00 am
870 Santa Barbara Drive, Newport Beach, CA 92660
Name Agency/Company Phone Na,
ff Email
01
9 ;Cah)'k (,,asfr�vi.c�,
s - {Po.lv��� hd- /d c�t��` -1-40 9 3 i
f
lvelyo
V�' •..t ,.I. f I ofi .,
i [
y ��,
r
J 7
L i
1 �G.--•
�`�(
�� � t' � W£ L�,,, � U It'" /ld+' J �� �`%
r._AA � C�1�.i�f s
iLkV 6l1V.V��7�.r�c�Q..�'�90 �IVOA
A:
i
� '1 � ' ` i
I r}•�.,;;�,•, � -, rr;�+:,- c�r'� r'„ r �•r•�,•4r.
JV
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
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: URBAN PROFESSIONAL BUILDERS, INC.
Business Address: 157 El Nido Ave., Pasadena, CA 91107
Telephone and Fax Number: 310-801-8302
California State Contractor's License No. and Class: 1005085 Class B
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 6/30/2015 Expiration Date:6/30/2023
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:
Eyad Khalil, Project Man
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
Naji Haj-Khalil Owner 157 El Nido Ave., Pasadena. CA 91107 310-801-8302
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
NIA
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
WJ, A
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;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
No.
Have you ever failed to complete a project? If so, explain.
No.
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /Q
20
Are any claims or actions unresolved or outstanding? Yes /®
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non -responsive.
Naji Haj-Khalil
(Print name of Owner or President
of Corporation/Company)
URBAN PROFESSIONAL BUILDERS, INC. +4 IL �� 11
Bidder Authorized4 ignature/Title
Owner
Title
3/14/2022
Date
Op [ h 0 V1' before me, �(kit y AVIVI D Notary Public, personally appeared
NA hdh� #A I!KkA Oi i jwho proved to me on the basis of
satisfactory evidence to be the persons whose nameK is/are' subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in hisM� authorized capacity0es , and that
by his/lve�ir-sigfl ture(eon the instrument the person(W, or the entity upon behalf of which the person<
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Not@4y 1ied and 'for said State
My Commission Expires: D- G4' 2 tZ S
21
*YY
HENRYAUGUSTO SELVA
Notary Public • California
(SEAL) LOS Angeles County i
Commission M 2380815
Comm. Expires Oct 29, 2025
NEWPORT BEACH POLICE STATION UPSTAIRS RESTROOM REMODEL
CONTRACT NO. 7900-2
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day
of April, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and URBAN PROFESSIONAL
BUILDERS, INC., a California corporation ("Contractor"), whose address is 157 El Nido
Ave. Pasadena, CA 91107, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract comprises of general construction of
a restroom rehabilitation; obtaining City building permits; passing background
checks for all workers entering the Police Station; removing and disposing of the
existing improvements; constructing improvements; and completing other
incidental items in place as required by the Contract Documents at the Newport
Beach Police Department located at 870 Santa Barbara Drive, Newport Beach, CA
92660 (the "Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 7900-2, 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 Two Hundred Nine Thousand Dollars ($209,000.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Naji Haj-Khalil to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Urban Professional Builders, Inc. Page 2
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: 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: Naji Haj-Khalil
Urban Professional Builders, Inc.
157 El Nido Ave.
Pasadena, CA 91107
Urban Professional Builders, Inc. Page 3
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide. Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
Urban Professional Builders, Inc. Page 4
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
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.
Urban Professional Builders, 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
Urban Professional Builders, 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 seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Contract by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
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.
Urban Professional Builders, Inc. Page 7
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
Urban Professional Builders, 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]
Urban Professional Builders, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By: C,)A �r
ron C. Harp
City Attorney
ATTEST:
Date: �' 1• �� o�
M
Brownlei�ani 1.
City .�i�_
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoo
Mayor
CONTRACTOR:
URBAN PROFESSIONAL BUILDERS,
INC., a California corporation
Date:
Signed in Counterpart
By:
Naji Haj-Khalil
Chief Executive Officer/Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Urban Professional Builders, Inc. Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEYS OFFICE
Date: S --?.)
By:
Ar n C. Har
9 Attorney
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor
CONTRACTOR:
URBAN PROFESSIONAL BUILDERS,
INC., a California corporation
Date: /I-�/Z 2
By: ,Y,--"'D� ' —
Naji Haj-Kha
Chief Executive Officer/Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Urban Professional Builders, Inc. Page 10
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 024255930
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Urban
Professional Builders, Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract comprises of general construction of a
restroom rehabilitation; obtaining City building permits; passing background checks for all
workers entering the Police Station; removing and disposing of the existing
improvements; constructing improvements; and completing other incidental items in place
as required by the Contract Documents at the Newport Beach Police Department located
at 870 Santa Barbara Drive, Newport Beach, CA 92660, in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two
Hundred Nine Thousand Dollars ($209,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
Urban Professional Builders, Inc. Page A-1
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 11th day of May , 2022
Urban Professional Builders, Inc. �j A • 1 h ! j I Pros; er,
Name of Contractor (Principal) AuthorizbU Signature/Title
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200
Orange, CA 92868
Address of Surety
714-937-1400
Telephone
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
APPROVED AS TO FORM:
CITY ATTORNEYS OFFICE
Date:
By: a4 )
A r n C. Harp UM orll�lly
Ci Attorney
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Urban Professional Builders, Inc. Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
** Please see attached **
State of California
County of Lp S Ao 2e -e S )SS.
On 05 I \2 , 20 M before me, AmC VYJPc
Notary Public, personally appeared "o"
who proved to me on the basis of satisfactory a idence to be the person(s) w ose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNE S my hand and official seal. aMy
AMANDABESSIECABRERA
Notary Public-- California
Los Angeles CountyCommission sMar1191
6, Comm. Expires Mar 16, 2023
Signatur (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of } ss.
On , 20 before me, ,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Urban Professional Builders, Inc. Page A-3
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 05/11/2022
Date
before me, Alma Karen Hernandez, Notary Public
personally appeared Rebecca Haas -Bates
Here Insert Name and Title of the Officer
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the person(• whose name(b . is/a-,
subscribed to the within instrument and acknowledged to me that 1le/she/they executed the same in
Nis/her/their authorized capacity, and that by hWherltheb• signatureZ.on the instrument the person(,•
or the entity upon behalf of which the person(s). acted, executed the instrument.
ALMA KAREN HERNANDEZ 9
Notary Public • Ca4cr�ia z
orange County >
z Commission ; 239090s
s•ca"'\My Comm. Expires Jai 16. 2026 r
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 e2
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document Labor and Materials
Title or Type of Document: Payment Bond No. 024255930 Document Date: 05/11/2022
Number of Pages: Three 3 Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
I: J Partner — ❑ Limited 1-1 General
❑ Individual V Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
The Ohio Casualty Insurance Company
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — C7 Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
Other:
Signer Is Representing:
C•✓4✓i"ni4`✓4'✓4'✓4� '� 'r/ 'dy`'✓..'ei •• ei4�<" 'nih'U�4'.
- f'•r •• q✓.�'✓�<'• '✓ •a. •.ri4's4'✓4�4�..4'ei.-✓4"ar •✓ •y4•✓4�4' S�4`�/,4'
Liberty
Mutual.
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205009 - 969336
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Rebecca
Haas -Bates; Richard Adair; Sergio Bechara William Syrkin
all of the city of Irvine state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this l Oth day of March , 2021 .
vi
e)
C
cc
`m State of PENNSYLVANIA
i rn County of MONTGOMERY ss
Liberty Mutual Insurance Company
�v 1Nsu,?. P�ZV INSrj d INsU,p The Ohio Casualty Insurance Company
j2�°�PO�O'oy�'�, Q i�°aPO�'F��� �uPi°aPO"�rFyV West American Insurance Company
o m
1912 0 21919� 0 r. 1991 0
d��/;CHUs�da3 y� yHA MPSa�O Vd1�/N010l" ,da� B /
r 1*� Mrs y:
David M. Carey, Assistant Secretary
J > On this loth day of March 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insuranc(
"o Company,—Thesualty, Comany,
Ohio Capand V e t American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purpose;
� _ therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
N
v IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
cm
O N �gq PgsTF
Q• ONtvF [Comm7onwealthofnnsylvania -Notary SealdjO �0� �y 9lla, Notary PublicOOF ery County
C O pires March 28. 2025 By•
number 1126044
%^Svt.NP G Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public
0 N ARY P�
4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
E•� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV —OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
a >1 President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
�
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
z•- have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 11 th day of May 2022 ,
P� 1NS(/Rq � Pit NSU�p' .I�a 1NSU,Q
`°µP0/� o�r�t° Q ?4°pppRq/, '9 Q plyp°C,y
1912 1919 fn * 1 ` 1991
dj1's`44CHUSF�.t,� �yNAMPSaa3O i /NDIANP a By:
.
's�'M * *�d Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co 02/21
0
N
po
CV
Cl)
w
0
M
U
No. 5133-4
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
The Ohio Casualty Insurance Company
of New Hampshire, organized under the laws of New Hampshire, subject to its Articles oflncorporation or
other fundamental organizational documents, is hereby authorizedto transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 19th day of March,
2013,1 have hereunto set my hand and caused my official seal to be
affixed this 19`h day of March, 2013.
Dave Jones
Insurance Commissioner
By Valerie J. Sarfaty
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance ofthis Certificate of Authority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
Premium is for contract term and is subject to
adjustment based on final contract price
EXHIBIT B Executed in: 2 Counterparts
CITY OF NEWPORT BEACH
BOND NO. 024255930
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 5,225.00 , being at the
rate of $ 25.00 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Urban
Professional Builders, Inc. hereinafter designated as the "Principal," a contract for: The
work necessary for the completion of this contract comprises of general construction of a
restroom rehabilitation; obtaining City building permits; passing background checks for all
workers entering the Police Station; removing and disposing of the existing
improvements; constructing improvements; and completing other incidental items in place
as required by the Contract Documents at the Newport Beach Police Department located
at 870 Santa Barbara Drive, Newport Beach, CA 92660, in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
The Ohio Casualty Insurance Company duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two
Hundred Nine Thousand Dollars ($209,000.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to be
paid to the City of Newport Beach, its successors, and assigns; for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
Urban Professional Builders, 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 11th day of May ,2022
Urban Professional Builders, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
790 The City Drive South Suite 200
Orange, CA 92868
Address of Surety
(714) 937-1400
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: !�;-,o 5-/0 a
By: Jh a ('rN
A n C. Harp (n�not►tiQ1y
City Attorney
AuthorizM Signature/Ti le
Authorized Agent Signature
Rebecca Haas -Bates, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Urban Professional Builders, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
** Please see attached **
State of California
County of LOS A ga)t? S )SS.
On 05 1 %2 J , 20 2Z before me, A man SvCo2`(q,
Notary Public, personally appeared ► iM x q' — I'► I ,
who proved to me on the basis of satisfacto evidence to be the person(s) Aose 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. ,.- �. AMANDA BESSIE CABRERA
Notary Public - California
Los Angeles County T
Commission k 2281191
V
My Comm. Expires Mar 16, 2023
Sign kre (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of } ss.
On , 20 before me, ,
Notary Public, personally appeared ,
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Urban Professional Builders, Inc. Page B-3
ALL-PURPOSECALIFORNIA
• CIVIL •.
' Af.A2.AC.G� ,At.A�.G�2.A2.AC.A• A A ,Af . 2 Af.At_A .A .AtlA .T A .A A• Af.AS.A i�f � ,AC.G� .G •. .. 2_A�.At�\•� .Af.A•.
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 05/11/2022 before me, Alma Karen Hernandez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof Signer(sy
who proved to me on the basis of satisfactory evidence to be the person('} whose name4 is/a�e
subscribed to the within instrument and acknowledged to me that iwJshe/they executed the same in
Ns/her/tfgir authorized capacity 1�, and that by hts/her/thair signatureZ.on the instrument the person(*
or the entity upon behalf of which the person(-), acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
06A.,
ALMA (AREN HE adfc isg1'Notary Pubiic - Ca�ifcr�ia .SI natureOrange CountyCommission; 215c9ca Signature of Notary Publi
y Comm. Expires Jan 16. 2 C 2 6
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document Faithful
Title or Type of Document: Performance Bond No. 024255930 Document Date: 05/11/2022
Number of Pages: Three 3 Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
Corporate Officer — Title(s):
11 Partner — ❑ Limited ❑ General
[] Individual WAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
The Ohio Casualty Insurance Company
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — 11 Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
<•✓4'•✓i-mA✓.'✓<'✓«. '�/4� <�••: .'rJ.' <✓<v<'• AU '�<' < <'ti •✓ `%per •✓ •c 4•s<'a/4�4 4t✓. '✓4V/'✓ 'i4'•✓<�.f' 'ei4•u.•ai
02014•nal Notary Associationwww.NationalNotary.org ill ' • 811 i • •891
Liberty
Mutual.
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205009 - 969336
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Rebecca
Haas -Bates; Richard Adair; Sergio Bechara; William S rkin
all of the city of Irvine state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this I Oth day of March 2021
Ill Liberty Mutual Insurance Company
Vkpo
P� P"qY INS& tNSUq The Ohio Casualty Insurance Company
j�PO�'oy�'� QJ2�°�PO�rF�yn .v �u°aPO"�rF yc+ West American Insurance Company
1912 " m U o
C6 r3 y 0 o Z1919� 1991 0
YdV1ej; CHUS*,da1' S0�y HAMPsa�O Yf1��NDIANp'�,dL� By:
N O
r 1* 1 M+ 1 y'
U
`m State of PENNSYLVANIA David M. Carey, Assistant Secretary Cr
cm,
County of MONTGOMERY ss
On this I Oth day of March , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
�`'N PAS,
Q• QgoN Wfi Commonwealth of Pennsylvania - Notary seal
�tp ti-0I ';,� Teresa Paslella, Notary Public
OF Montgomery County
My commission expires March 28, 2025 By:
Commission number 1126044
�4 Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public
�qRY PUO�
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV —OFFICERS: Section 12, Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations, Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 11 th day of May , 2022
PX1NSU� .P�(Y INSG� 1Nsurp
AJ 4paPOR9.� ti� ' �JJ ppRPolt, C1�' Opppppq qi'
1912 " 1919 m
LU
o y m o 16 1991 0
dV193`rACHUSQ'�.dp / ?G iy%/A MStD� '\ �NDIANp' L3 By:
PC
s''M * *aa Renee C. Llewellyn, Assistant Secretary
LMS-12873 L M I C OCIC WAIC Multi Co 02/21
O
O
N
N
M
00
CID
U
No. 5133-4
STATE OF CALIFO"IA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
The Ohio Casualty Insurance Company
ofNew Hampshire, organized under the laws of New Hampshire, subject to its Articles of Incorporation or
other fundamental organizational documents, is hereby authorizedto transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Common Carrier Liability, Boiler and Machinery, Burglary, Credit,
Sprinkler, Automobile and Miscellaneous
as such classes are now or may hereajer be defined in the Insurance Laws of the State of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 19`h day of March,
2013, I have hereunto set my hand and caused my official seal to be
affixed this 19`h day of March, 2013,
Dave Jones
Insurance Commissioner
By Valerie J. Sarfaty
for Nettie Hoge
Chief Deputy
NOTICE:
Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after
issuance ofthis Certificate ofAuthority. Failure to do so will be a violation oflnsurance Code section 701 and will be grounds for
revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained
herein.
:VAOII �«
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
Urban Professional Builders, 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.
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
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
Urban Professional Builders, Inc. Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
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
Urban Professional Builders, Inc. Page C-3
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self -insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self -insured
retention, the self -insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self -insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
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.
Urban Professional Builders, Inc. Page C-4
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.
Urban Professional Builders, Inc. Page C-5
City of Newport Beach
Newport Beach Police Station Upstairs Restroom Remodel
PROJECT NO. 22F02
CONTRACT NO. 7900-2
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials except that material supplied by the
City and shall perform all work required to complete Contract No. 7900-2 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:
3/14/2022
Date
310-801-8302
Bidder's Telephone and Fax Numbers
1005085 Class B
Bidder's License No(s).
and Classification(s)
1000044349
DIR Registration Number
URBAN PROFESSIONAL BUILQERS, INC.
Bidder
0a i
Bidder's -Authorized Signature and Title
157 El Nido Ave., Pasadena, CA 91107
Bidder's Address
Bidder's email address: estimator@urbanbuilders.com
PR-1
Vendor Name
Urban Professional Builders, Inc.
Address
157 El Nido Ave
Pasadena, California 91107
United States
Respondee
Nap Haj-Khalil
Respondee Title
Owner
Phone
310-801-8302
Email
estimator@urbanbuilders.com
Vendor Type
License #
CADIR
Bid Format
Electronic
Submitted
03/15/2022 9:58 AM (PDT)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
283898
Lic: 1005085
DIR:1000044349
File Title File Name File Type
BID SUBMITTAL C-7900-2 Urban Professional Builders pdf BID SUBMITTAL C-7900-2 Urban Professional Builders pdf General Attachment
Bid Bond C-7900-2 Urban Professional Buildeis.PDF Bid Bond C-7900-2 Urban Professional Builders.PDF Bid Bond
Showing 4 Subcontractors
Name & Address
Desc
License Num
CADIR
Amount Type
Central Valley Environmental
Lead/Asbestos
974852
1000001557
S23,00000
4263 N Selland Ave
Abatement and
Fresno, California 93722
Selective Demo
Crosby Plumbing
Plumbing
994490
1000004513
$36,000.00
371 Crosby St.
Altadena, California 91001
Dave's Electrical Maintenance
Electrical
639551
1000053124
$17,000.00
1310 E Washington St
Long Beach, California 90805
Millenium Air, Inc.
HVAC
905863
10000694943
$7,000 00
6520 Platt Ave. 154
West Hills, California 91307
Discount Terms No Discount
Item # Item Code Type Item Description
Section 1
1 Police Department Upstairs Restroom Remodel
2 Provide As -Built Plans
UOM QTY Unit Price Line Total
5209,000.00
LS 1 5208,000.00 $208,000.00
LS 1 $1,000.00 $1,000.00
Response Comment
Yes
Yes
Section Title
Section t
Grand Total
Line Total
$209,000.00
$209,000.00
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
Newport Beach Police Station Upstairs Restroom Remodel
Proiect Number 22F02
CONTRACT NO. 7900-2
PART 1 - GENERAL PROVISIONS
SECTION 00 — PRE -BID MEETING
00-1 JOBWALK
1
1
1
SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 2
1-2 TERMS AND DEFINITIONS 2
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
2-9.2 Survey Service
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.3 Markup
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3Inspection Requirements
4-1.3.1 General
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
5-2 PROTECTION
5-4 RELOCATION
2
2
2
2
2
2
2
3
3
3
3
3
4
4
4
4
4
5
5
5
5
5
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6
6-1.1 Construction Schedule 6
6-7 TIME OF COMPLETION 6
6-7.1 General 6
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7
6-9 LIQUIDATED DAMAGES 7
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
8
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
8
7-1.2 Temporary Utility Services
8
7-2 LABOR
8
7-2.2 Prevailing Wages
8
7-2-5 Personnel Security Screening
8
7-7 COOPERATION AND COLLATERAL WORK
9
7-8 WORK SITE MAINTENANCE
9
7-8.4 Storage of Equipment and Materials
10
7-8.4.2 Storage in Public Streets
10
7-8.6 Water Pollution Control
10
7-8.6.2 Best Management Practices (BMPs)
10
7-10 SAFETY
11
7-10.3 Haul Routes
11
7-10.4 Safety
11
7-10.4.1 Work Site Safety
11
SECTION 9 - MEASUREMENT AND PAYMENT
11
9-2 LUMP SUM WORK
11
9-3 PAYMENT
11
9-3.1 General
11
9-3.2 Partial and Final Payment.
13
PART 2 - CONSTRUCTION MATERIALS 13
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
13
201-1 PORTLAND CEMENT CONCRETE
13
201-1.1 Requirements
13
201-1.1.2 Concrete Specified by Class and Alternate Class
13
201-2 REINFORCEMENT FOR CONCRETE
13
201-2.2 Steel Reinforcement
13
201-2.2.1 Reinforcing Steel
13
PART 3 - CONSTRUCTION MATERIALS 14
SECTION 310 - PAINTING 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
Newport Beach Police Station Upstairs Restroom Remodel
Project Number 22F02
CONTRACT NO. 7900-2
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) the ARCHITECT'S TECHNICAL SPECIFICATIONS attached hereto; (2) these
Special Provisions; (3) the Plans (Drawing No. B-5291-S); (4) the Building Materials
Survey Report; (5) Cal OSHA and SCAQMD Rules and Procedures; (6) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction
(Current Edition) http://www.newportbeachca.gov/government/departments/public-
works/resources; (7) Standard Specifications for Public Works Construction (2015
Edition), including supplements (Green Book); (8) the applicable Codes shown on the
Plans; (9) American Public Works Association Standard Drawings, Latest Edition; and
(10) Building Permits.
Copies of the Standard Specifications for Public Works Construction may be purchased
online at www.bnibooks.com/products/standard-specifications-public-works-construction
or call 888-BNI BOOK (888-264-2665).
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 00 — PRE -BID MEETING
00-1 JOBWALK
The City will conduct a pre -bid site meeting on the date and at the time specified in the
Invitation to Bid. Bidder attendance at this meeting is MANDATORY.
The purpose of the Pre -bid Site Meeting is to acquaint prospective bidders with the site,
local physical features, site logistics, obstructions, water and power sources, and
security conditions and issues. The conditions and requirements of these Specifications
will govern over any information presented at the Pre -bid Site Meeting. Addenda will be
Page 1 of 14
prepared and issued, as necessary, to effect any changes to these specifications. All
questions and inquires shall be delivered in writing to the Project Manager no later than
March 7, 2022 at 3:00 p.m.
SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND
SYMBOLS
1-2 TERMS AND DEFINITIONS
Add the following definition:
City — City of Newport Beach
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF THE CONTRACT
At the time of the award and until completion of work, the Contractor shall comply with
eh following licensing requirements:
• The Contractor awarded the Project: General Building "B"
• The Subcontractor(s) performing non -building work shall be
appropriately licensed by the State for their work.
From the start of work until project completion, the Contractor and all Subcontractors
shall possess a valid Business License issued by the City.
2-5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents
If there is a conflict or discrepancy between different Contract Documents, the more
stringent requirement as determined by the Engineer shall control.
2-6 WORK TO BE DONE
The work necessary for the completion of this contract comprises of general
construction of a restroom rehabilitation; obtaining City building permits; passing
background checks for all workers entering the Police Station; removing and disposing
of the existing improvements; constructing improvements; and completing other
incidental items in place as required by the Contract Documents at the Newport Beach
Police Department located at 870 Santa Barbara Drive, Newport Beach, CA 92660.
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Page 2 of 14
Delete the second paragraph and replace with the following: The Contractor shall
submit to the Engineer, a minimum of 7 days prior to the start of work, a list of
controlling survey monuments which may be disturbed. The Contractor shall:
a) set survey points outside the affected work area that reference and locate each
controlling survey monument that may be disturbed,
b) file a Corner Record or Record of Survey with the County Surveyor after setting
the survey points to be used for re-establishment of the disturbed controlling
survey monuments, and
c) file a Corner Record or Record of Survey with the County Surveyor after
reestablishment of the disturbed (permanent) controlling survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record
or Record of Survey with the County Surveyor upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work.
2-9.2 Survey Service
Delete this section and replace with the following: The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The Architect of Record is WLC Architects. They can be contacted at
(909) 987-0909.
A minimum of two (2) sets of cut -sheets shall be included in the bid price and copies of
each set shall be provided to City 48-hours in advance of any work. If the filing of a
Corner Record and/or a Record of Survey with the County Surveyor's Office is required,
the Contractor shall prepare and submit the Corner Records for review by the City a
minimum of three (3) working days before the start of any Work.
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.2 Basis for Establishing Cost
3-3.2.2.3 Tool and Equipment Rental
Tool and equipment rental rates shall be based on the current Caltrans rental rates.
Page 3 of 14
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.
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
Page 4 of 14
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - UTILITIES
5-1 LOCATION
5-1.1 General
The Contractor is responsible for, and shall at his or her expense, pothole all existing
utilities which may be affected by the work to verify points of connection and potential
conflicts. No segment of work shall begin until the contractor has potholed and verified
points of connection and related connection material requirements, and coordinated the
final/existing layout of the laterals/pipeline with the Engineer, including adjustments due
to field conflicts with other utilities or structures above or below ground.
Within seven (7) calendar days after completion of the work or phase of work, the
Contractor shall remove all USA utility markings. Removal by sandblasting is not
allowed. Any surface damaged by the removal effort shall be repaired to its pre -
construction condition or better at the contractor's expense.
5-2 PROTECTION
In the event that an existing pull box, meter box or any other utility box is damaged by
the Work and is not re -useable, the Contractor shall provide and install a new
replacement pull box, meter box or any other utility box of identical type and size at no
additional cost to the City.
5-4 RELOCATION
All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes
and survey monument boxes (collectively known as "utility boxes") which are affected
by the Work shall be replaced to finish grade with new utility boxes. During asphalt
paving operation, manholes within paving area shall be temporarily lowered and
covered. Upon completion of paving operation, manholes shall be permanently
adjusted to finish grade.
The Contractor will be required to contact Southern California Edison, The Gas
Company, cable television companies, telecommunication companies and any other
utility companies to have their existing utilities adjusted to finish grade. The Contractor
shall coordinate with each utility company for the adjustment of their facilities in advance
of work to avoid potential delays to the project schedule. The Contractor shall provide
the necessary survey control for all utility companies to adjust boxes and vaults to the
final grade. The Contractor will be required to coordinate with these companies for
inspection of the work.
SECT_I.ON 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
Page 5 of 14
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 Construction Schedule
No work shall begin until a Notice to Proceed has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval
a minimum of five working days prior to the pre -construction meeting.
The Engineer will review the baseline schedule and may require the Contractor to modify
the schedule to conform to the requirements of the Contract Documents. If work falls
behind the approved baseline schedule, the Contractor shall be prohibited from starting
additional work until Contractor has exerted extra effort to meet the baseline schedule and
has demonstrated the ability to maintain the schedule in the future. Such stoppages of
work shall in no way relieve the Contractor from the overall time of completion
requirement, nor shall it be construed as the basis for payment of extra work because
additional personnel and equipment were required on the job.
Contractor shall update the schedule periodically or as directed by the Engineer to reflect
any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead
schedules on a bi-weekly basis with detailed daily activities.
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within 30 consecutive
working days after the date on the Notice to Proceed. The Contractor shall ensure the
availability and delivery of all material prior to the start of work. Unavailability of material
will not be sufficient reason to grant the Contractor an extension of time.
Normal working hours are limited to weekdays from 7:00 a.m. to 5:30 p.m.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 5:00 a.m. to 7:00
a.m. on weekdays or 7:00 a.m. to 6:00 p.m. on Saturdays only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. In addition, the Contractor
shall pay for supplemental inspection costs of $146 per hour when such time periods
are approved.
The following days are designated City holidays and are non -working days:
Page 6 of 14
1. January 1 st (New Year's Day)
2. Third Monday in January (Martin Luther King Day)
3. Third Monday in February (President's Day)
4. Last Monday in May (Memorial Day)
5. July 4th (Independence Day)
6. First Monday in September (Labor Day)
7. November 11 th (Veterans Day)
8. Fourth Thursday and Friday in November (Thanksgiving and Friday after)
9. December 24th, (Christmas Eve)
10. December 25th (Christmas)
11. December 26th thru 30th (City Office Closure)
12. December 31 st (New Year's Eve)
If the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY
Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the
Engineer. Retention payment and bonds will not be released until the as -built plans are
reviewed and approved by the Engineer. A set of approved plans and specifications
shall be on the job site at all times. The Contractor shall maintain as -built drawings of all
work as the job progresses. A separate set of drawings shall be maintained for this
purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time
each progress payment is submitted. Any changes to the approved plans that have
been made with approval from the Engineer shall be documented on the as -built plans.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
6-9 LIQUIDATED DAMAGES
For each consecutive calendar day after the time specified in Section 6-7.1 for
completion of the work, the Contractor shall pay to the City or have withheld from
moneys due it, the daily sum of $1,000.00.
Execution of the Contract shall constitute agreement by the City and Contractor that the
above liquidated damages per calendar day is the minimum value of the costs and
actual damage caused by the failure of the Contractor to complete the Work within the
allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations.
Page 7 of 14
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, Contractor shall arrange for a meter and
tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the
deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a
charge for water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, dust control, irrigation during
maintenance period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing such water.
7-2 LABOR
7-2.2 Prevailing Wages
In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -
mixed concrete for public works contracts are subject to prevailing wages.
7-2-5 Personnel Security Screening
Prior to commencing services, Contractor and all personnel assigned to work at the
Newport Beach Police Department Headquarters (870 Santa Barbara Drive) are
required to successfully pass a California Department of Justice Live Scan
Fingerprinting background check (Live Scan), wants/warrants check and regional
records clearance performed by the City of Newport Beach Police Department. The
Contractor shall be responsible for obtaining the Live Scan for all workers prior to
performing work and shall bear the cost thereof. The Contractor shall schedule the Live
Scan with the Newport Beach Police Department. On the day of the Live Scan, the
worker must obtain an application form from the Newport Beach Police Department
(located at 870 Santa Barbara Drive). Upon completion of the application form, the Live
Scan will be performed. The worker must possess a photo ID (e.g. Driver's License) at
the time of the Live Scan. The Police Department will advise the Contractor and City's
Project Manager whether the worker has passed Live Scan and want/warrant and
records clearance.
Following Council award, the Contractor shall schedule all employees planning to work
within the facility for the Police Department screening process. Obtaining the screening
results may take up to three weeks to process and is the sole responsibly of the
Contractor in managing all employees working at the Police Department.
Page 8 of 14
7-5 PERMITS
Replace this section with "The project is deemed 'permit ready' by the City's Building
Division (Plan Check No. 1157-2021). The Contractor shall obtain building permits from
the Building Department prior to starting work and submit any and all deferred
submittals for Building Department review per contract documents. City of Newport
Beach Building Department permit and normal inspection fees shall be waived."
7-7 COOPERATION AND COLLATERAL WORK
City forces will perform all shut downs of water, sewer and storm drain facilities as
required. The Contractor shall provide the City advanced notice a minimum of seven
calendar days prior to the time contractor desires the shutdown these City facilities.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will
be allowed. The Contractor will be responsible for completing all water connections
within the time period allowed. The times and dates of any utility to be shut down must
be coordinated with the Engineer. It is the Contractor's responsibility to notify the
affected businesses and residents of the upcoming water shutdown with a form
provided by the Engineer at least 48 hours in advance of the water shut down.
7-8 WORK SITE MAINTENANCE
Add to this Section: "The Contractor shall:
Make every effort to conduct the work in a manner that will not interfere with the
ingress/egress of the Police Station or adjoining Fire Station No. 3.
2. Apply dust controls whenever airborne errant dust is observed.
3. Remove all construction debris from the work site at the end of each work day.
4. Provide restrooms and trash service for the construction personnel.
5. Provide parking lot sweeper service to mechanically and/or manually remove
errant construction debris and dust as directed by the Engineer.
6. Provide reasonable cleaning service as directed by the Engineer to remove dust
and other errant debris that were not controlled during the construction and have
deposited upon the adjoining work areas, building windows, hallways, meeting
areas, etc.
7. No parking vehicles within the Police Department parking lot immediately
southwest of the Police Department jobsite."
Page 9 of 14
7-8.4 Storage of Equipment and Materials
7-8.4.2 Storage in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base and
pavement if the pavement condition has been compromised during construction.
Add to this Section: "The Contractor shall:
1. Make every effort to conduct the work in a manner that will not interfere with the
ingress/egress of the adjoining police activities.
2. Remove all construction debris from the work site at the end of each work day.
3. Provide restrooms and trash service for the construction personnel.
4. Provide sweeper service to mechanically and/or manually remove errant
construction debris and dust as directly by the engineer.
5. Provide reasonable cleaning service as directed by the Engineer to remove dust
and other errant debris that were not controlled during the construction and have
deposited upon the parked vehicles, building windows, adjoining work stations,
etc.
6. Coordinate delivers, staging, work so as not to interrupt daily police activities."
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
The Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
Page 10 of 14
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City will monitor the
adjacent storm drains and streets for compliance. Failure of the Contractor to follow
BMP will result in immediate cleanup by City and back -charging the Contractor for all
costs plus 15 percent. The Contractor may also receive a separate administrative
citation per Section 14.36.030 of the City's Municipal Code.
7-10 SAFETY
7-10.3 Haul Routes
Haul routes shall be submitted to the Engineer for review and approval.
7-10.4 Safety
7-10.4.1 Work Site Safety
The Contractor shall be solely and completely responsible for conditions of the job site,
including safety of all persons and property during performance of the work. The
Contractor shall fully comply with all state, federal and other laws, rules, regulations,
and orders relating to the safety of the public and workers.
The right of the Engineer or the City's representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site.
SECTION 9 - MEASUREMENT AND PAYMENT
9-2 LUMP SUM WORK
Contractor shall submit a detailed schedule of value for all lump sum bid items to the
Engineer within 15 days after award of contract.
9-3 PAYMENT
9-3.1 General
Revise paragraph two to read: The unit and lump sum bid prices for each item of work
shown on the proposal shall include full compensation for furnishing the labor,
materials, tools, and equipment and doing all the work, including restoring all existing
improvements, to complete the item of work in place and no other compensation will be
allowed thereafter. Payment for incidental items of work not separately listed shall be
included in the prices shown for the other related items of work. The following items of
work pertain to the bid items included within the Proposal:
Page 11 of 14
Item No. 1 Police Department Upstairs Restroom Remodel: Work under this Item
shall include all of the costs necessary to complete all of the work shown on the plans
and in the contract documents, complete and in place. The following is listing of work
items that need further itemization on the Schedule of Values to be submitted to the
Engineer upon project award to the lowest responsible bidder by the Newport Beach
City Council or their designee. The cost of all other items of work that are not
specifically listed as required but are customary to be completed as a prerequisite for a
fully functional facility shall have been included in the bid and no additional
compensation shall be made.
• Mobilization and Demobilization: Work under this item shall include, but not
limited to, providing bonds insurance and financing; delivering all required
notification to residents, posting signs; establishing a field office and
construction storage location; scheduling Building Division inspections, -
obtaining all applicable permits; finalizing the permits and all the conditions
pertaining to the permits; preparing and updating the BMP Plan and
construction schedule; providing traffic control and temporary construction
fencing surrounding areas subject to construction debris while the Police
Department Headquarters is open; and all other related work as required by
the Contract Documents. This shall also include work to demobilize from the
project site including but not limited to site cleanup, removing USA markings
and providing any required documentation as noted in these Special
Provisions.
• Security Background Screening: All personnel working under this contract
shall be screened by the Newport Beach Police Department per Section 7-
2.5.
• Photographic Records of Building and Site Pre -construction Condition:
Work under this item shall include providing the City labeled unaltered
photographs of the building exterior and interior, parking lot, and fixtures
attached to the building. Photographs shall be provided to the City via 4"x6"
minimum size colored prints and in electronic *.jpg format. Construction
activities shall not start until the photographs have been received and the
Engineer has authorized work to commence.
• Hazardous Waste Management and Removal: Work under this item shall
include managing, removing and disposing all hazardous waste by a State
Certified Abatement Contractor following SCAQMD. All SCAQMD manifests
documenting removal shall be provided to the Engineer under this payment
item. The abatement and removals shall be in accordance to the Limited
Hazardous Materials Survey Report dated December 5, 2021.
• Removals: This work shall include the costs needed to remove and dispose
of all of the existing improvements, including interfering items, in order for the
new improvements to be constructed as shown in the Contract Documents.
Page 12 of 14
• Project Site Maintenance: This work shall include all of the costs needed to
complete the work listed under Section 7-8 of these Special Provisions.
• Construct New Improvements: This work shall include all of the costs
needed to provide, install, furnish, and construct, all of the new improvements
and items in the Contract Document complete and in place. The cost of all
required building tests as required by the Building Permits shall be made as a
part of the price bid.
Item No. 2 Provide As -Built Plans and Closeout Documents: Work under this
item shall include, but not be limited to, all labor, tools, equipment and material costs for
all actions necessary to provide as -built drawings and closeout documents. These
drawings must be kept up to date and submitted to the Engineer for review prior to
request for monthly payments. An amount of $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 -build drawings.
9-3.2 Partial and Final Payment.
From each progress payment, five (5) percent will be retained by the City, and the
remainder less the amount of all previous payments will be paid.
Partial payments for mobilization and traffic control shall be made in accordance with
Section 10264 of the California Public Contract Code.
PART 2 - CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the
plans.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
201-2.2.1 Reinforcing Steel
Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch
minimum cover unless shown otherwise on the plans.
Page 13 of 14
PART 3 - CONSTRUCTION MATERIALS
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES
310-5.7 A minimum of two coats of paint shall be applied to all exposed surfaces to
match existing per contract documents.
SECTION 314 --- HAZARDOUS WASTE REMOVAL
314-1 General. The Limited Hazardous Materials Survey Report dated December 5,
2021 indicates the presence of asbestos in tiles, joint compound, popcorn ceiling
texture, and mastic. Any asbestos shall be removed by a State Certified Hazardous
Waste Abatement Contractor. All disposal manifests documenting removal shall be
provided to the City.
The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL
SPECIFICATIONS (PROJECT MANUAL) which augments, but are not referenced
to, sections of the
Standard Specifications for Public Works Construction.
Page 14 of 14