Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CC - Item 4G - Award of Contract for Roof Replacement at Public Works Office and Warehouse Building - Project No. 31031
ROSEMEAD CITY COUNCIL TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: JANUARY 14, 2025 SUBJECT: AWARD OF CONTRACT FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE AND WAREHOUSE BUILDING — CITY PROJECT NO. 31031 SUMMARY As part of the City's Fiscal Year 2023-2024 Capital Improvement Program, the City Council approved the Roof Replacement at Public Works Office & Warehouse Building Project. The Project consists of removal and replacement of existing deteriorated metal roof at the Public Works Office & Warehouse Building. The existing metal roof has not been replaced since the City purchased the property twenty years ago. Over the years, the existing metal roof has become brittle and has deteriorated. Staff from Public services has also reported concerns about water leaks at this facility. On November 20, staff published a Notice Inviting bids and on December 18, 2024, the City received seven (7) bids. Based on staff s comprehensive bid analysis, the bid submitted by Best Contracting Services, Inc. in the amount of $488,425.00, is determined to be the lowest responsive bid. BACKGROUND The Public Works Office and Warehouse facility serves as the core hub for all maintenance operations within the city. This facility is equipped with a variety of tools, machinery, and supplies necessary for the upkeep of public infrastructure. It houses various divisions responsible for maintaining roads, parks, public buildings, and open spaces. This facility acts as a central point for coordinating maintenance staff and resources including vehicles, equipment storage, repairs, and dispatch for efficient operation and quick response to maintenance requests, ensuring that the city's infrastructure remains functional and safe for all residents. However, since the City acquired the property two decades ago, the facility has received minimal maintenance. The existing metal roof has deteriorated substantially. Over the years, it has become brittle and prone to water leaks. To rectify these issues, staff suggest replacing the deteriorated roof with a new metal roof system to improve its structural integrity and weatherproofing. The roof replacement project will involve removing and replacing the deteriorated metal roof, as well as addressing any hazardous roofing materials discovered during hazardous material testing. AGENDA ITEM 4.G City Council Meeting January 14, 2025 Page 2 of 3 Staff published a Notice Inviting Bids in local newspapers and trade publications on November 20, 2024. Sealed bids were received in the City Clerk's office until 10:30 a.m. on Wednesday, December 18, 2024. Electronic bids were also received through the City's PlanetBids portal until 10:30 a.m. on Wednesday, December 18, 2024. The City received a total of seven (7) bids with the following results: Contractor &om low to high amount Location Bid Amount Best Contracting Services, Inc. Gardena, CA $488,425.00 Danny Lerner, Inc. dba Letner Roofing Company Orange, CA $504,073.00 C.I. Services, Inc. Mission Viejo, CA $517,587.00 Courtney Inc. Irvine, CA $535,500.00 Risher Sutherland, Inc. dba United Contractors San Bernardino, CA $562,250.00 AME Builders, Inc. Upland, CA $564,410.00 Commercial Roofing Systems, Inc. Arcadia, CA $693,445.00 Staff conducted a bid analysis for apparent low bid submitted by Best Contracting Services, Inc. and verified CA contractor's licensing, Department of Industrial Relations (DIR) registration, state and federal debarment files, and conducted reference checks. The bid submitted by Best Contracting Service, Inc., in the amount of $488,425.00, is determined to be the lowest responsive bid. STAFF RECOMMENDATION It is recommended that the City Council take the following actions: 1. Approve the plans and specifications for the Roof Replacement at Public Works Office and Warehouse Building, Project No. 31031; and 2. Authorize the City Manager to execute a construction contract with Best Contracting Services, Inc., in the amount of $488,425.00. In addition, authorize an amount of $48,842.50 (10%) as a contingency to cover the cost of unforeseen construction expenses, for a total construction budget of $537,267.50. FINANCIAL IMPACT This Project was included in the Fiscal Year 2023-24 CIP budget and consists of $593,420.00 in Public Facilities funds for a total approved budget of $593,420.00. The following is the breakdown of the construction phase budget: Construction Contract $488,425.00 Construction Contingency (10%) $48,842.50 Total Construction Budget $537,267.50 City Council Meeting January 14, 2025 Page 3 of 3 ENVIRONMENTAL REVIEW The proposed work involves the rehabilitation of an existing public facility; therefore, the project is exempt from the California Environmental Quality Act (CEQA) pursuant to a Class 1 (Section 15301, Existing Facilities), subsection (d) exemption, "Restoration or rehabilitation of deteriorated or damaged structures, facilities, or mechanical equipment to meet current standards of public health and safety, unless it is determined that the damage was substantial and resulted from an environmental hazard such as earthquake, landslide, or flood;" Cal. Code Regs. tit. 14 § 15301. The key consideration for a Class 1 exemption is whether the project involves negligible or no expansion of an existing use. STRATEGIC PLAN IMPACT The project aligns with the City of Rosemead's Strategic Plan Goal C - Infrastructure and Facilities, which is to enhance streets, sidewalks, and public infrastructure, coordinate with relevant utility agencies regarding safety and enhancements. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: v� eonardo artinez, ranstech Engineers Works Attachment A: Best Contracting Services, Inc. Bid Proposal Attachment B: Project Bid Package Attachment C: Draft Contract with Best Contracting Services, Inc. Attachment D: Other Bids Received (Six Total) Attachment A Best Contracting Services, Inc. Bid Proposal BIDDER: Best Contracting Services, Inc. CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION I - BID SCHEDULE CONTRACT BID FORMS CBF -1 BIDDER: Best Contracting Services, Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 NO. ITEM DESCRIPTION EST. UNIT UNIT ITEM QTY. PRICE COST Temporary Restroom Facilities - work shall include rental of one portable restroom and one 1 hand washing station. The contractor shall ensure 1 LS 1,600.00 $ 1,600.00 $ that the portable restroom and hand washing station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and 57,675.00 57,675.00 2 requirements, see Appendix A and B 1 LS $ $ (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 3 Rosemead Public Works Office & Warehouse 1 LS $ 427,150.00 Building, as detailed per Part C: Technical $427,150,00 Provisions, Appendix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be responsible for removal, disposal and 2,000.00 2,000.00 4 replacement of the barbed wire. Barbed wire 1 LS $ $ _ replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. 488,425.00 TOTAL BASE BID AMOUNT IN NUMBERS $ TOTAL BASE BID AMOUNT IN WORDS: Four Hundred Eighty Eight Thousand Four Hundred Twenty Five Dollars The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. NT.dw BIDDER: Best Contracting Services, Inc. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govern over fi ores. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered NPDs W and Best Management C.as inclusive in each Bid Item listed above in Practices (BMPs), Public Convenience and Pr ( s), Pu the Base Bid Schedule and Additive Alternate Safet Bid Schedule as applicable, and no additional D. Construction Stakin b Land Surveyor and/or separate compensation will be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Ten Percent Dollars ($ 10% ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 BIDDER: Best Contracting Services, Inc. Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, lie shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar day if project is not completed within the working days specified on the Notice Inviting Bids. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 BIDDER: Best Contracting Services, Inc. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Jonathan Munoz Pro-ject Estimator 12/5/2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. 1 Dated 12/11/2024 -T 2 12/18/2024 Addendum No. Dated Addendum No. Dated Addendum No. Dated CBF -5 BIDDER: Best Contracting Services, Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes_ No_X If the answer is yes, explain the circumstances in the following space. N/A MEM BIDDER: Best Contracting Services, Inc. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 19-T" Type or Print Name CEO/Secretary Title BIDDER: Best Contracting Services, Inc. 9027 S. Hatnilton A usiness Street Address iardena, CA 90248 city, State and Zip Code (310) 328-6969 Telephone Number Bidder's/Contractor's State of Incorporation: CALIFORNIA Partners or Joint Venturers: Bidder's License Number(s): # 456263 Department Industrial Relations Registered No. # 1000000563 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation partnership or joint venture has the authority to do so. Nam eCPR Public Search Login Public Works Support Contractors Projects Register Ibm ) Septptlar i BE5`rCd14MMNGSEMCES,INC. BESTCONTRACTING SERVICES, INC. Contractor Contractor business email wsalazar@bestcontmdingcam � Contractor c ation eff date 1-2022-07-01 !. Contractor first name ( Wualfre Contractormallingrity GARDENA _ (Contractor mailing state CA Conlradormallingzip (90240.._.... Contractor physical city ( GARDENA_ Contractor physical state ICA Contractor physical zip 90248 Contractor certify clme i 2022-05.04 Coniractorcom enytype I Corporation Contractor craft legacy Roofing;Glazier,Sheet Metal Worker ContractorcraR snow I Contractor c alien exp data f 2025-0630 Contractor data deactivated Contractor entity number �l C1158028. Contractorlo 1000000563 Contractor last name Salazar Contractor mailing address2 Contractor physical addressi 19027 S. HAM LTON AVENUE Contractor physical address2 l BEST CONTRACTING SERVICES, INC :aaeLfignadateas 2 sy� fardams Nond9aimleatkn Nom acooitrIl dV6a84y Co r1eM 202451ate d CalgmNa eCPR Public Search Log in Public Works Support Contractors Projects Register Home i ustomgr,Ac4ount,LoQkup > KLONDIKE CONSTRUCTION SERVICES INC KLONDIKE CONSTRUCTION SERVICES INC Customer Account Lookup Name KLONDIKE CONSTRUCTION SERVICES INC Customer Account KLONDIKE CONSTRUCTION SERVICES INC Email klondikeconstruction@gmail.com Address 1 592 E. State Street Address -2 City Ontario State CA Zip --- 91761 Contractor Status DI R Approved CSLB 990645 Legal Name KLONDIKE CONSTRUCTION SERVICES INC Business Structure None -- Business Phone 9093950160 Registration Number 3600667 President PWCR 1000008336 Registration Start Date Registration End Date Doing Business As (DBA) KLONDIKE CONSTRUCTION SERVICES INC Crafts Legacy Registration Date 2024 07-01 `Legacy Registration Expiration 2027-06-30 Related Lists Hstorical.RegstratonDates-iiii.. Terms & Conditions p my y,..P..21ky. Disclaimer IVo...... iminatjon,Notice Copyright 2024 State of California Accessibility March 30, 2007 To Whom It May Concern: This communication is to notify you that effective March 23, 2007 our company name, Best Roofing & Waterproofing, Inc. has been changed to Best Contracting Services, Inc. Kindly update your records accordingly Moji Tabazadeh, President 9027 S. Hamilton Avenue, Gardena, CA 90248 W:(310)328-6969 Fax: (310) 328-9176 d zvw;bestcontracting.com info@bestcontracting.com '¢ 4uad Opportunity Employer ontractor's License #456263 Approved Contractor State of California Secretary of State 40658529 4.T 1, DEBRA BOWEN, Secretary of State of the State of California, hereby certify: That the attached transcript of. I page(s) has been compared with the record on file in this office, of which it purports to be a copy, and that it is full, true and correct. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of MAR 2 3 ZW7 In %- DEBRA BOWEN Secretary of State Sec/Stale Form CE- 107 (REV 1/2007) 0SPM � A0658529 ENDORSED m FILED Ing. Moftor stmo ®stagy CERTIFICATE OF AMENDMENT MM 19 Zw? OF ARTICLES OF INCORPORATION OF BEST ROOFING & WATERPROOFING, INC. The undersigned certify that: 1. They are the President and Secretary, respectively, of Best Roofing & Waterproofing, Inc., a California corporation. 2. Article I of the Articles of Incorporation of this corporation is amended to read as follows: The name of this corporation is Best Contracting Services, Inc. 3. The foregoing amendment of Articles of Incorporation has been duly approved by the board of directors. 4. The foregoing amendment of Articles of Incorporation has been duly approved by the required vote of the shareholders in accordance with Section 902, California Corporation Code. The total number of outstanding shares of the corporation is 200. The number of shares voting in favor of amendment equated or exceeded the vote required. The percentage vote required was more than 50%. We further declare under penalty of pedury under the laws of the State of California that the matters set forth in this certificate are true and correct of our own knowledge, 105-22840 i'' � O0 F J FIL_ h'.he oii - -! ;�;z. F^.crizry [•f Sime CERTIFICATE OF AMENDMENT MAR 2 61999 OF BILL JONES, Secret ryofSbte ARTICLES OF INCORPORATION OF TABA DEVELOPMENT CO., INC. Mojitaba Tabazadeh and Sean Tabazadeh certify that: 1. They are the Chief Executive officer and Secretary, respectively, of Taba Development Co., Inc., a California corporation. 2. The Board of Directors of Taba Development Co., Inc, has approved the following amendment to Article I of the Articles of Incorporation of said corporation: III The name of this corporation is Best Roofing E Waterproofing, Inc. °S' 3. The amendment has been approved by the required vote of the shareholders in accordance with Sections 902 and 903 of the California Corporations Code. The corporation has only one outstanding class of shares. Each outstanding share is entitled to only one vote. The corporation has 100 shares outstanding, and, hence, the total number of shares entitled to vote with respect to the amendment was 100. All 100 shwere voted in favor of the Amendment. / ve Each of the undersigned declares under penalty of perjury that the matters set forth in the foregoing certificate are true and correct of her own personal knowledge, and tj this declaration was executed on March 25, 1999. / No BEST CONTRACTING SERVICES, INC. JOINT MINUTES OF BOARD OF DIRECTORS AND SHAREHOLDERS MEETINGS Date: December 31, 2015 Place: 19027 S. Hamilton Ave., Gardena, California Nature of Meeting: Annual Meeting called by: President Notice: Was waived Directors present: Modjtaba Tabazadeh, Sean Tabazadeh, Fatemeh Tabazadeh Directors absent: Shareholder present: Sean Tabazadeh (individually and on behalf of LLC) Shareholders absent: None Others present: None 1. Cali to Order The joint meeting of directors and shareholders was called to order at 1:30 p.m. by Modjtaba Tabazadeh, the President of the Corporation who announced that a quorum was present. The President further announced that this meeting was held pursuant to written waiver of notice and consent to the holding of this meeting. The waiver and consent was presented to this meeting and, on a motion duly made, seconded and unanimously carried, was made a part of the records and ordered inserted In the corporation's Minute Book immediately preceding the records of this meeting. 2. Approval of Prior Minutes The Minutes of the last meeting of directors and shareholders were then read and approved. 3. Adoption of Resolution The following resolution was considered by the Board and adopted by majority vote of the directors present: WHEREAS, the President stated that we need to add another authorized signatory to the Bank of the West bank accounts. NOW, THEREFORE, BE IT RESOLVED, that the following person(s) are now authorized signers on the Bank of the West bank accounts: Kavhan Fatemi --Executive Vice President Voting for: Modjtaba Tabazadeh, Sean Tabazadeh, Fatameh Tabazadeh Voting against: None Abstaining: None 4. Adjournment There being no further business to come before the meeting, upon motion duly made, the meeting was adjourned at 1:45 p.m. Date: December31,2618 BIDDER: Best Contracting Services, Inc. SECTION 2 BID DATA FORMS M9- wo BIDDER: Best Contracting Services, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Best Contracting Services Inc. as Principal, and The Hanover Insurance Company 'as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of 10% of Bid Amount DOLLARS ($ ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 18, 2024 NOW,'I'HEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 17th day of December 20 24, Best Contracting Services, Inc. AL) The Hanover Insurance Company (SEAL) Print d , I n Surety / By: Sigria-turoei Sigdature Sean Tabazadeh,CEO/cretary Patrick T. Moughan, Attorney -in -Fact CBF -10 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named heroin, and they have no authority to bind the Company except in the manner and to the extent heroin stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being Corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the Stale of Michigan, (hereinafter individually and collectively the'Company) does hereby Constitute and appoint, Patrick T. Moughan, Mark D. Kiger, andfor Jing Guo Mason Of Global Risk, LLC of Los Angeles, CA each individually, if there be more than one named, as its true and lawful attomey(s)-in-fad to sign, execute, seal, acknowledge anddefverfor, and on its behalf, and as its act anddeed any plain withinthe United Slates,anyand all surelybonds,remgdzanms,undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shalt be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, n their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation staled below: Any such obligations in the United States, not to exceed Fifty Million and No1100 ($50,000,000) in any stngie instance That this power is made and executed pursuant to the authorityof the folkyM g Resolutions pas sed bythe Board of Dlreclorsof said Company, and said Resolutions remain in full force and aged: RESOLVED: That the President or any Vice President, In conjunction with any Vice President. be and they hereby are authorized and empowered to appoint Atfomeys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, Contracts of Indemnity, waivers of citation and all otherwdlingsobligaloryin the nature thereof,with power toatlachihereto the seal of the Company. Any such writings so executed by such At(orneys-io-fact shall be binding upon the Company as y they had been duly executed and acknowledged by the regularly elected officers; of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect fherelo, granted and executed by the Presider Vice President In conjunction with any Vice President of the Company, shallbebindingon the Companytothe sameextent as if allslgnalures Ihereinwere manuallyafUxed, even though one or moreof anysuch signalurestherson may be farsimile, (Adopted0ctober 7,1981— The Hanover Insurance Company; Adopted Apd114,19112—Massachusells Bay Insurance Company; Adopted Seplember7, 2001—Cllizenslnsurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZEN S INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duty attested by two Vice Presidents, this 281 day of Juno, 2023 COW, 1 he Nawrvu Iraoranze C;®pamy Ma Itve li lewnmre CompePy Ckba Inoracece CompanyyfA rm J1f7s H Kawiackb Vke Presldent STATE OF CONNECTICUT ) COUNTY OF HARTFORD )as. Tbr texao4r leeeracce Compxmy N 1 +erssk/mrareunePcc 981reaomha Ceropsmy WC�rpaol of -04 1141Mcndoxa. Vico Precedent (/ On this 281h day of June 2023 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Say insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Cifaens Insurance Company of America, respeclively, and that the said corporate seats and their signatures as officers were duly affixed and subscribed to safd'nshumant 6v the authonN and diractbn of said Corporations. Wendy Latoumes 1, No1�y wt�,. �u m con,lgu�,n t l , t`�- WEn y Latou esr ry u c C"WtliiiiilmE-4ftsJd 31.2026 MycommissI nen ifssJuty97,2025 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby Cortifythatthe above and Foregoing is a full, true and coned copyof the Original Power of Attorneylssued by said Companies, and do hereby further certify that the said Powers of Attorney are still In force and effect GIVEN under my hand and the seals of said Companies, at Worcester, Massa chusetts, this 1711- ,� day of December^2024 CERTIFIED COPY Thum x Imm�eee menton MI. 9 9fy Pot any Am nb BnvrlL� \'4� Penr.,.�, CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles } On before me, Zipporah D. Kiger, Notary Public ere use names 1, eo leo icer personally appeared Patrick T. Moughan who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)N re subscribed to the within instrument and acknowledged to me that <e he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. official seal. o (4 I I S,, I � J JRWin L9 OF THE ATTACHED DOCUMENT (Title or descrption of attached document) (Title or description of attached document of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) EI Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryClasses.com 800-873-986:; (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM Thisform complies will, current Califarnia staanesregarding notary hording and if needed, should be completed and attached to the docmnene Acknowledgments from other stales may he completed for dannnenis being .mut to thal stale so long ns the wording roes not require the California notary to violate Califorvla nobs law. • State and County information must he the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) echo personally appear at the time of notarization. • Indicate the correct singular or plum] farms by crossing on' incorrect forms (i.e. he/she/dwy, is/are) or circling the correct forms. railum to correctly indicate this information may lead to rejection of document recording. • 'the notary seal impression must he clear and phologrnphially reproducible. Impression must not cover text or lines. If sal impression smudges, re -seal if a sufficient arca permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signamre on file with the office of the county clerk. Additional infomuadon is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate Elie capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. BIDDER: Best Contracting Services, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of I percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF- 11 BIDDER: Best Contracting Services, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Klondike Roof Construction Service Demo/ACM Address: 592 E State Street Ontario, CA 91761 License No.: 990645 Department of Industrial Relation Registration No.# 1000008336 Name and Location of Subcontractor Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subbontractor Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name:_ Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. CBF -12 BIDDER: Best Contracting Services, Inc. 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: SANTA MONICA- MALIBU UNIFIED SCHOOL DISTRICT 1651 16th Street, Santa Monica, CA 90404 Name and Address of Owner Carey Upton, Chief Name and tele Officer 310-450-8338 x79383 and 424-581-5426 mcu) of person familiar with project Re -Roof at Johns Adams MS, Lincoln ES, Roosevelt ES and $4,389,194.00 Santa Monica HS 12/22/2023 Contract amount Type of Work Date Completed 2. SANTA MONICA CCD - 1900 PICO BLVD SANTA MONICA, CA 90405 3 Name and Address of Ownet Terry Kimbayashi KAMIBAYASHI_TERRY@smc.edu (310) 434-4532 Name and telephone number of person familiar with project $3,880,596.00 Re -Roof at Santa Monica College Roof repair 7 Buildings. 12/27/2023 Contract amount Type of Work Date Completed LAS VIRGENES USD -4111 LAS VIRGENES ROAD CALABASAS, CA 91302 Name and Address of Owner Julie Abbott -labbott@lvusd.org (818) 878-5275 Name and telephone number of person familiar $5,238,046.00 Roof Replacement at AEW, CHS, LCMS, M&O and RM 12/29/2023 Contract amount Type of Work CBF -13 Date Completed Q BIDDER: Best Contracting Services, Inc. NORWALK- LA MIRADA UNIFIED SCHOOL DISTRICT 12820 PIONEER BLVD, NORWALK, CA 90650 Name and Address of Owner Gerald "Buzz" Mitchell I Director gmitchell@nlmusd.org 562-210-2181 Name and telephone number of person familiar with project Re -roofing at Los Alisos Middle School, Ramona Preschool Dolland Elementary School, Huerta Community Resource Center $4,287,662.00 Waite Middle School, Sanchez Elementary School 12/22/2023 Los Coyotes Middle School Contract amount Type of Work Date Completed CBF - 14 BIDDER: Best Contracting Services, Inc. SECTION 3 NON -COLE USION A FFIDA VIT CBF -15 BIDDER: Best Contracting Services, Inc. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. X, / Sean Tabazadeh Typed or Printed Name CEO/Secretary Title Best Contracting Services, Inc. * SEE ATTACIIED NOTARY * Subscribed and sworn before me This day of 120 Notary Public in and for the State of California My Commission Expires: CBF -16 (Seal) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of % &dA 67,6T Subscribed and sworn to (or affirmed) before me on this QU -I r.t day of 20 4r , by (i�f !Md 7�i7 C# proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 0M4CARMIMONTANES Notary Public • California Los Angeles County Commission M 2499488 y Comm. Expires Sep 10, 2028 (Notary Public Seal) DESCRIPTION OF ATTACHED DOCUMENT: Title or Type of Document: Date of Document: u lic Signature No. of Pages To order supplies contact the Academy of Notaries Public at Nr,c,,.notmr -rnur.e.co,n or call (916) 722.1633 Attachment B Project Bid Package CITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDIING PROJECT No. 31031 FISCAL YEAR 2023-2024 IN THE CITY OF ROSEMEAD r PUBLIC WORKS DEPARTMENT, ENGINEERING DIVISION 8838 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 TELEPHONE: (626) 569-2150 FAX: (626) 307-9218 BIDS DUE: DECEMBER 18TH, 2024 AT 10:30 A.M. CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROTECT No. 31031 TABLE OF CONTENTS BIDDING DOCUMENTS 1. Notice Inviting Bids............................................................ NIB- 1 -NIB- 2 2. Instructions to Bidders...........................................................ITB-1 — ITB -10 3. Contract Bid Forms...........................................................CBF-1 — CBF -16 CONTRACT AGREEMENT 1. Contract Agreement and Insurance Requirements 2. Performance Bond 3. Payment Bond CONTRACT APPENDIX Part "A" General Provisions..............................................GP-1 - GP -34 Part "B" Supplemental General Conditions............................GC-I GC -10 Part "C" Technical Provisions............................................TP-1 — TP -16 Part "D" Appendix Appendix A - Limited Asbestos Inspection Report Appendix B - Limited Lead -Based Paint Inspection Report Appendix C — Project Plans Appendix D — Clip Spacing Calculations Appendix E — Zip -Rib Data Sheet and Roofing & Siding Design Guidelines Appendix F — Eagleview Report (FOR REFERENCE ONLY) CITY OF ROSEMEAD NOTICE INVITING BIDS NIB No. 2024-10 NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD, California, will receive electronic bids through PlanetBids at: https:Hpbsystem.121anetbids.com/postal/54150/portal-home OR sealed bids at the City Clerk's office, City Hall, 8838 Valley Blvd, Rosemead, CA 91770 up to 10_30 O'clock a.m. on December 181, 2024, and bids will be publicly posted on PlanetBids and City's website after bid deadline. ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 Bidders shall attend a mandatory pre-bid meeting, which is scheduled at the Public Works Office & Warehouse Building (2714 River Avenue, Rosemead, CA 91770) in the City of Rosemead on Thursday, December 5a', 2024, at 10 am. The City will only consider Bids submitted by those Bidders who attend the Mandatory Pre -Bid Meeting. All other bids will be considered non-responsive and subject to rejection. The project consists of pre -demolition Hazmat abatement and installation of a Zip -Rib structural metal roof panel system at the City of Rosemead Public Works Office & Warehouse Building (Address: 2714 River Avenue, Rosemead) and other related work as described in the Plans, Specifications, and Contract Documents, including other incidental and appurtenant work necessary for the proper completion of the project as indicated in the appendix and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. The engineer's estimate for this project is in the range of $340,000. The successful bidder shall have FORTY-FIVE (45) working days to complete the work. Liquidated damages shall be $500.00 per calendar day. Copies of the Bidding and Contract Documents, Plans and Specifications can be obtained from the City's PlanetBid portal. Contractors can register as a vendor and download the documents by visiting the PlanetBid Portal (littps://pbsystem.planetbids.com/pot-tal/54150/poi-tal-home). Hard copy of the bid package will not be mailed. SB 854 Requirements: This project is subject to the requirements of SB 854. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered and qualified with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The bid proposal must include a print out from the DIR registration website showing that the prime contractor and each subcontractor is currently registered and qualified. No bid proposals will be accepted nor any contract entered into with a prime contractor without proof of registration as required NIB -1 above. [Unless within the limited exceptions from this requirement for bid proposals only under Labor Code Section 1771.1(a)] Each bid must be accompanied by a bidder's security in an amount not less than 10% of the amount of the bid, as a guarantee that the bidder will, if awarded the Contract, enter into a satisfactory agreement and provide a Performance Bond and a Payment Bond, each not less than 100% of the total amount of the bid price. No bidder may withdraw his bid for a period of sixty-one (61) days after the above bid opening date. The CITY OF ROSEMEAD will affirmatively ensure the disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, disability, sex or national origin in the consideration for an award. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wage and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Bidders shall be licensed in accordance with the provision of Chapter 9, Division 111 of the Business and Professions Code of the State of California. Bidder shall have a Class "C-39" and/or "C-43" license in good standing at the time Bids are received. The Council reserves the right to reject any and all bids and to waive any informality, technical de ect, or minor irregularity in anv bid submitted. An award of service shall not be final until the bids have been reviewed and a Contract Agreement with the City has been signed by the lowest responsible bidder and by the City. Award of Contract Agreement is proposed for January 10, 2025. All questions regarding this bid shall be uploaded City's portal on PlanetBids, no later than 10 calendar days prior to bid due date and time. Dated this November 20u'. 2024 Ericka Hernandez City Clerk Publish: November 2l' and November 2$a`, 2024. NIB- 2 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 INSTRUCTION TO BIDDERS INSTRUCTIONS TO BIDDERS All Bids must be made in accordance with these Instructions to Bidders ("ITB"). Unless specifically noted, capitalized terms are used as defined in the General Conditions, found in Part "B" of the Contract Appendix. All terms defined in the General Conditions which occur in the Bid Documents and Contract shall have meanings as defined therein. 1. AVAILABILITY OF BID DOCUMENTS Bids must be submitted to the Owner on the Contract Bid Forms which are a part of the Bid Package for the Project. Prospective bidders may obtain one (1) complete set of Bid Documents. Bid Documents may be obtained from the City's PlanetBid portal. Contractors can register as a vendor and download the documents by visiting the PlanetBid Portal (https://pbsystem.planetbids.com/poi-tal/54150/portal-hoine . Hard copy of the bid package will not be mailed. 2. EXAMINATION OF BID DOCUMENTS The Owner has made copies of the Bid Documents available, as indicated above. Bidders shall be solely responsible for examining the Project Site and the Bid Documents, including any Addenda issued during the bidding period, and for informing itself with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors' licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders are responsible for consulting the standards referenced in the Contract titled Specifications. Failure of Bidder to so examine and inform itself shall be at its sole risk, and no relief for error or omission will be given except as required under State law. 3. INTERPRETATION OF BID DOCUMENTS Any request for an interpretation or clarification of the Bid Documents must be submitted in writing by Bidder via email or facsimile to the Owner's Project Engineer. Any response that the Owner may choose to make for purposes of interpretation or clarification, will be in writing and made available to all the listed holders of the Bid Documents. The Owner will respond to all written/faxed/email Bidder's inquiries received at least seventy two (72) hours before the scheduled bid opening date for which, in its sole judgment, a response is in the best interest of the Owner. Where such interpretation or clarification requires a change in the Bid Documents, the Owner will prepare and issue an Addendum to the Bid Documents. The Owner shall not be bound by, and Bidder shall not rely upon, any oral interpretation or clarification of the Bid Documents. The bidding process and terms and conditions will be in strict accordance with the following Bid Documents: a. Notice Inviting Bids b. Instructions to Bidders C. Contract Bid Forms d. Contract e. Contract Appendix Part "A" - General Provisions Part "B" - Supplemental General Conditions Part "C" - Technical Provisions Part "D" - Appendix ITB - 1 Any Addenda Issued by the Owner 4. INSPECTION OF SITE; PRE-BID CONFERENCE AND SITE WALK Each prospective bidder is responsible for fully acquainting himself with the conditions of the Project Site (which may include more than one site), as well as those relating to the construction and labor of the Project, to fully understand the facilities, difficulties and restrictions which may impact the total and adequate completion of the Project. Bidders shall attend a mandatory pre-bid meeting, which is scheduled at the Public Works Office & Warehouse Building (2714 River Avenue, Rosemead, CA 91770) in the City of Rosemead on Thursday, December '56, 2024, at 10 am. The City will only consider Bids submitted by those Bidders who attend the Mandatory Pre -Bid Meeting. All other bids will be considered non-responsive and subject to rejection. 5. ADDENDA The Owner reserves the right to revise the Bid Documents prior to the bid opening date. Revisions, if any, shall be made by written Addenda. Pursuant to Public Contract Code Section 4104.5, if the Owner issues an Addendum later than 72 hours prior to the deadline for submission of bids, and the Addendum requires material changes, additions or deletions to the description of the work to be performed or the content, form or manner of submission of bids, the Owner will extend the deadline for submission of bids by at least 72 hours. Otherwise, the Owner may determine, in its sole discretion, whether an Addendum requires that the date set for opening bids be postponed. The announcement of the new date, if any, shall be made by Addenda. Each prospective bidder shall provide Owner a name, address and facsimile number to which Bid Document Addenda may be sent, as well as a telephone number by which the Owner can contact the Bidder. Copies of Addenda will be furnished by email, facsimile, first class mail, express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Bid Documents and provided such current information. Please Note: Bidders are primarily and ultimately responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should contact the Development Services Department to verify that he has received all Addenda issued, if any. Bidders must acknowledge receipt of all Addenda, if any, in its Bid Letter. Failure to acknowledge receipt of all Addenda may cause its Bid to be deemed incomplete and nonresponsive. 6. PREPARATION OF BIDS Bids shall be prepared only using copies of the Contract Bid Forms provided with the Bid Documents. The use of substitute bid forms other than clear and correct photocopies of those provided by the Owner will not be permitted and may result in the Bid being declared nonresponsive. Bid Letters shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting "N/A" where applicable) and initial all interlineations, alterations, or erasures to the Contract Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Contract Bid Forms nor make substitutions thereon. USE OF INK, INDELIBLE PENCIL OR A TYPEWRITER IS REQUIRED. 7. ALTERNATE BIDS The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. If ADDITIVE OR DEDUCTIVE ALTERNATE BID ITEMS are shown on the ADDITIVE OR DEDUCTIVE ALTERNATE BID SCHEDULE, these bid items will not be taken into account in determining the lowest responsible bidder. City may add bid items from the ADDITIVE OR DEDUCTIVE ALTERNATE BID SCHEDULE at the sole and complete discretion of the City as part of the performance of the contract. ITB - 2 8. MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Bid Documents. Each Bid prepared by Bidder shall be complete in itself and shall be submitted within a sealed envelope in accordance with the instructions herein. Unauthorized conditions, limitations, exclusions or provisions attached to a Bid will render it nonresponsive and may cause its rejection. Bidders shall neither delete, modify, nor supplement the printed matter on the Contract Bid Forms, nor make substitutions thereon. ORAL, TELEPHONIC AND FACSIMILE BIDS OR MODIFICATIONS WILL NOT BE CONSIDERED. 9. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders will be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it will be asked to submit an authenticated Power of Attorney executed by each joint venture or partner appointing and designating one of the joint ventures or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venture or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venture or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venture or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venture or partner on behalf of the joint venture or partnership in its legal name. 10. BID GUARANTEE (BOND) Each bid proposal shall be accompanied by a certified or cashier's check, bid bond (the bid bond must be submitted on the form included in these Bid Documents) or equivalent substitution in lieu of a bond, as authorized by Code of Civil Procedure Section 995.710, in an amount not less than 10% of the Total Bid Price. Any check, bond, or other substitute must be made payable to the Owner, and shall be given as a guarantee that the Bidder will enter into the Contract described in the Bid Documents if awarded the work and will provide a satisfactory Performance Bond, Payment Bond, the required insurance certificates and endorsements, and any other certifications as may be required by the Contract. By submitting a proposal, each bidder agrees that its failure to enter the Contract if awarded the work or to provide the Bonds and other information or documentation described above would result in damage to the Owner, and that it would be impracticable or extremely difficult to ascertain the actual amount of that damage. For this reason, each bidder agrees that the Owner may retain the bid proposal guarantee as liquidated damages if the bidder is awarded the work but fails or refuses to timely enter into the Contract or to provide the Bonds and other information or documentation described above, except as may otherwise be required by California law. If electing to provide a Bid Bond, as set forth above, each Bidder must obtain such a bond from an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the Owner. In addition, the Bid Bond must be submitted on the form furnished by the Owner, or one substantially in conformance with the Owner's form if previously approved in writing by the Owner. Certified or cashier's checks must be drawn on a solvent state bank or a California branch of a solvent national bank. ITB -3 After the Owner has made an award to the successful Bidder, and the Bidder has signed a Contract, submitted the necessary bonds, original insurance certificates and endorsements, and any other certifications as may be required by the Contract, the remaining Bid guarantees shall be returned to each particular bidder if requested by that bidder. If the Owner rejects all Bids, it will promptly return to all Bidders their Bid guarantees 11. SUBMISSION OF SEALED BIDS Once the Bid and supporting documents herein have been completed and signed as set forth above, they shall be placed, along with the Bid Guarantee and any proposed sketches and brochures or other materials required by these instructions, in an envelope, sealed, addressed and delivered or mailed, postage prepaid to the Owner at the place and to the attention of the person indicated in the Notice Inviting Bids. NO ORAL, TELEPHONIC OR FACSIMILE FORMS WILL BE CONSIDERED. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of (Insert Name of the Company) for ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING Alternatively, bids can be submitted electronically through P1anetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home No consideration shall be given by the Owner to bid proposals received after the date and time set for the opening of bids as provided in the Notice Inviting Bids. 12. DELIVERY AND OPENING OF BIDS Bids will be received by the Owner at the address shown in the Notice Inviting Bids or electronically through Planetbids up to the date and time shown therein. The Owner will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the Bidder. It is the Bidder's sole responsibility to ensure that its Bid is received as stipulated. Bids may be submitted earlier than the dates(s) and time(s) indicated. Bids will be opened at the date and time stated in the Notice Inviting Bids and the amount of each Bid will be read aloud and recorded. All Bidders may, if they desire, attend the opening of Bids. Owner reserves the right to reject any or all Bids, to waive any informality or irregularity in any Bid received where such waiver is in the best interests of the Owner, and to be the sole judge of the merits of the respective Bids received. In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Prior to the bid opening date, a Bid may be withdrawn by the Bidder by means of a written request signed by the Bidder or its properly authorized representative. If a Bidder to whom the award is made fails or refuses to sign a Contract, or to furnish the bonds, certificates and endorsements required below within the time specified in these Instructions to Bidders below, the funds represented by the Bid Guarantee (cash, cashiers check or Bid bond described above) shall be forfeited and become and remain the property of the Owner; the amount thereof being previously agreed to by the Bidder and the surety to be due the Owner because of the damage resulting from the delay in the execution of the Contract and in the performance of Work thereunder. 14. AWARD PROCESS ITB -4 Once all Bids are opened and reviewed to determine the lowest responsive and responsible bidder, the City Council will make all necessary decisions and awards. The apparent successful bidder should at this point begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the Owner issues allotice of Award, the successful bidder will have seven (7) Working Days from the date of this letter to supply the Owner with all of the required documents and certifications. Regardless whether the successful bidder supplies the required documents and certifications in a timely manner, the Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed. Once the Owner receives all of the properly drafted and executed documents and certifications from the successful bidder, the Owner shall issue allotice to Proceed to that successful bidder. 15. DESIGNATION OF SUBCONTRACTORS Pursuant to state law, the Bidders must designate the name and location of each subcontractor who will perform work or render services for the prime Bidder in an amount that exceeds one-half of one percent (0.5%) of the Bidder's Total Bid Price, as well as the portion of work each such subcontractor will perform. Bidders must make these designations, as well as any others requested by the Owner, on the document titled "List of Proposed Subcontractors" which has been included with the Contract Bid Forms. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty- four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. 16. LICENSING AND REGISTRATION REQUIREMENTS Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Pursuant to Section 1725.5 of the Labor Code, all bidders must be registered with the Department of Industrial Relations to be qualified to bid on this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted and be registered with the Department of Industrial Relations. Pursuant to Section 7028.5 of the Business and Professions Code, the Owner shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Bid Documents to be nonresponsive, and the Owner shall reject the Bid. The Owner shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactory to the Owner of all valid license(s) currently held by that Bidder and each of the Bidder's subcontractors, before awarding the Contract. 17. DISQUALIFICATION OF BIDDERS; INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make, submit or be interested in more than one bid. However, a person, firm, corporation or other entity that has submitted a subproposal to abidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to the Owner. 18. INSURANCE REQUIREMENTS Within the time specified in these Instructions to Bidders above, Bidder shall provide the Owner with four identical counterparts of all required insurance certificates and endorsements as specified in the Bid Documents. Failure to do so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. All insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VIII, licensed to do business in California, and satisfactory to the Owner. ITB -5 19. REQUIRED BIDDER CERTIFICATIONS Bidders must comply with the following: A. CONTRACT BID FORMS: Within the Contract Bid Documents the bidder must certify to various information, including but not limited to, the accuracy of the representations made in the Contract Bid Forms. B. NON -COLLUSION AFFIDAVIT: Pursuant to Public Contract Code Section 7106, each Bidder must execute and submit with its bid the statutorily mandated non -collusion affidavit included in the Bid Documents. 20. BASIS OF AWARD; BALANCED BIDS The Owner shall award Contracts to only the lowest responsible Bidders submitting responsive Bids, as required by law. The Owner reserves the right to reject any or all Bids. The Owner may reject any Bid which, in its opinion when compared to other bids received or to the Owner's internal estimates, does not accurately reflect the cost to perform the Work. In addition, because the Owner may elect to include or exclude any of the bid items and alternate bid items at its sole and absolute discretion, each Bidder must ensure that each bid item contains a proportionate share of profit, overhead and other costs or expenses which will be incurred by the Bidder. The Owner may reject as non-responsive any bid which unevenly weights or allocates overhead and profit to one or more particular bid items. 21. FILING OF BID PROTESTS Bidders may file a "protest" of a contract award with the Owner's Project Manager. In order for a Bidder's protest to be considered valid, the protest must: A. Be filed in writing within five (5) Working Days after the bid opening date. B. Clearly identify the specific accusation involved. C. Clearly identify the specific Owner Staff/Board recommendation being protested. D. Specify, in detail, the grounds of the protest and the facts supporting the protest. E. Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each and every one of these requirements, it will be rejected as invalid If the protest is valid, the Owner's Project Manager, or other designated Owner staff member, shall review the basis of the protest and all relevant information. The Project Manager will deny or concur with the protest and provide a written decision to the protestor. The protestor may then appeal the decision of the Project Manager to the City Engineer then the appeal at the City Council. That way, the Council can deny the protest and approve the project at the same hearing. 22. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS Within the time specified in these Instructions to Bidders above, the Bidder to whom a Contract is awarded shall deliver to the Owner four identical counterparts of the Performance Bond and Payment Bond in the form supplied by the Owner and included in the Bid Documents. Failure to do so may, in the sole discretion of Owner, result in the forfeiture of the Bid Guarantee. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the Owner. The Performance Bond shall be for one hundred percent (100%) of the Total Bid Price, and the Payment Vttc=. Bond shall also be for one hundred percent (100%) of the Total Bid Price Contractor shall require, pursuant to Public Contract Code article 4108, all subcontractors providing labor and materials in excess of the dollar amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in the amounts and manner required of the Contractor. The Contractor shall specify this requirement for subcontractor bonds in his written or published request for subcontractor bids 23. EXPERIENCE AND TECHNICAL REQUIREMENTS Bidders are required to provide the experience and qualification information required as part of the Contract Bid Forms. The purpose of this data is to provide the information necessary for the Owner to determine whether Bidders have the necessary experience in order to responsibly carry out the Work. Each Bidder shall answer all questions and provide information requested by the Contract Bid Forms. 24. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the work will be located, unless otherwise expressly provided by the Bid Documents. 25. EXECUTION OF CONTRACT The Bidder to whom an award is made shall execute the Contract in the amount of its Total Bid Price and furnish the required insurance certificates and endorsements, as well as Performance and Payment Bonds, in a timely manner. The Owner may require appropriate evidence that the persons executing the Contract and the bonds for both the Bidder and its surety or sureties are duly empowered to do so. 26. OWNER RIGHTS The Owner may investigate the qualifications of any Bidder under consideration, require confirmation of information furnished by a Bidder, and require additional evidence of qualifications to perform the work described in these Bid Documents. The Owner reserves the right to: A. Reject any or all of the Bids if such action is in the best interest of the Owner. B. Issue subsequent Notices Inviting Bids. C. Cancel this entire Notice Inviting Bids. D. Appoint evaluation committees to review any or all Bids. E. Seek the assistance of outside technical experts to validate the Bid(s). F. Approve or disapprove the use of particular subcontractors. G. Waive informalities and irregularities in Bids. The Notice Inviting Bids does not commit the Owner to enter into a contract, nor does it obligate the Owner to pay any costs incurred in preparation and submission of Bids or in anticipation of a contract. 27. BIDDER'S RESPONSIVENESS The Owner will evaluate Bids for responsiveness at the time of Bid opening and before award is made. A Bid must be in strict compliance with the commercial and technical specifications, without exception. Only Bids which conform in all material respects to the Bid Documents can be eligible for award. A Bid not meeting the requirements of the responsiveness checklist may be rejected immediately upon opening, and returned to the Bidder's representative. 28. BIDDER'S RESPONSIVENESS CHECKLIST The Owner's initial responsiveness evaluation will consider the following: A. Completed and properly executed Bid Letter (Including a completed Total Bid Price, completed Bid Bond amount, acknowledged addenda, completed state of incorporation or partner/joint venturer information (if applicable), completed license number, and signature by authorized company officer); B. Completed Bid Data Forms (including valid and properly executed Bid Bond for 10% of the Total Bid Price and a completed List of Proposed Subcontractors); C. Properly executed Non -Collusion Affidavit; and D. Completed and properly executed Bidder Information Forms. If the Bidder is a j oint venture, each joint venturer shall prepare and submit a separate form. Extra forms, if needed, can be obtained from the Owner, or photocopied by the Bidder, if necessary. 29. CONTRACT BID FORMS; LISTS OF SUBCONTRACTORS A. Contract Bid Forms. The Bid Letter and Forms must be completed as set forth below. (1) The Contract Bid Forms and Letter must be prepared using ink, indelible pencil or a typewriter. (2) The Bid Letter must be signed by the Bidder or on its behalf by the person or persons having the authority to do so. Proof of the authority to act on behalf of the firm must be submitted when requested. The proof shall be in the form of a certified copy of an appropriate corporate resolution, certificate of partnership or joint venture, or other appropriate document. If Bidder is an entity made up of multiple parties and no person or persons are designated to act on its behalf, all parties shall execute the Bid. (3) Addenda - Receipt of addenda must be acknowledged in the space provided in the Bid Letter. (4) The Bidder shall not delete, modify, supplement or make substitutions thereof, on the printed matter of the Contract Bid Forms or Bid Letter. (5) Corrections shall be initialed by the person who signs the Bid Letter. (6) Exceptions or qualifications to the Bid Documents are strictly forbidden. Any comment by the Bidder which the Owner determines can be construed as altering the requirements of the specifications or the terms and conditions of the Contract will render the Bid nonresponsive and disqualify the Bidder from consideration for award. B. List of Proposed Subcontractors (Forms). State law prohibits substitution of subcontractors listed in the original Bid except as otherwise provided in Sections 4107 and 4107.5 of the California Public Contract Code. Bidders are required to list all Subcontractors whose participation in the Contract will exceed one-half of one percent M (0.5%) of the Total Bid Price. The List of Proposed Subcontractors Forms must be completed as set forth below. (1) Name. List the name of Subcontractors who will perform work in excess of one half of one percent (0.5%) of the Total Bid Price. (2) Location. For listed Subcontractors, identify the location of its place of business (City and State). (3) Work. For listed Subcontractors, identify the type/portion of work to be performed in the Contract. (4) Contractor License Number. For listed Subcontractors, list the contractor license number issued to the Subcontractor by the California Contractors State License Board. (5) Registration with Department of Industrial Relations. For listed Subcontractors, include evidence of registration with the Department of Industrial Relations as required by Section 1725.5 of the Labor Code. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will not allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. 30. RESPONSIBILITY CRITERIA Responsibility is the apparent ability of the Bidder to meet and complete successfully the requirements of the Contract. The Owner reserves the right to consider the financial responsibility and general competency of each bidder, as well as its reputation within the industry. Owner may request, and apparent low bidder shall provide, a financial statement, audited if necessary, including the Bidder's latest balance sheet and income statement. Owner expects that each Bidder will fully and truthfully disclose all information required of the Bidder by the Bid Documents. The prospective contractor, in order to be evaluated by the Owner as being a responsible contractor, must complete Section 4 of the Contract Bid Forms to determine that it: A. Has or can secure adequate financial resources to perform the contract; B. Is able to meet the performance or delivery schedule of the contract, taking into consideration other business commitments; and C. Has a satisfactory record of performance. A contractor seriously deficient in current contract performance, considering the number of contracts and extent of the deficiencies, is presumed not to meet this requirement unless the deficiencies are beyond its control or there is evidence to establish its responsibility notwithstanding the deficiencies. Evidence of such satisfactory performance record should show that the contractor: (1) Has a satisfactory record of integrity in its dealings with government agencies and with subcontractors, and is otherwise qualified to receive an award under applicable laws and regulations; 111M7 (2) Has the necessary organization, experience, satisfactory safety record, accounting and operational controls and technical skills or the ability to obtain them; and (3) Has the necessary production, construction, and technical equipment and facilities or the ability to obtain them. END OF INSTRUCTIONS TO BIDDERS ITB - 10 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION I - BID SCHEDULE CONTRACT BID FORMS CBF -1 BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 NO. ITEM DESCRIPTION EST. UNIT UNIT ITEM B. Traffic Control right as Items A, B, C, D and E are considered QTY. as inclusive in each Bid Item listed above in PRICE COST Safety Pre -Demolition Haz-Mat Abatement, including Construction Staking b Land Surveyor and/or separate compensation will be allowed. E. E. Clearingand Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project,. compliance all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and requirements, see Appendix A and B 1 LS $ $ (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 2 Rosemead Public Works Office & Warehouse 1 LS $ $ Building, as detailed per Part C: Technical Provisions, Appendix C, and Appendix D. TOTAL BASE BID AMOUNT IN NUMBERS $ TOTAL BASE BID AMOUNT IN WORDS: The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govem over figures. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered NPDES, W and Best Management as inclusive in each Bid Item listed above in ), PuCP, Practices (BMPsPublic Convenience and Pr the Base Bid Schedule and Additive Alternate Safety Bid Schedule as applicable, and no additional Construction Staking b Land Surveyor and/or separate compensation will be allowed. E. E. Clearingand Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project,. compliance with the Bid and Contract Documents and all applicable codes and standards. CBF -2 The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ ) said amount being not less than ten percent (101/o) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. CBF -3 3u1.»:A Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar dayproject is not completed within the working days specified on the Notice Inviting Bids. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subiect to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. BIDDER: EXAMNATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. Dated Addendum No. Dated Addendum Addendum No. Dated CBF - 5 PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has—, has not —been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not' in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No If the answer is yes, explain the circumstances in the following space. W-1-rdw. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF - 7 IRM Signature Business Street Address Type or Print Name City, State and Zip Code Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): Department Industrial Relations Registered No. Telephone Number NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. IN SECTION 2 BID DATA FORMS BIDDER: Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of DOLLARS ($ ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of , 20 Principal Signature CBF -10 (SEAL) Surety Signature 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF- 11 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted License No.: Department of Industrial Relation Registration Name and Location of Subcontractor Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Name:_ Address: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. CBF -12 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. 2. 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Name and Address of Owner Name and telephone number of person familiar with Contract amount Type of Work Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type CBF -13 Date Completed Date Completed Date Completed El Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -14 SECTION 3 NON -COLL USION AFFIDA VIT CBF -15 NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. Signature Typed or Printed Name Title Bidder Subscribed and sworn before me This _ day of 20 (Seal) Notary Public in and for the State of California My Commission Expires: CONSTRUCTION CONTRACT ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING (COMPANY NAME) 1. PARTIES AND DATE This Contract is made and entered into this day of 20 (Effective Date) by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and COMPANY NAME with its principal place of business at COMPANY ADDRESS (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract. 2. RECITALS 2.1 Contractor Contractor desires to perform and assume responsibility for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING by the City on the terms and conditions set forth in this Contract. Contractor represents that it is experienced in providing such work services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project City desires to engage Contractor to render such services described herein as Project ("Project") as set forth in this Contract. 3. TERMS 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional construction services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Contract, the exhibits attached hereto and incorporated Company Name Page 2 of 11 herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to Month, Date and Year unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Contract. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services: Contractor shall perform the Services expeditiously, within the term of this Contract, and within the schedules timeline. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the City Manager, Ben Kim, or his designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Project Manager, or his designee, to act as its representative for the performance of this Contract ("Contractor's Representative'). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Company Name Page 3 of 11 Contract. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be Company Name Page 4 of 11 performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required bylaw or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall Company Name Page 5 of 11 promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed Dollar Amount in Word Format Dollars (Numerical) without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement that indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days after receiving such statement, review the statement and pay all approved charges. The payments will be subject to a 5% retention amount, which would be released and paid after all work under the Contract has been satisfactorily completed, and 35 days after a Notice of Completion is filed with the County of Los Angeles. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such Company Name Page 6 of 11 records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Contract at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services that have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Contract except for cause. 3.5.1.2 Effect of Termination. If this Contract is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Contract is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Contract shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: Company Name Address CITY: City, State, Zip Code Attn: Project Manager's Name Tel: (000) 000-0000 City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. Company Name Page 7 of 11 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials, officers, employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such Company Name Page 8 of 11 attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract, the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 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, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that Company Name Page 9of11 it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] Company Name Page 10 of 11 CITY OF ROSEMEAD Ben Kim, City Manager Date Attest: Ericka Hernandez, City Clerk Approved as to Form: Date Rachel Richman, City Attorney Date COMPANY NAME By: _ Signature Date Name: Print [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] 0 Name: Company Name EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL Company Name EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, and a $2,000,000 completed operations aggregate. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. 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 the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers' compensation insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000) for Contractor 's employees 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 the laws of the State of California, Section 3700 for all of the subcontractor's employees. Excess or Umbrella Liability Insurance. (Over Primary) Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Company Name • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Builder's risk insurance. Upon commencement of construction and with approval of Agency, Contractor shall obtain and maintain builder's risk insurance for the entire duration of the Project until only the Agency has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and Agency, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to Agency. The policy shall contain a provision that all proceeds from the builder's risk policy shall be made payable to the Agency. The Agency will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission ordeficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property orequipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A. M. Bests rating of A- or betterand a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party General liability policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insurer under such policies Company Name using standard ISO endorsement No. CG 2010.. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. 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 Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverage required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Contract. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other Contract and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. Company Name 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. 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 the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. 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 Company Name 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 within five days of the expiration of the coverage. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. 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 limiting or all-inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this Contract and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this Contract. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this Contract. 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. CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD (also herein "Obligee") has awarded to (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated (hereinafter the "Public Work Contract"); and WHEREAS, the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof, NOW, THEREFORE, we the undersigned Contractor, as Principal, and a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD in the sum of dollars, ($ ), said sum being not less than 100% of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that ifthe Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in the said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event legal action is required to enforce the provisions of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements, and other damages. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. The said Surety, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the Public Work Contract or to the Work to be performed thereunder, or the specifications accompanying the same shall in any way affect its PERFORMANCE BOND -1 obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seats this day on .20 Principal/Contractor By: President Surety By: Attorney -in -Fact The rate of premium on this bond is per thousand. The total amount of premium charged, $ (The above must be filled in by corporate surety.) PERFORMANCE BOND -2 STATE OF CALIFORNIA ss. COUNTY OF ) On this day of , in the year before me, a Notary Public in and for said state, personally appeared known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (surety) and acknowledged to me that he subscribed the name ofthe (surety) thereto and his own name as Attorney -in -Fact (SEAL) My Commission expires Notary Public in and for said State PERFORMANCE BOND - 3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as principal to the within bond; that who signed the said bond on behalf of the principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. PERFORMANCE BOND -4 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 PAYMENT BOND PAYMENT (MATERIAL & LABOR) BOND WHEREAS the CITY OF ROSEMEAD (hereinafter "Obligee") has awarded to (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING and all other required structures and facilities within the rights-of-way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated (hereinafter the "Public Work Contract"); and WHEREAS, said Contractor is required to furnish a bond in connection with said Public Work Contract providing that if said Contractor or any of his or its subcontractors shall fail to pay for any materials, provisions, or other supplies, or terms used in, upon, for or about the performance of the Work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the provisions of 3248 of the California Civil Code, with respect to such work or labor, that the Surety on this bond will pay the same together with a reasonable attorney's fee in case suit is brought on the bond. NOW, THEREFORE, we the undersigned Contractor, as Principal and , a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD and to any and all material men, persons, companies or corporations furnishing materials, provisions, and other supplies used in, upon, for or about the performance of the said Public Work, and all persons, companies or corporations renting or hiring teams, or implements or machinery, for or contributing to said Public Work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid excepting the said Contractor, the sum of dollars, ($ ), said sum being not less than 100% of the total amount payable by said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies or machinery used in, upon, for or about the performance of the Work contracted to be done, or for work or labor thereon of any kind, or fail to pay any of the persons named in California Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, and all other applicable laws of PAYMENT BOND - I the State of California and rules and regulations of its agencies, then said Surety will pay the same in or to an amount not exceeding the sum specified herein. In case legal action is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements and other consequential damages. In addition to the provisions hereinabove, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to make claims under Sections 3110, 3111, 3112 and 3181 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. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Public Work Contract or to the Work to be performed thereunder or the specification accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. IN WITNESS WHEREOF, we have hereto set our hands and seals this day on ,20 Principal/Contractor By: President Surety By: Attorney -in -Fact PAYMENTBOND-2 STATE OF CALIFORNIA COUNTY OF ) ss. On this day of , in the year , before me, a Notary Public in and for said state, personally appeared , known to me (or proved to be on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney -in -Fact of the (surety) and acknowledged to me that he subscribed the name of the (surety) thereto and his own name as Attorney -in -Fact. (SEAL) My Commission Expires Notary Public in and for said State PAYMENTBOND-3 CERTIFICATE AS TO CORPORATE PRINCIPAL 1, , certify that I am the Secretary of the corporation named as principal in the attached bond, that who signed the said bond on behalf of the principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing Board. (Corporate Seal) Signature Date NOTE: A copy of the power of attorney to local representatives of the bonding company may be attached hereto. PAYMENT BOND - 4 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 PART "A" GENERAL PROVISIONS Standard Specifications. The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction ("Greenbook"), 2021 Edition, including all current supplements, addenda, and revisions thereof (hereinafter referred to as "Standard Specifications"), these General Conditions and the Specifications and Drawings identified in the Contract Documents. The Standard Specifications are referred to and by this reference made a part hereof as though set forth at length. In the case of conflict between the Standard Specifications and these General Conditions, these General Conditions shall take precedence over, and shall be used in lieu of, such conflicting provisions. The section headings in these General Conditions correspond to the section headings of the Standard Specifications. In the event a section heading contained in the Standard Specifications is not referenced in these General Conditions that section shall read exactly as stated in the Standard Specifications. Supplemental Reference Specifications. Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications, such work shall conform to the referenced portions of the technical provisions Caltrans Standard Specifications, 2023 edition, only of said reference specifications, provided, that wherever the term "Standard Specifications" is used without the prefix "Caltrans", it shall mean the Standard Specifications for Public Works Construction ("Green Book"), 2021 Edition, as previously specified in the above paragraph. GENERAL PROVISIONS - 1 PART I - GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Wherever in the Standard Specifications or other Contract Documents the following terms are used, they shall mean the following: Agency - The CITY OF ROSEMEAD Bid Guaranty - As defined in the Standard Specifications. Also referred to as the "Bid Security" in the Contract Documents. Bid Security - The Bid Guaranty, as defined herein. Board - The City Council of the CITY OF ROSEMEAD. City - The CITY OF ROSEMEAD City's Representative - The Engineer, as defined herein. Contract - The written agreement (Contract form) between the City and the Contractor for the complete and adequate completion of the Work for the Project. The Contract consists of the Contract Documents. The documents comprising the Contract are complementary, and each obligation of the Contractor, Subcontractors and material or equipment suppliers in any one document shall be binding as if specified in all. The Contract is intended to include all items required for the proper execution and completion of the Work. Contract Documents - In addition to the documents noted in the definition of Contract Documents in the Standard Specifications, all documents incorporated by reference into the Contract form. Contract Price - The amount stated in the Contract form, including authorized adjustments pursuant to Change Orders, which is the total amount payable by the City to the Contractor for performance of the Work under the Contract. It is also sometimes referred to as the "Total Bid Price" in the Contract Documents. Contractor's Representative — Contractor's executive representative who shall be present on the Project Site at all times that any Work is in progress and who shall have the authority to act on behalf of the Contractor for all purposes under the Contract. The Contractor shall designate such representative in writing to the City. The Contractor's Representative shall be available to the City and its agent's at all reasonable times. GENERAL PROVISIONS - 2 Engineer - The Director of Public Works of the CITY OF ROSEMEAD, acting either directly or through properly authorized agents, such as agents acting within the scope of the particular duties entrusted to them. Also sometimes referred to as the "City's Representative" in the Contract Documents. Liquidated Damages - the amount prescribed in the Contract form, pursuant to the authority of Government Code Section 53069.85, to be paid to the City or to be deducted from any payments due, or to become due, the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Contract Documents. Notice to Contractors - Notice Inviting Bids. Project - The total and satisfactory completion of the project noted in the Contract Documents, as well as all related work performed in accordance with the Contract, including but not limited to, any alternates selected by the City. Project Site - All of the property and/or facilities of the City where the Work will be performed pursuant to the Contract, as well as such adjacent lands as may be directly affected by the performance of the Work. Recyclable Waste Materials -Materials removed from the Project site which is required to be diverted to a recycling center rather than an area landfill. Recyclable Waste Materials include asphalt, concrete, brick, concrete block, and rock. Special Provisions - Any provisions which supplement or modify the Standard Specifications, including these General Conditions (Part "A"), the Supplementary General Conditions (Part `B") and the Technical Provisions (Part "C"). Total Bid Price - The amount stated in the Contract form, including authorized adjustments pursuant to Change Orders, which is the total amount payable by the City to the Contractor for performance of the Work under the Contract. Also sometimes referred to as the "Contract Price" in the Standard Specifications and other Contract Documents. - END OF SECTION - GENERAL PROVISIONS - 3 SECTION 2 SCOPE OF THE WORK The project consists of pre -demolition Hazmat abatement and installation of a Zip -Rib structural metal roof panel system at the City of Rosemead Public Works Office & Warehouse Building (Address: 2714 River Avenue, Rosemead) and other related work as described in the Plans, Specifications, and Contract Documents, including other incidental and appurtenant work necessary for the proper completion of the project as indicated in the appendix and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. 3-3 SUBCONTRACTS Section 3-3 of the Standard Specifications shall be amended to include the following provisions: "By appropriate written agreement, Contractor shall require each Subcontractor to be bound by all obligations of this Contract. Each subcontract agreement shall preserve and protect the rights of the City. Should any subcontractor fail to perform the Work undertaken by him to the satisfaction of the City, said subcontractor shall be removed immediately from the Project upon request by the City's Representative and shall not again be employed on the Work. The Contractor shall be held liable for the all deficient Subcontractor Work." 1-7.2 CONTRACT BONDS The following shall be added at the end of Section 2-4 of the Standard Specifications: "The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the contract Documents, and shall obtain a written acknowledgment by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract, or of extensions of time, or of decreased or increased Work, or of cancellation of the Contract, or of any other act or acts by the Owner or any of its authorized representatives. If the Contract Price is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and promptly deliver satisfactory evidence of such increase to the City." "Pursuant to Public Contract Code Section 4108, Contractor shall require all Subcontractors providing labor and materials in excess of the amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in accordance with the same bond requirements applicable to the Contractor, except that the bond amounts shall equal the total amount of their subcontract. The Contractor shall specify this requirement for Subcontractor bonds in his written or published request for Subcontractor bids. Failure to comply with this requirement shall not preclude Contractor from complying with the Subcontractor bonding requirements. The practice of issuing separate purchase orders and/or subcontracts for the purpose of circumventing the Subcontractor bonding requirements shall not serve to exempt the Contractor from these requirements. No payments, except for a reimbursement payment to the Contractor for the cost of the Contractor's own Faithful Performance and Payment bonds, shall be made to the Contractor until the Contractor provides the aforementioned Subcontractor bonds to the Contractor." GENERAL PROVISIONS - 4 3-7 CONTRACT DOCUMENTS 3-7.1 General. The second full paragraph of Section 3-7.1 of the Standard Specifications shall be amended to include the following at the end of that paragraph: "All Contract Documents are essential parts of the Contract for a given project. Any requirement included in one Contract Document shall be as binding as though included in all, as they are intended to be cooperative and to provide a description of the Work to be done." 3-7.2 Precedence of Contract Documents. The provisions of Section 3-7.2 of the Standard Specifications shall be revised to read as follows: "In resolving disputes resulting from conflicts, errors, or discrepancies in any ofthe Contract Documents, the document highest in precedence shall control. The order of precedence shall be as listed below: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. Contractor's Bid (Bid Forms) 5. Special Provisions 6. General Conditions 7. Standard Specifications 8. Notice Inviting Bids 9. Instructions to Bidders 10. Specifications 11. Plans (Contract Drawings) 12. Standard Plans 13. Reference Documents" "With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govem over Standard Drawings 5. Contract Drawings govern over Shop Drawings" 3-4 Authority of the Board and the Engineer. Section 3-4 shall be added to the Standard Specifications to read as follows: "Should it appear that the Work to be done, or any matter relative thereto, is not sufficiently detailed or explained on the Plans or in the Specifications, the Contractor shall request the City's Representative for such further explanation as may be necessary, and shall conform to such explanation or interpretation as part of the Contract, so far as may be consistent with the intent of the original Specifications. In the event of doubt or questions relative to the true meaning of the Specifications, reference shall be made to the Engineer, whose decision thereon shall be final." GENERAL PROVISIONS - 5 3-9 SUBSURFACE DATA 3-9.1 Limited Reliance by Contractor. Section 3-9.1 shall be added to the Standard Specifications to read as follows: "Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor. HOWEVER, SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS. The contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings only where such "technical data" are specifically identified in the Special Provisions. Except for such reliance on such "technical data", the Contractor may not rely upon or make any claim against the Owner, the Engineer, nor any of the Engineer's Consultants with respect to any of the following:" "3-9.1.1. Completeness. The completeness of such reports and drawings for contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto." "3-9.1.2. Other Information. Any other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings." "3-9.1.3. Interpretation. Any interpretation by the Contractor of such "technical data" or any conclusion drawn from any "technical data" or any such data, interpretations, opinions or information." 2-3 RIGHT-OF-WAY. Section 2-3 of the Standard Specifications shall be revised in its entirety to read as follows: "All temporary access or construction rights-of-way, other than those shown on the Plans, which the Contractor may find it requires during progress of the Work, shall be arranged by, paid for and disposed of solely by the Contractor at its own expense. The Contractor shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from all claims for damages of any kind arising from or incident to such rights-of-way. Those rights-of-way shown on the Plans will be provided by the City at its expense." 3-10 SURVEYING. Section 3-10 of the Standard Specifications shall be amended to include the following: "All survey monuments, centerline ties and survey reference points will be tied out in advance by the City Land Surveyor. Temporary control shall be protected in place. Any temporary control disturbed by the contractor shall be replaced at the contractor expense and no additional compensation shall be allowed therefore. City Land Surveyor will provide one set of temporary stakes for position of well monuments. Contractor shall install well monuments. Contractor shall coordinate his/her work with the City Land Surveyor for the installation." GENERAL PROVISIONS - 6 3-10.2 Line and Grade. Section 3-10.2 of the Standard Specifications shall be amended in its entirety to read as follows: "All Work, including finished surfaces, shall during its progress and upon completion conform to the lines, grades, cross-sections, elevations and dimensions shown on the Plans. All distances and measurements are given thereon and will be made in a horizontal plane. Three consecutive points shown on the same rate of slope must be used in common in order to detect any variation from a straight line. In the event any discrepancy exists, it must be reported to the City's Representative. Failure to make this report shall make the Contractor responsible for any error in the finished Work. Minor deviations from approved Plans, whenever required by the exigencies of construction, shall be determined in all cases by the City's Representative and authorized in writing." 3-4 AUTHORITY OF BOARD AND ENGINEER. The provisions of Section 3-4 of the Standard Specifications shall be revised to read as follows: "Whenever the Contract Documents refer to the Engineer or City's Representative, or provide the Engineer or City's Representative with power to act on behalf ofthe City, such reference shall necessarily include the City's Representative, or his or her authorized designee." "The City Council shall have the power to award the Contract, and shall generally have the final authority to act in all matters affecting the Project. The City's Representative shall have the authority to enforce compliance with the Contract Documents. The Contractor shall promptly comply with the instructions of the City's Representative. The decisions of the City's Representative shall be final and binding on all questions as to: (1) the quantity, quality and acceptability of materials and equipment furnished and Work performed; (2) the manner of performance and rate of progress of the Work; (3) any and all questions which may arise as to the interpretation of the Plans, Specifications, General Conditions, and Special Provisions; (4) the acceptable fulfillment of the Contract on the part of the Contractor; (5) any claims and compensation issues; and (6) his authority to enforce and make effective such decisions and actions as the Contractor fails to carry out promptly." 3-5 INSPECTION. The provisions of Section 3-5 shall be amended to include the following at the end of that Section: "The Engineer shall have complete and safe access to the Work at all times during construction and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications, the Special Provisions, and the Plans. All labor, materials, and equipment furnished shall be subject to the Engineer's inspection." "When the Work is substantially completed, the Engineer or a representative of the Engineer will make the final inspection." GENERAL PROVISIONS - 7 "Whenever the Contractor varies the period during which Work is carried on any day, he shall give adequate notice to the City's Representative so that proper inspection may be provided. Defective Work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have previously been inspected, accepted or estimated for payment." "The Contractor shall prosecute work on any State highway or within any railroad right-of-way only in the presence of an inspector representing the State Division of Highways or the railroad company, and any Work done in the absence of such inspectors will be subject to rejection. The Contractor shall make the appropriate notification according to the instructions given on the State Encroachment Permit or railroad permit for all inspections and shall post all bonds and certificates required by the permit. The permit shall be acquired by the Contractor at the Contractor's expense. The Contractor shall pay for all testing and inspections required by a State Encroachment Permit or railroad permit." 2-12 SITE EXAMINATION Section 2-12 shall be added to the Standard Specifications as follows: "The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work, and the general and location conditions, such as, but not limited to, all other matters which could in any way affect the Work or the costs thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties, responsibilities, or costs of successfully performing the Work according to the Contract Documents." 2-13 FLOW AND ACCEPTANCE OF WATER Section 2-13 shall be added to the Standard Specifications as follows: "Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, by submitting a Bid, hereby acknowledges that it has investigated the risk arising from such waters, has prepared its Bid accordingly, and assumes any and all risks and liabilities arising therefrom." 7-4 PROHIBITION AGAINST SUBCONTRACTING OR ASSIGNMENT. Section 2-14 shall be added to the Standard Specifications as follows: "The Contractor shall give his personal attention to the fulfillment of the Contract and shall keep the Work under his control. The Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder except in strict compliance with Section 2-3 of the Standard Specifications and state law. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, either voluntarily or by force of law, except as otherwise provided in Section 7103.5 of the State of California Public Contract Code, without the prior written approval of the City. Transfers restricted hereunder shall include the GENERAL PROVISIONS - 8 transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, this Contract shall be void. No approved transfer shall release the Contractor or any surety of the Contractor of any liability hereunder without the expressed written consent of the City." - END OF SECTION - GENERAL PROVISIONS - 9 SECTION 3 CHANGES IN WORK 2-7 CHANGES INITIATED BY THE AGENCY. 2-7.1 General. The provisions of Section 2-7.1 of the Standard Specifications shall be amended to include the following at the end of that Section: "Contractor shall not be entitled to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any item or portion of Work to be done. Whenever any change is made as provided for herein, such change shall be considered and treated as though originally included in the Contract, and shall be subject to all terms, conditions and provisions of the original Contract." 7-3 Payment. The provisions of Section 7-3 of the Standard Specifications shall be revised to read as follows: "7-3.5 Contract Unit Prices. Section 7-3.5 shall be amended in its entirety to read as follows:" "In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work." "7-3.5.2 Increases of More Than 25 Percent on Unit Price Contracts. On a unit price contract, should the total quantity of any item of work required under the Contract exceed the Engineer's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the Owner, payment for the work involved in such excess will be made as provided in Paragraph 7-3.5.2, as amended in these Special Provisions." "Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for such item, and in computing the actual unit costs, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the engineer in the same manner as if the work were to be paid for as extra work as provided in Paragraph 7-3.5.2, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner." "When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable Contract Unit GENERAL PROVISIONS - 10 Price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor." "7-3.5.3 Decreases of More Than 25 Percent on Unit Price Contracts. On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the engineer, payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Paragraph 7-3.5.3, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner; provided, however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price." "Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Paragraph 7-3.5.3, as amended in these Special Provisions, or such adjustment as will be as agreed to by the Contractor and the Owner." "The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for such item at the original Contract Unit Price." "7-3.8 Eliminated Items on Unit Price Contracts. On unit price contracts, should any contract item of the work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination." "If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the Contractor. In such case, the material paid for shall become the property of the Owner and the actual cost of any further handling will be paid for by the Owner. If the material is returnable to the vendor and if the Engineer so directs the Contractor, the material shall be returned, and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for." "The actual costs or charges to be paid by the Owner to the Contractor as provided in this Section 3-2 will be computed in the same manner as if the work were to be paid for as extra work as provided in Paragraph 7-3.8, as amended in these General Conditions, or such adjustment as will be as agreed to by the Contractor and the Owner." 7-4 PAYMENT FOR EXTRA WORK GENERAL PROVISIONS - 11 7-4.1 General. The provisions of Section 7-4.1 of the Standard Specifications shall be amended to include the following at the end of that Section: "All extra work shall be adjusted daily upon report sheets furnished by the Contractor, prepared by the City's Representative and signed by both parties. The daily report shall be considered thereafter as the true record of extra work done. New and unforeseen work will be classed as extra work only when said work is not covered and cannot be paid for under any of the various items or combination of items for which a bid price appears in the Bid Forms. The Contractor shall not do any extra work, except upon written order from the City's Representative." 7-4.2 Basis for Establishing Costs. The provisions of Section 7-4.2 of the Standard Specifications shall be amended as follows: 7-4.2.1 General. Section 7-4.2.1 shall be amended to include the following at the beginning of that Section: "Extra work shall be paid for under written work order in accordance with the terms therein provided. Generally, payment for extra work will be made at the unit price or lump sum previously agreed upon between the Contractor and the City." 7-4.3 Markup. Paragraph (a) of Section 7-4.3.1 (Work by Contractor) shall be amended in its entirety to read as follows: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit. 1) Labor 24 percent (includes bonding) 2) Materials 15 percent 3) Equipment rental 15 percent 4) Other items and expenditures 15 percent 5) Subcontracts (1st tier only) 5 percent 6) Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection, except for labor, one percent shall be added as compensation for bonding." 2-5 EXISTING CONDITIONS. Section 2-5 shall be added to the Standard Specifications as follows: "Contractor shall have the sole responsibility for satisfying itself concerning the conditions, nature and location of the Project and the Work to be performed, as well as the general and local conditions. Such conditions shall include, but shall not be limited to, local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors' licensing requirements, availability of required insurance, and other factors that could in any way affect the Work or the costs thereof. The Contractor is solely GENERAL PROVISIONS - 12 responsible for understanding the facilities, difficulties and restrictions which may impact the total and adequate completion of the Project. The failure of the Contractor to acquaint himself with all available information regarding any applicable existing or future conditions shall not relieve him from the responsibility for properly estimating either the difficulties, responsibilities, or costs of fully and adequately performing the Work according to the Contract Documents." - END OF SECTION - GENERAL PROVISIONS - 13 SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. Section 4-1.1 of the Standard Specifications shall be amended in its entirety to read as follows: "It is the intent of the City in drafting the Contract Documents to accept only first-class work, materials, parts, equipment and workmanship. All materials, parts and equipment furnished by the Contractor for the Work shall be new, high grade, free from defects, of specified kind and fully equal to samples when such samples are required. Used or secondhand materials, parts and equipment may be used only if permitted by the Specifications. When the quality or kind of material or articles required under the Contract are not particularly specified, the Contractor shall provide those representing the best of their class or kind. Quality of Work shall be in strict accordance with generally accepted standards. Material, parts, equipment and Work quality shall be subject to the approval of the City's Representative. All materials, parts and equipment used and installed, and all details of the Work done, shall at all times be subject to the supervision, test and approval of the City's Representative. The City's Representative shall have access to the Work at all times during construction, and shall be furnished with every reasonable facility for securing full knowledge with regard to the progress, workmanship and character of the materials, parts and equipment used or employed in the Work. Materials, parts and equipment shall be furnished in such quantities, kinds and at such times as to ensure uninterrupted progress of the Work." "All materials, parts, equipment or Work which are defective in their construction or deficient in any of the requirements of the Contract Documents, whether in place or not, shall be remedied or removed and replaced by the Contractor in an acceptable manner, and no compensation will be allowed for such correction work. Any Work done beyond the lines shown on the Plans or established by the City's Representative, or any extra work done without written authority, will be considered unauthorized and will not be paid for by the City. Upon Contractor's failure to comply promptly with any order of the City's Representative made under the provisions of this Section, the City's Representative shall have authority to cause such defective or unauthorized Work to be remedied or removed and replaced, and to deduct the costs thereof from any moneys due or to become due the Contractor. If the Work is found to be in compliance with these specifications, the City's Representative will furnish the Contractor with a certificate to that effect." 4-2 Protection of Work and Materials. The provisions of Section 4-2 of the Standard Specifications shall be amended to add the following at the end of that Section: "Contractor shall fully and adequately store and protect all materials, parts and equipment, as required herein. Contractor shall be solely responsible for any and all damages or loss by weather or any other cause to such materials, parts and equipment. The Contractor shall make good any and all damages or loss to materials, parts and equipment." "Until the final written acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its GENERAL PROVISIONS - 14 completion and acceptance, and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, and shall properly store and protect them, if necessary. Contractor shall provide suitable drainage and erect temporary structures where necessary. Nothing in this Contract shall be considered as vesting in the Contractor any right of property in materials used after they have been attached or affixed to the Work or the soil upon City real property. All such materials shall, upon being so attached or so affixed, become the property of the City." "Notwithstanding the foregoing, Contractor shall not be responsible for restoring damage valued in excess of five percent (5%) of the Contract Price if such damage was caused by an earthquake measuring over 3.5 on the Richter scale or by a tidal wave, as provided for in Public Contract Code Section 7105. If provided for in the Contract Bid Forms, however, Contractor shall provide insurance to protect against such damages." 4-4 Test of Materials. The provisions of Section 4-4 of the Standard Specifications shall be amended to add the following at the end of that Section: "Contractor shall immediately remove all rejected material from the Work or Site, and shall not again return such material to the Site." 4-6 Trade Names or Equals. The second and third paragraphs of Section 4-6 of the Standard Specifications shall be amended in their entirety to read as follows: "Whenever any particular material, process, or equipment is indicated by a patent, proprietary, or brand name, or by the name of the manufacturer, such product shall be followed by the words "or equal". A Contractor may offer any material, process, or equipment considered as equivalent to that indicated, unless a sole source is specified. Failure of the Contractor to submit requests for substitution promptly after award shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions, and the Contractor does hereby waive all rights to offer or use substitute materials, products, or equipment for that which was originally specified. Unless otherwise authorized by the Engineer, the time for submission of data substantiating a request for substitution of an "or equal" item shall be not less than 35 nor more than 40 calendar days after award of Contract." "The burden of proof as to the comparative quality and suitability of alternative equipment or materials shall be on the Contractor. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. Such data shall include complete calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The Contractor shall have the material tested as required by the City's Representative to determine that the quality, strength, physical, chemical or other characteristics, including durability, finish, efficiency, dimensions, service and suitability are such that the item will completely and adequately fulfill its intended function." 4-1.9 Placing Orders. Section 4-1.9 shall be added to the Standard Specifications as follows: GENERAL PROVISIONS - 15 "The Contractor shall place the order(s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends and traffic control facilities within 3 working days after the award of Contract by the Owner. The Contractor shall furnish the Engineer with a statement from the vendor(s) that the order(s) for said supplies, materials, and equipment has been received and accepted by said vendor(s) within 15 working days from the date of said award of Contract." 4-1.10 Removal of Interfering Obstructions. Section 4-1.10 shall be added to the Standard Specifications to read as follows: "The Contractor shall remove and dispose of all debris, abandoned structures, tree roots and obstructions of any character met during the process of excavation, it being understood that the cost of said removals are made a part of the unit price bid by the Contractor under the item for excavation or removal of existing Work." 4-1.11 Procedure in Case of Damage to Public Property. Section 4-1.11 shall be added to the Standard Specifications to read as follows: "Any portions of curb, gutter, sidewalk or any other City improvement damaged by the Contractor during the course of construction shall be replaced by the Contractor at his own cost, free of all charges to the City. The cost of additional replacement of curb, gutter or sidewalk in excess of the estimated quantities shown in the Bid Forms and Specifications and found necessary during the process of construction (but not due to damage resulting from carelessness on the part of the Contractor during his operations), shall be paid to the Contractor at the unit prices submitted in his Bid." 4-1.12 Diversion of Recyclable Waste Materials. Section 4-1.12 shall be added to the Standard Specifications to read as follows: "In support of the Owner's waste reduction and recycling efforts, Contractor shall divert all Recyclable Waste Materials, as defined in the Contract Documents, to appropriate recycling centers rather than area landfills. Contractor will be required to submit weight tickets and written proof of diversion with its monthly progress payment requests. Contractor shall complete and execute any certification forms required by Owner to document Contractor's compliance with these diversion requirements. All costs incurred for these waste diversion efforts shall be the responsibility of the Contractor." - END OF SECTION - GENERAL PROVISIONS - 16 SECTION 5 UTILITIES 402-1 LOCATION The provisions of Section 402-1 of the Standard Specifications shall be amended to add the following at the end of that Section: "Locations of existing utilities shown on the Plans are approximate and may not be complete. Therefore, the Contractor shall notify Underground Service Alert at 1-800-227-2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work." "The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work." "The Plans identify the approximate locations of existing utilities that parallel or cross the Work. These locations are based on the best information available to the Owner. The Contractor shall verify these locations." 402-2 PROTECTION The provisions of Section 402-2 of the Standard Specifications shall be amended to add the following at the end of that Section: "All water meters, water valves, fire hydrants, electrical utility vaults, telephone vaults, gas utility valves, and other subsurface structures shall be relocated or adjusted to grade by the Contractor. The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work." "If the Contractor, while performing the Contract, discovers utility facilities not identified by the public agency in the Contract Plans or Specifications, he or she shall immediately notify the public agency and utility in writing." "The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work, or permit the Contractor to do such repairs or relocation work at a reasonable price." "During construction of the Work, some of the existing utilities may fall within the prism of trenches. if the existing utility does fall within the contractor's trenches, the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner. The method of support of the utility, precautions to be taken during trench backfill and compaction, etc., shall be per the utility owner's requirements. The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities." 402-5 DELAYS GENERAL PROVISIONS - 17 The provisions of Section 402-5 of the Standard Specifications shall be amended to add the following at the end of that Section: "Notwithstanding anything to the contrary, the provisions of Articles 1 and 2 of the California Government Code (Sections 4215 and 4216) are incorporated by reference as if fully set forth herein. In the event of any conflict between the Standard Specifications and Government Code Sections 4215 and 4216, the provisions of Government Code Section 4215 and 4216 shall prevail. Contractor should pay particular attention to the provisions of Section 4215 with regards to the relocation of utilities, the costs thereof, delays caused thereby and the indication of service laterals and appurtenances." "The right is reserved to the owners of public utilities or franchises to enter upon the streets for the purpose of making repairs or changes in their property which may be necessary as a result of the Work. Employees of the City shall likewise have the privilege of entering upon the street for the purpose of making any necessary repairs or replacements." "Contractor shall employ and use only qualified persons, as hereinafter defined, to work in proximity to Southern California Edison's secondary, primary and transition facilities. The term "qualified person" shall mean one who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved, as more specifically defined in Section 2700 of Title 8 of the California Administrative Code. The Contractor shall take such steps as are necessary to assure compliance by all Subcontractors." - END OF SECTION - GENERAL PROVISIONS - 18 SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The second paragraph of Section 6-1.1 of the Standard Specifications shall be amended in its entirety to read as follows: "After the Contract has been approved by the Owner, and a written Notice to Proceed has been issued to the Contractor, the Contractor shall start the Workwithin 10 working days after the date specified in said Notice to Proceed. The Work shall be diligently prosecuted to completion before the expiration of the time indicated in the Bid Documents and Contract Form, plus any duly authorized extensions thereof." The provisions of Section 6-1 of the Standard Specifications shall be amended to add the following at the end of that Section: "Notwithstanding anything to the contrary herein, the Contractor's proposed construction schedule shall include the expected start and completion dates for all portions of the contract Work. During a scheduling conference between the Contractor and the City's Representative, the work schedule will be discussed and modified, if necessary, by mutual agreement. Should it become necessary for the City to delay temporarily the construction schedule agreed upon during the scheduling conference, every effort will be made to permit a new construction schedule at the time most convenient to the Contractor, thus permitting the Project to proceed with the shortest intramural movement of the equipment. The Contractor shall notify the City's Representative in all such cases in order to arrive at a mutually satisfactory schedule." "Contractor's construction schedule shall be in a form provided for in the Specifications. Contractor shall continuously update its construction schedule. Contractor shall submit an updated and accurate construction schedule to the Owner whenever specifically requested to do so by Owner and with each periodic payment request. Failure to submit an updated and accurate construction schedule shall render Contractor in breach of the Contract and shall entitle Owner to withhold money therefor." 6-6 SUSPENSION OF WORK. 6-6.1 General. The provisions of Section 6-6.1 of the Standard Specifications shall be amended to add the following at the end of that Section: "The situations which will be deemed to be in the City's interest to suspend the Work shall include, but shall not be limited to, the following: (1) unsuitable weather or such other conditions that render the proper prosecution of the Work impracticable or inefficient; or (2) when the Contractor or his workmen fail or refuse to carry out orders or to perform any or all of the requirements of the Contract; (3) when the Contractor fails or refuses to supply an adequate working force for any reason whatsoever (including, but not limited to, strikes, labor unrest or labor shortages of any kind); (4) when the Contractor fails or refuses to begin delivery of any materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to, transportation problems, strikes, labor unrest or labor shortages of any kind); (5) when the GENERAL PROVISIONS - 19 Contractor fails or refuses to commence Work within the time specified for any reason whatsoever (including, but not limited to, transportation problems, labor strikes, labor unrest or labor shortages of any kind); (6) when the Contractor fails or refuses to maintain an adequate rate of delivery of materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to transportation problems, strikes, labor unrest or labor shortages of any kind); (7) when the Contractor fails or refuses to execute the Work in a manner and at such locations as specified in the Contract Documents; (8) when the Contractor fails or refuses to maintain a Work program which will insure the Agency's interest; (9) when the Contractor fails or refuses to carry out the intent of the Contract; or (10) when the Contractor fails or refuses in any other respect to prosecute the Work with the diligence, speed or force specified or intended by the terms of the Contract. The Contractor shall immediately comply with any written order from the City's Representative and shall not resume operations until so ordered in writing." 6-7 DEFAULT BY CONTRACTOR. The first, second and third full paragraphs of Section 6-7 of the Standard Specifications shall be amended to read as follows: "If the Contractor should be in violation ofthe Contract, then the City may, without prejudice to any other right or remedy and after giving notice as specified herein, terminate the Contract and take all actions provided for herein and elsewhere in the Contract Documents. By way of example and not as a limitation upon its right to terminate the Contract as provided herein, the City may terminate the Contract if, in its sole opinion, the Contractor fails or refuses to: (1) begin delivery of any materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to transportation problems, strikes, labor unrest or labor shortages of any kind); (2) commence Work within the time specified for any reason whatsoever (including, but not limited to, transportation problems, labor strikes, labor unrest or labor shortages of any kind); (3) maintain an adequate rate of delivery of materials, manufactured articles, supplies or equipment for any reason whatsoever (including, but not limited to, transportation problems, strikes, labor unrest or labor shortages of any kind); (4) execute the Work in a manner and at such locations as specified in the Contract Documents; (5) maintain a Workprogram which will insure the Agency's interest; (6) carry out the intent of the Contract; (7) supply an adequate working force for any reason whatsoever (including, but not limited to, strikes, labor unrest, labor shortages of any kind), or (8) in any other respect prosecute the Work with the diligence, speed or force specified or intended by the terms of the Contact." "If the City determines that sufficient grounds exist to terminate the Contract as provided herein, the City's Representative shall provide written notice to the Contractor and its surety on its performance bond. If the Contractor or its surety does not fully comply with such notice within five (5) days after receiving it, or fails to continue after starting to comply in good faith, the City may exclude the Contractor and its employees and Subcontractors from the Work, or any portion thereof, and take possession of and use, or cause to be used, all materials, tools and equipment of every description as may be found at the place of such Work. Thereupon, the Contractor and its employees and Subcontractors shall discontinue such Work or such part thereof as the City may designate, and the City may thereupon, by Contract or otherwise, as it may determine, complete the Work or any part thereof. All expenses charged under this paragraph shall be deducted and paid for by the City out of any moneys then due or to become due the Contractor under the Contract. In such accounting, GENERAL PROVISIONS - 20 the City shall not be held to obtain the lowest figure for the Work for completing the Contract, or any part thereof, or for insuring its proper completion, but all sums paid therefore shall be charged to the Contractor. In case the expenses so charged are less than a sum which would have been payable under the Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference. In case such expense shall exceed the amount payable under the Contract, then the Contractor shall pay the amount of the excess to the City upon completion of the Work without further demand being made therefore. hi the determination of the question as to whether or not there has been any such noncompliance with the Contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the Contract." 3-13 COMPLETION AND ACCEPTANCE. Section 3-13 of the Standard Specifications shall be amended in its entirety as follows: "The Work will be inspected for acceptance by the City's Representative upon receipt of the Contractor's written assertion that the Work has been completed. If, in the sole discretion of the City's Representative, the Work has been completed and is ready for acceptance, the City's Representative will notify the City Clerk that the Contract has been completed in its entirety. The City's Representative shall request that the City accept the Work and that the City Clerk be authorized to file on behalf of the City in the office of the Los Angeles County Recorder, allotice of Completion of the Work. The date of completion shall be the date the Contractor is relieved from responsibility to protect the Work." "The Contractor hereby guarantees that the entire Work constructed by him under the Contract will meet fully all requirements as to quality of workmanship and materials. The Contractor hereby agrees to make, at his own expense, any repairs or replacements made necessary by defects in materials or workmanship that become evident within one (1) year after the date of the final payment, and to restore to full compliance with the requirements of these Contract Documents, including any test requirements set forth herein for any part of the Work constructed hereunder, which during said one (1) year period is found to be deficient with respect to any provisions of the Contract Documents. The Contractor shall make all repairs and replacements promptly upon receipt of written orders for the same from the City's Representative. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his sureties shall be liable to the City for the cost thereof." "The guarantees and agreements set forth herein shall be secured by a surety bond which shall be delivered by the Contractor to the City before the Notice of Completion and acceptance of the Work by the City. Said bond shall be in the form approved by the City Attorney and executed by a surety company or companies satisfactory to the City in the amount of One Hundred Percent (1001/6) of the Contract. Said bond shall remain in force for a period of one (1) year after the date of Notice of Completion and acceptance. Alternatively, the Contractor may provide for the Faithful Performance Bond furnished under the Contract to remain in force and effect for said amount until the expiration of said one (1) year period." "The parties agree that no certificate given, with the exception of the certificate of final payment, shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective work or GENERAL PROVISIONS - 21 improper materials. Further, the certificate of final payment shall not terminate the Contractor's obligations under his warranty herein above. The Contractor agrees that payment of the amount due under the Contract and the adjustments and payments due for any Work done in accordance with any alterations of the same, shall release the City, the City Council and its officials, officers and employees from any and all claims or liability on account of work performed under the Contract or any alteration thereof." 6-9 LIQUIDATED DAMAGES. Section 6-9 of the Standard Specifications shall be amended in its entirety to read as follows: "Contractor agrees that if the Work is not completed within the Contract Time and/or pursuant to any completion schedule, construction schedule or project milestones developed pursuant to provisions of the Contract, it is understood, acknowledged and agreed that the District will suffer damage. Pursuant to Government Code Section 53069.85, Contractor shall pay to the District as fixed and liquidated damages the sum specified in the Contract form for each and every calendar day of delay beyond the Contract Time or beyond any completion schedule, construction schedule or Project milestones established pursuant to the Contract. Liquidated damages may be deducted from any payments or other funds owing to Contractor, including progress payments, the final payment and retentions." 2-4 TIMES OF OPERATION Section 2-4 shall be added to the Standard Specifications to read as follows: "It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following, other than between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, with no work allowed on Owner -observed holidays, unless otherwise approved by the Engineer: I. Powered Vehicles 2. Construction Equipment 3. Loading and Unloading Vehicles 4. Domestic Power Tools" -END OF SECTION - GENERAL PROVISIONS - 22 SECTION 5 LEGAL RELATIONS AND RESPONSIBILITIES OF THE CONTRACTOR 5-3 LABOR. 5-3.1 General. "The Contractor, its agents and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State and local laws related to labor. Notwithstanding anything to the contrary contained in the Contract Documents, Contractor shall comply with the following:" "5-3.2 Social Security Requirements. Contractor shall furnish to the City satisfactory evidence that he and all of his Subcontractors are complying with all laws, rules and regulations with respect to Social Security . The Contractor, at any time upon request, shall satisfy the City that all necessary Social Security and other taxes are being properly reported and paid." 115-3.4 Hours of Labor. Contractor and all Subcontractors shall be required to comply with the provisions of California Labor Code Section 1810 et M. According to those sections, eight (8) hours of labor shall constitute a legal day's work. Contractor shall pay to the City a penalty of Twenty-five Dollars ($25.00) for each worker employed in the execution of this Contract by the Contractor, or by any Subcontractor, for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any calendar day or forty (40) hours in any one (1) calendar week, except when payment for overtime is made at not less than one and one-half (1-1/2) times the basic rate for that worker." "5-3.2.4 Licensing Requirements. Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all bidders must possess proper licenses for performance of this Contract. Contractors shall meet the California Contractor's license requirements set forth in the Notice Inviting Bids. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Section 7028.5 ofthe Business and Professions Code, the City shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be nonresponsive, and the City shall reject the Bid. The City shall have the right to request, and the Bidders shall provide within five (5) Calendar Days, evidence satisfactory to the City of all valid license(s) currently held by that Bidder and each of the Bidder's subcontractors, before awarding the Contract." "5-3.2.5 Non -Discrimination. Contractor shall not discriminate in the employment of persons upon the Contract because of the race, creed, color, national origin, ancestry, non - disqualifying disability, age, medical condition, marital status, sex or other classifications of such persons protected by federal, state and local laws, rules and regulations. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall cause an identical clause to be included in every subcontract for the contract work." "7-5.3.6 Travel and Subsistence Payments. As required by Section 1773.8 of the GENERAL PROVISIONS - 23 California Labor Code, the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with law. To establish such travel and subsistence payments, the representative of any craft, classification, or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids." 2-2 PERMITS. Section 2-2 of the Standard Specifications shall be amended in its entirety to read as follows: "Unless indicated to the contrary in the Contract Documents, including the Special Provisions, Contractor shall procure all permits and licenses (including a City business license), pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work." 3-12 WORK SITE MAINTENANCE. 3-12.2 Air Pollution Control. The provisions of Section 3-12.2 of the Standard Specifications shall be amended to add the following at the end of that Section: "In addition, Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes. All containers of paint, thinner, curing compound, solvent or liquid asphalt shall be labeled to indicate that the contents fully comply with the applicable material requirements." 3-12.6 Water Pollution Control. The provisions of Section 3-12.6 of the Standard Specifications shall be amended to add the following at the end of that Section: "In addition, Contractor shall comply with the provisions of the Federal Clean Water Act as regulated by the U.S. Environmental Protection Agency in 40 Code of Federal Regulations Parts 122-124, the Porter -Cologne Act (California Water Code) and the Waste Discharge Requirements for Municipal Storm Water Discharges within the County of Los Angeles. Suitable Best Management Practices (BMPs) are listed in the California Storm Water Best Management Practices Handbook for Construction Activities." WATER POLLUTION CONTROL A. Water Quality Protection Requirements For Construction Projects With Less than 1 - Acre Of Disturbed Soil All construction projects, regardless of size, will be required to implement best management practices (BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) GENERAL PROVISIONS - 24 to meet the minimum water quality protection requirements as defined in Table 2-1. Table 2-1 Minimum Water Quality Protection Requirements for Construction Projects Category Minimum Requirements BMPs 1. Sediment Sediments generated on the project site shall be retained Sediment Control using adequate Treatment Control or Structural BMPs. Control 2.Construction Construction -related materials, wastes, spills or residues Site Materials shall be retained at the project site to avoid discharge to Management; Control streets, drainage facilities, receiving waters, or adjacent Material and properties by wind or runoff. Waste Non -storm water runoff from equipment and vehicle Management washing and any other activity shall be contained at the project sites. 3. Erosion Erosion from slopes and channels shall be controlled by Erosion Control implementing an effective combination of BMPs, such as Control the limiting of grading scheduled during the wet season; inspecting graded areas during rain events; planting and maintenance of vegetation on slopes; and covering erosion susceptible slopes. Please refer to the California Stormwater Quality Association's Construction Handbook available for free on their website (www.cabmphandbooks.com — Construction Handbook) for further information regarding the BMPs listed in Table 2-1. B. Water Quality Protection Requirements For Construction Projects With 1 -Acre (or greater) Of Disturbed Soil In addition to the minimum BMPs required in Section A, a Storm Water Pollution Prevention Plan (SWPPP) must be submitted to the City for all construction projects where at least 1 -Acre of soil will be disturbed. The SWPPP will include strategies for reducing runoff of pollutants and minimize environmental impacts to receiving waters. A SWPPP may also be required for projects smaller than I -Acre if the City designates the project a threat to water quality objectives. In addition, the contractor must contact the Los Angeles Regional Water Quality Control Board (LARWQCB) if the project will disturb I -Acre or more of soil. Construction activities can not begin until a Waste discharger Identification (WDID) Number is issued by the State Water Board. The I -Acre threshold includes the total amount of land disturbance. For example, if four streets, each 1/4 -acre in size in different parts of the City are to be reconstructed then a WDID Number must be obtained. To request a Notice of Intent (NOI) GENERAL PROVISIONS - 25 you must contact the Regional Board at: Los Angeles Regional Water Quality Control Board 320 W. 4s. Street, Suite 200 Los Angeles, California 90013 Phone: (213) 576-6600; Fax: (213) 576-6640 Internet Address: httn://www.swreb.ca.gov/—rwgcb4 The SWPPP shall include: • The name, location, period of construction, and a brief description of the project; • Contact information for the owner and contractor; • The building permit number for the project; • The grading permit number for the project (where applicable) • A list of major construction materials, wastes, and activities at the project site; • A list of best management practices to be used to control pollutant discharges from major construction materials, wastes, and activities; • A site plan (construction plans may be used) indicating the selection of BMPs and their location where appropriate; • Non -storm water discharges, their locations, and the BMPs necessary to prevent the discharge; • A maintenance and self -inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs; and • A certification statement that all required and selected BMPs will be effectively implemented. Within 7 days after the City has certified the contract, the Contractor shall submit two 2 copies of the proposed SWPPP to the City. The City shall reviewthe SWPPP within 14 days of receipt of the plan. If revisions are required, the Contractor shall revise and re -submit the document within 7 days of their receipt of the City's comments. The City shall then have 7 days to consider the revisions made by the Contractor and approve the SWPPP. The Contractor shall maintain a minimum of two readily accessible copies of the SWPPP at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board (RWQCB), or the U.S. Environmental Protection Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City. C. Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities. The plan will describe and ensure the implementation of Best Management Practices (BMPs) which will be used to reduce pollutants in the storm water discharges from the construction site. A Best Management Practice is defined as any program, technology, process, operating method, measure, or device that controls, prevents, removes, or reduces pollution. The GENERAL PROVISIONS - 26 Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development, and Construction Volumes (www.cabmpbandbooks.com) in conjunction with all activities and construction operations: 1. Construction Practices (NS2, NS3, NS4, and NS6) 2. Material and Waste Management (WMOI, WM02, and WM04) 3. Vehicle and Equipment Management (NS8, NS9, and NS 10) 4. Physical Stabilization (EC7, EC12, NS4, TCl, and TC2) 5. Sediment Control Practices (SE1, SE9, SE8, SE10, SE3, and SE2) Copies of the California Stormwater BMP Handbooks may be obtained from: California Stormwater Quality Association P.O. Box 2313 Livermore, CA 94551 www.cabmphandbooks.com D. Implementation Los Angeles County DPW Cashier's Office 900 South Fremont Avenue Alhambra, CA 91803 Tel. No. (626) 458-6959 The Contractor will be responsible throughout the duration of the project for the installation, monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions, contractor's activities, or construction operations. The Contractor shall demonstrate the ability and preparedness to fully deploy these S WPPP control measures to protect soil -disturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures. Throughout the winter season, active soil -disturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted prior to the end of the following workday, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this section, "Water Pollution Control". Unless otherwise directed by the City, the Contractor's responsibility for S WPPP implementation shall continue throughout any temporary suspension of work. E. Sewage Spill Prevention GENERAL PROVISIONS - 27 The Contractor's attention is directed to the sewer bypass operation required during any sewer construction (Standard Specification for Public Works Construction Section 500.1.2.4). The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site. The Contractor shall be fully responsible, for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage. hi addition, the Contractor is responsible for any fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is damaged by the contractor shall be immediately repaired at the Contractor's expense. The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills. F. Sewage Spill Telephone Notification Should a sewage spill occur, the Contractor shall immediately report the incident to the following two (2) City Departments: Public Works/ Engineering (626) 569-2150 Public Safety Department (626) 569-2292 The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors, to be reached during emergency and off -hours. The City will notify the following: Los Angeles County Department of Health Services (213) 974-1234 Los Angeles County Department of Public Works (800) 303-0003 Regional Water Quality Control Board (213) 576-6665 or 6600 State Office of Emergency Services (800) 852-7550 (For any significant volume of material that entered the storm drain or receiving water) G. Sewage Spill Written Notification The Contractor shall prepare and submit a written report within three (3) working days from the occurrence of a spill to the City, (Attention: Project Manager). This report shall describe the following information related to the spill: 1. The exact location on the Thomas Guide map 2. The nature and volume 3. The date, time and duration 4. The cause GENERAL PROVISIONS - 28 5. The type of remedial and/or cleanup measures taken and date and time implemented 6. The corrective and preventive action taken, and 7. The water body impacted and results of necessary monitoring H. Enforcement The City, as a permittee, is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and private citizens. The Contractor shall be responsible for all costs and liabilities imposed by law as result of the Contractor's failure to comply and/or fulfill the requirements set forth in Section 7.09 - "Water Pollution Control". The costs and liabilities include, but are not limited to fines, penalties and damages whether assessed against the City or the Contractor. In addition to any remedy authorized by law, any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied. I. Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the SWPPP. The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure or reinitiate any BMPs that have been discontinued. If the City identifies a deficiency in the deployment or functioning of identified control measures, the deficiency shall be corrected by the Contractor immediately or by a later date and time if requested in writing, but not later than the onset of the subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. J. Payment All costs involved in the implementation of the SWPPP, including furnishing all labor, materials, tools, equipment and all incidentals; and for doing all the work involved in installing, constructing, maintaining, removing, and disposing of control measures, except those that were installed as apart of another structure, shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefore. 7-8.8 Sound and Vibration Control Requirements. Section 7-8.8 shall be added to the Standard Specifications to read as follows: "The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances, including hours of operation requirements. No internal combustion engine shall be operated on the Project without a muffler of the type recommended by the manufacturer. Should any muffler or other control device sustain damage, the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired or replaced. Said noise and vibration level requirements shall apply to all equipment on the job or related to the job, including but not limited to, trucks, transit mixers or transit equipment that may or may not be owned by the Contractor." GENERAL PROVISIONS - 29 5-7 PUBLIC CONVENIENCE AND SAFETY. 5-7.1 Work Site Safety. 5-7.2 Safety Orders. Section 5-7.2 shall be amended to add the following to the beginning of the first full paragraph: "In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including the safety of all persons and property in performance of the Work. This requirement shall apply continuously and shall not be limited to normal working hours. The Contractor's duty to preserve safety shall include, but shall not be limited to, the erection and maintenance of temporary fences, bridges, railings and barriers; the placement of guards; maintenance and operation of sufficient lights and signals; and all other precautions necessary to maintain safety in the vicinity of the Work. Any duty on the part of the City's Representative or other City employee or agent to give general engineering supervision of the Contractor's performance is not intended to include the review of the adequacy of the Contractor's safety measures. Nothing herein shall relieve Contractor of his sole and complete responsibility for safety conditions on the Site." Section 5-7.2 shall be amended also to add the following to the beginning of the second full paragraph: "Pursuant to Labor Code Section 6705, if the Contract Price exceeds $25,000 and if the Work governed by this Contract entails excavation of any trench or trenches five (5) feet or more in depth, Contractor shall comply with all applicable provisions of the Labor Code, including Section 6705, regarding sheeting, shoring and bracing." 5-7.4 Special Hazardous Substances and Processes. Section 5-7.4 shall be amended to add the following to the end of that Section: "As required by Public Contract Code Section 7104, if this Contract involves digging trenches or other excavations that extend deeper than four (4) feet below the surface, Contractor shall promptly, and prior to disturbance of any conditions, notify City of: (1) any material discovered in excavation that Contractor believes to be a hazardous waste that is required to be removed to a Class I, Class II or Class III disposal site; (2) subsurface or latent physical conditions at the site differing from those indicated by City; and (3) unknown physical conditions of an unusual nature at the site, significantly different from those ordinarily encountered in such contract work. Upon notification, City shall promptly investigate the conditions to determine whether a change order is appropriate. In the event of a dispute, Contractor shall not be excused from any scheduled completion date and shall proceed with all Work to be performed under the Contract, but shall retain all rights provided by the Contract or by law for making protests and resolving the dispute." 5-6 PATENT FEES OR ROYALTIES. Section 5-6 of the Standard Specifications shall be amended in its entirety to read as follows: "The Contractor shall include in its bid amount the patent fees or royalties on any patented GENERAL PROVISIONS - 30 article or process furnished or used in the Work. Contractor shall assume all liability and responsibility arising from the use of any patented, or allegedly patented, materials, equipment, devices or processes used in or incorporated with the work, and shall defend, indemnify and hold harmless the City, its officials, officers, agents and employees from and against any and all liabilities, demands, claims, damages, losses, costs and expenses, of whatsoever kind or nature, arising from such use." 5-1 LAWS AND REGULATIONS. Section 5-1 of the Standard Specifications shall be revised in its entirety to read as follows: "The Contractor shall keep itself fully informed of all existing and future State, Federal and local laws, rules and regulations, which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. The Contractor shall at all times observe and comply with all such existing and future laws, rules, ordinances, regulations, orders, and decrees of bodies or tribunals having any or all authority over the Work, and shall defend, indemnify and hold harmless, at least to the extent of the indemnification provisions of this Agreement, the Owner and its officials, officers, employees, volunteers and agents, including, but not limited to, the Director of Public Works and the Owner Engineer, against any claim or liability arising from, or based on, the violation or alleged violation of any such law, rule, ordinance, regulation, order, or decree, whether by itself or its employees. The Contractor shall particularly observe all laws, rules and regulations relating to the obstruction of streets or the conduct of the Work, keeping open passageways and protecting the same where they are exposed or dangerous to traffic. The Contractor shall at all times comply with such laws, rules and regulations. If any discrepancy or inconsistency is discovered in the Plans, Drawings, Special Provisions, or Contract for the Work in relation to any such law, rule, ordinance, regulation, order, or decree, the Contractor shall forthwith report the same to the Engineer in writing." 5-4 INDEMNIFICATION. Section 5-4.1 shall be added to the Standard Specifications as follows: "Contractor shall defend (with counsel of City's choosing), indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or equity, to property or persons, including wrongful death, to the extent arising out of or incident to any acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Work or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, with Counsel of City's choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its officials, officers, employees, volunteers or agents. To the extent of its liability, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City, its officials, officers, employees, volunteers or agents, in any such suit, action or other legal proceeding. Contractor shall reimburse City, its officials, officers, employees, volunteers or agents for any and all legal expenses and costs incurred GENERAL PROVISIONS - 31 by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by Civil Code Section 2782." 5-7.2.2 CONCRETE FORMS, FALSEWORK AND SHORING. Section 5-7.22 shall be added to the Standard Specifications as follows: "Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework, and shoring, and the inspection of same prior to the placement of concrete. Where Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to the placement of concrete, Contractor shall employ a registered civil engineer for these purposes, and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents." - END OF SECTION - GENERAL PROVISIONS - 32 SECTION 7 MEASUREMENT AND PAYMENT 7-2 LUMP SUM WORK. Section 7-2 of the Standard Specifications shall be amended to add the following at the end of that Section: "On lump sum contracts, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and which shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre -construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor." 7-3 PAYMENT. 7-3.1 Payment. The last paragraph of Section 7-3.1 ofthe Standard Specifications shall be deleted and replaced with the following two paragraphs: "Contractor shall submit, with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule. Following the City's acceptance of the Work as fully complete, the Contractor shall submit to the City for approval a written statement of the final quantities of Contract items for inclusion in the final invoice. Upon receipt of such statement, the City's Representative shall check the quantities included therein and shall authorize the Contractor to submit an invoice which, in the City Representative's opinion, shall be just and fair, covering the amount and value of the total amount of Work done by the Contractor, less previous payments, applicable withholdings and retentions." "All retention proceeds shall be released and paid in strict accordance with Public Contract Sections 7107 and 7201." Section 7-3.1 ofthe Standard Specifications shall be amended to also add the following at the end of that Section: "Payment for the various items on the Contract Bid Forms, as further specified in the Contract, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of Work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these General Conditions, and as shown on the Drawings, including all appurtenances thereto. Compensation shall include all costs of compliance with the regulations of public agencies having jurisdiction over the Work, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA)." "No separate payment will be made for any item that is not specifically set forth in the Contract Bid Forms, and all costs therefor shall be included in the prices named in the Contract Bid GENERAL PROVISIONS - 33 Forms for the various appurtenant items of work." 7-3.2 Partial and Final Payments. Section 7-3.2 of the Standard Specifications shall be amended to add the following at the end of that Section: "For purposes of this Section, the monthly payment date shall be the last calendar day of each month. In order for the City to consider and prepare for each monthly payment, the Contractor shall submit a detailed measurement of the Work performed and a progress estimate of the value thereof before the tenth (10th) day of the following month. The City shall review and make payment on all approved charges within the time required by Public Contract Code Sections 20104.5 et seq." "Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the Owner to the Contractor or its sureties after the completion date of the Contract shall not constitute a waiver of liquidated damages." "Subject to the provisions of Section 22300 of the California Public Contract Code, a 5 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the Owner for payment. All billings shall be directed to the Engineer." "Pursuant to Section 22300 of the California Public Contract Code, In accordance with California Public Contract Code Section 22300, the City will permit the substitution of securities for any monies withheld by the City to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City, or with a state or federally chartered bank in California as the escrow agent, and thereafter the City shall then pay such monies to the Contractor as they come due. Upon satisfactory completion of the Contract, the securities shall be returned to the Contractor. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon. The escrow agreement used for the purposes ofthis Section shall be in the form provided by the City." "The Contractor shall submit with each invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice, as well as a valid unconditional waiver of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices. Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the Owner, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or materialmen." - END OF SECTION GENERAL PROVISIONS - 34 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 PART "B" SUPPLEMENTAL GENERAL CONDITIONS ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SUPPLEMENTARY GENERAL CONDITIONS 10-1 GENERAL 10-1.1 Description of Work The project consists of pre -demolition Hazmat abatement and installation of a Zip -Rib structural metal roof panel system at the City of Rosemead Public Works Office & Warehouse Building (Address: 2714 River Avenue, Rosemead) and other related work as described in the Plans, Specifications, and Contract Documents, including other incidental and appurtenant work necessary for the proper completion of the project as indicated in the appendix and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. 10-1.2 Quantities - The estimate of quantities of work is approximate only, being given as basis for the compilation of bids, and the City of Rosemead does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. In such case the contract unit price shall prevail subject to the requirements of Section 7-1 of the Standard Specifications. All work incidental to this project, as described on the drawings and/or this specification shall be considered as included within the scope of the work. The bid prices submitted by the contractor shall include the cost of said incidentals, even though such incidentals are not specifically mentioned in the preceding description of work to be done or in the proposal form. 10-1.3 Equals - Whenever the names of specific products are designated in the details appearing on the drawings or in the specifications, the intent is to state the general type and quality of the products desired, without the intention of ruling out the use of other products of equal type and quality. If the successful contractor wishes to make substitutions of the products specified, he must make an application in writing to the Engineer prior to the acceptance and installation into the project with a complete description of the alternate products and a statement with regard to the saving to the owner, if any, in case the substitution would be permitted. The Engineer will have the right to make the final decision in these cases and to insist on use of particular brands of products shown on the drawings or in the specifications, if, in his opinion, such brands will be preferable to the Engineer, in lieu of the requested substitutions. 10-1.4 Installation of Equipment - All materials and workmanship shall be in accordance with the manufacturer's specifications and instructions. SUPPLEMENTARY GCs -1 10-2 PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK Prosecution, progress, and acceptance of work shall conform to Section 6 of the Standard Specifications with the following special conditions: a. Beginning and Completion of Work: The contract time allowed for completion of the project is FORTY-FIVE (45) working days not including material procurement. Work on this project shall commence no later than ten (10) days from the date of Notice to Proceed. b. The contractor shall submit to the Engineer a time schedule of work for the various sequences of the major operations. Said schedule shall be submitted at least 5 working days prior to the beginning of work and shall be subject to the approval of the Engineer. C. Working hours on this project shall be limited to 7:00 a.m. to 4:00 p.m. Monday through Friday. No work on Saturdays, Sundays, and Holidays, except when authorized by the Director of Public Works or City Engineer. d. Inspection: The City shall provide inspection for an 8 -hour day for normal working days. The City will deduct from the contractor's invoice an amount equal to $120 per hour for inspection in excess of the foregoing, including legal holidays, City Hall closed Fridays, and weekends. e. Contractor shall notify all property owners within the project limits of all activities; written notification shall be delivered to properties at least forty-eight (48) hours in advance of any activity. f. The contractor and all subcontractors shall attend a pre -construction meeting at the time, date, and place determined by the City. g. The contractor and all subcontractors shall obtain a Rosemead Business License prior to the start of work. 10-3 STANDARD SPECIFICATIONS The work embraced herein shall be done in accordance with the "Standard Specifications for Public Works Construction (Greenbook)," latest edition, including all supplements, and applicable provisions of Caltrans Standard Specifications, latest edition. hi case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. 10-4 CONSTRUCTION YARD SUPPLEMENTARY GCs -2 It shall be the contractor's responsibility to locate any storage sites for materials and equipment needed, and such sites must be approved in advance by the City Engineer. When storage sites are located on private properties, the contractor shall be required to submit to the City Engineer written approval from the record owner authorizing the use of his property by the contractor, and contractor shall bear all the cost involved, and provide necessary insurance requirements. If contractor chose one of the City owned. The contractor accepts sole liability for the yard during the time which it is occupied. The contractor agrees to indemnify and hold harmless the City and ARA during the period which the contractor occupies the site. The yard shall be fenced with City -approved temporary chain link fence and gate(s). The yard shall be secured at all times. The Contractor shall be responsible for required utilities, if available. The Contractor shall store all materials in a manner, which complies with manufacturer's recommendations and/or legal requirements. The yard shall be maintained in a manner consistent with surrounding properties. After the project is constructed, the Contractor shall move off of the yard and return the yard to a condition similar to before he moved on the yard. In order to assure these requirements are met, the Contractor shall have an independently prepared environmental report prepared prior to Contractor mobilization and after final cleanup. Contractor and all subcontractors shall not be permitted to place any signage or advertising signs on the site unless city's written approval is obtained. 10-5 UTILITIES The contractor will obtain the locations of underground facilities from the utility companies at least twenty-four (24) hours prior to commencing construction in such areas. At all time the contractor shall be responsible for the protection of such facilities and shall be held liable for damage to utilities during construction. The contractor is responsible for calling Underground Service Alert at 811 at least 72 hours prior to commencing any work. 10-6 CONSTRUCTION WATER It shall be the responsibility of the contractor to furnish an adequate supply of water for construction use. 10-7 AIR AND WATER POLLUTION The Contractor shall be required to conform to all current regulations of the South Coast Air Quality Management District. The Contractor shall also conform to Section 402(p) of the 1972 Clean Water Act which establishes a framework for the regulation of SUPPLEMENTARY GCs -3 municipal, industrial and construction stormwater discharges under the National Pollutant Discharge Elimination System (NPDES) program. 10-8 HAZARDOUS MATERIAL NOTIFICATION A material Safety Data Sheet (MSDS) is required by the City of Rosemead for all hazardous materials which are brought on site by the Contractor. A MSDS is required for any product which may contain hazardous materials. The contractor must alert the City Engineer of the quantity and type of hazardous material which will be brought on site. The MSDS sheets must be submitted to the City Engineer at least two (2) business days prior to starting work. The City Engineer may require the City Safety Officer or his designee to review the MSDS for approval of use. The contractor shall be responsible for notifying Underground Service Alert (800) 422- 4133 and all utility companies having substructures within the limits of the job. This shall be done at least 72 hours prior to commencing construction. 10-9 PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his operations to comply with the provisions of section 7-10 of the Standard Specifications. Traffic Control shall comply with the Work Area Traffic Control Handbook of the American Public Works Association (WATCH Manual), latest edition. After awarding the contract, the contractor shall submit to the Engineer his proposed schedules for lane closing and his methods of traffic control to comply with the requirements specified herein below. This submittal shall be made sufficiently in advance of any rerouting or diversion of traffic by the contractor to allow for a review of the contractor's proposed traffic control. Any shifting of traffic from one lane to another which is necessary in order to maintain the required number of lanes, shall be directed in such a manner that traffic may move smoothly across the work without any sudden changes from one lane to another. Toward this end the minimum taper allowed for detouring the traffic from one lane to another shall be 20:1. The contractor shall provide, throughout the period of construction, all signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the Engineer. All barricades used as warning and guiding devices shall bear the name of the contractor in legible letters. Flashing arrow board(s) shall be required throughout the construction period. Traffic lanes shall have a minimum width of twelve (12) feet and minimum clearance of two (2) feet from curbs, poles and similar obstructions, and two (2) feet from any excavation, unless otherwise specified. One lane each direction shall be maintained at all times. SUPPLEMENTARY GCs -4 Transitions of differential road surfaces shall be maintained according to SSPWC sect. Spillage resulting from hauling operations along any public traveled way shall be removed immediately by the contractor. Traffic shall not be allowed on the street until the initial sweeping is complete. Contractor shall provide access to the existing driveways at all times. Contractor will close only one driveway at any time to properties having more than one driveway. 10-10 PAYMENT Payment shall be made in accordance with Section 7 of the Standard Specifications. Payment will be made at the lump sum prices or unit prices as stipulated in the Bid Proposal and will include full compensation for furnishing all labor materials, tools and equipment and doing all the work involved in completion of the bid items. 5 % retention will be paid 35 days after Notice of Completion was recorded. 10-11 SURVEY MONUMENTS See Section 3-10 Surveying of the General Provisions Page — 6. 10-12 CLEAN-UP Upon completion of the work and before the final estimate is submitted, the Contractor shall, at his own expense, remove from the vicinity of the work all plant, buildings, rubbish, unused materials, concrete forms and other materials or equipment belonging to or used by him or any subcontractor on the work. In the event of failure to so remove, the same may be removed and disposed of by the City at the Contractor's expense. 10-13 GUARANTEE The contractor hereby guarantees for a period of one year that the entire work constructed by him under this contract will meet fully all requirements thereof as to quality of workmanship and of materials furnished by him. The contractor hereby agrees to make at his own expense any repairs or replacements made necessary by defects in materials or workmanship supplied by him that becomes evident within the time specified after filing of the Notice of Completion of the work by the Engineer, and to restore to full compliance with the requirements of these specifications, including the test requirements set forth herein for any part of the work constructed hereunder, which during said period is found to be deficient with respect to any provision of the specifications. The contractor also agrees to defend, indemnify and hold the Owner, its officers and employees, harmless from claims of any kind arising from damage due to said defects. The contractor shall make all repairs and replacements promptly upon receipt of written orders for same from the Engineer. If the contractor fails to make the repairs and replacements promptly, the owner may do the work and the contractor and his surety shall be liable to the owner for the cost thereof. SUPPLEMENTARY GCs -5 Upon termination of the Contractor's guarantee any manufacturers' guarantees held by him shall be delivered to the owner. The guarantees and agreements set forth in this section shall be secured by a surety bond which shall be delivered by the Contractor to the Owner before the notice of completion shall be filed by the Public Works Director. Said bond shall be in an approved form and executed by a surety company or companies satisfactory to the owner, in the amount of ten percent (10%) of the contract price. Said bond shall remain in force for a period of one year from the date of filing of the Notice of Completion. Instead of providing a surety bond, the contractor may, at his option, provide for the Faithful Performance Bond furnished under the contract to remain in force for said amount until the expiration of the required period. 10-14 SANITATION All portions of the work shall be maintained at all times in sanitary condition. The contractor shall provide adequate toilet facilities for all workmen and representatives of the owner employed on the work. Such facilities shall be subject to the acceptance of the owner as to location and type. The contractor shall maintain the same in sanitary condition from the beginning of the work until completion and then shall remove the facilities and disinfect the premises if necessary. The contractor shall be responsible for alleviating all dust and nuisance conditions occasioned by his work. Each day, at the completion of the day's work, the entire trench area and adjacent streets shall be swept and cleaned to the satisfaction of the City Engineer or his appointed representative. The contractor shall cover all storm drain catch basins during excavation and sweeping operations to prevent excavated materials from entering the catch basins. 10-15 SITE MAINTENANCE 1.01 General. The Contractor shall maintain the construction site in a neat and orderly condition, free from trash and waste construction materials at all times. Unattended construction materials, equipment, and trash shall be left in a manner to not constitute a fire hazard nor become a nuisance or danger due to rain, wind, or other forces of nature. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. The Contractor shall provide proper barricades with flashing lights properly working and temporary fencing to insure a safe construction site. The Contractor shall maintain the work site in a manner that assures adequate access to workers and other authorized personnel. The Contractor shall provide proper traffic control in all construction areas SUPPLEMENTARY GCs -6 1.02 Dust Control. The Contractor shall exercise all reasonable and necessary means to abate undue dust. Application of water for dust control shall be under the control of the Engineer and shall be applied in the amounts and at locations designated by the Engineer or other City Representatives. 1.03 Control of Water. The Contractor shall work in a manner that does not prevent storm or other water from flowing uninterrupted along the existing street drainage courses. Diversion of water for short reaches to protect construction may be permitted if public or private properties are not threatened with damage. Should such diversions be necessary, the Contractor shall obtain written permission from the applicable public agency or property owner before the Engineer will permit any diversion of water outside rights-of-way or normal drainage courses. 1.04 Protection of Existing Improvements. Construction operations shall be conducted in a manner that assures all permanent facilities and improvements, as well as temporary improvements which remain during the life of this contract, are not subject to vertical settlement or horizontal movement. The Contractor shall work around all existing utility facilities. During construction the Contractor shall cooperate with the owners of any utility that has manholes, vaults, valve covers or any other facilities within the construction area. These facilities shall be completely protected by the Contractor. The Contractor shall exercise care to prevent asphalt material from being deposited on concrete surfaces. Unless otherwise specified, all costs for protection of existing improvements shall be absorbed in the various items of work and no separate payment shall be made for them. 1.05 Restoration of Existing Improvements. All existing improvements removed or damaged during construction shall be reconstructed in accordance with the applicable provisions of the Standard Specifications for Public Works Construction, 2021 Edition, (hereinafter referred to as the Standard Specifications). The Contractor shall replace or restore existing improvements to their original condition to the satisfaction of the Engineer at no expense to the City. 1.06 Disposal of Removed, Cleared, and Waste Material. All removed, cleared, and waste material shall become the property of the Contractor and shall be disposed of by the Contractor outside the limits of work in accordance with the applicable ordinances and regulations of governmental agencies having jurisdiction. 1.07 Final Clean Up. After completion of all other work required under the contract, the Contractor shall, at no expense to the City, clean up the work site including any and all properties used by the Contractor during construction to the satisfaction of the Engineer. The Contractor shall remove and dispose of all excess materials. The Contractor shall repair, replace, or restore, to the satisfaction of the Engineer, all property of any type or nature which has been moved, damaged or altered in any way by the Contractor's operations. The Contractor shall return all roadway and adjoining surfaces to their original condition and appearance. SUPPLEMENTARY GCs -7 The Contractor shall provide all necessary means to avoid tracking asphalt oil on existing asphalt pavement or concrete pavement during paving operations. The Contractor shall slurry (quick set emulsion aggregate slurry, Type II (cationic) with 2-1/2% latex additive) all asphalt pavement area where asphalt oil was accidentally tracked. If tracking is left on the concrete pavement, Contractor shall sand blast the affected area to its original condition and to the satisfaction of the Engineer or City Representatives at no additional cost. Any and all of these requirements shall be at the Contractor's expense. 1.08 Payment. No separate payment will be made for Site Maintenance. All costs for furnishing all labor, materials, tools, dump fees, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. 2.01 General. Clearing and Grubbing shall conform to Section 300-1, "Clearing and Grubbing" of the Standard Specifications. In addition, the following items of work are included under Clearing and Grubbing, unless otherwise covered by specific bid items: A. Maintaining dust control at all times by watering and sweeping. B. Providing traffic control and maintaining access, security and safety including all signs, barricades, flashers, covers, plates and chain link fencing as specified elsewhere in these specifications. C. Protecting in place of existing water mains, sewers, gas lines, water meters, valve covers, walls, fences, curbs, fire hydrant, telephone and power poles, and other existing structures. D. Removing, storing, and replacing removable and portable items and their safe handling and keeping. E. Providing temporary pumps, conduits, and any other necessary means to convey waste waters in order to bypass the construction as needed and as approved by the Engineer. Saw cutting Portland cement concrete and asphalt concrete pavement for construction of smooth and straight joins. G. Providing shoring, sheeting, bracing, etc. for excavations. H. Removing, relocating and replacing all sprinkler lines, heads, valves, and other landscaping items interfering with the construction of improvements. I. Removing and disposing of all existing improvements interfering with the construction of new improvements and/or as required elsewhere in these specifications and not included in other bid items. SUPPLEMENTARY GCs -8 J. Restoring landscaping or any other miscellaneous improvements damaged during construction. K. Removing, replacing, backfilling, and compacting miscellaneous earthwork resulting from removing existing improvements that are not replaced and where excavations were made for concrete forming. L. Backfilling areas with clean topsoil; grading to join elevation of newly constructed curb, sidewalk, and driveway approach; and seeding, watering, and caring for rye grass or approved equal by the Engineer until the grass is established. M. Providing all necessary means to prevent tracking of asphalt oil on existing or new asphalt pavement including a water truck during the paving operation and for restoring areas where asphalt oil was spilled. N. Coordinating the construction with all utility companies O. Obtaining permit from the appropriate water company for connection to freshwater source and delivering water to the point of use and assuming payment of all fees and payment for water used. In conformance with the California Integrated Waste Management Act of 1989 (AB - 939), the City will require that all construction materials and dirt removed from the project site be deposited at a recycling center. Certification from the recycling center will be required 2.02 Payment. Payment for Clearing and Grubbing shall be included in the lump sum price under Bid Item No. 1. Payment of the lump sum price bid shall include full compensation for furnishing all labor, materials, tools, and equipment, and doing all work involved in Clearing and Grubbing as specified above and as directed by the Engineer. 10-17 CONTRACTOR'S RESPONSIBILITIES BEFORE COMMENCEMENT OF THE PROJECT 3.01 General. Due to the nature of this project involving some inconveniences, the Contractor shall respond to all complaints associated with the project that include any alleged damage to private property and/or vehicles, within 24 hours of notification. Failure to comply with this provision will result in an additional penalty of $50.00 per occurrence. The City reserves the right, after 24 hours of notification, to respond to the complaint and repair the alleged damage. The Contractor shall reimburse the City for all costs involved in addressing the complaint, including any administrative costs incurred by the City. 3.02 Notification of Affected Owners or Businesses. The Contractor shall distribute notices informing those affected that construction will be performed in proximity to their SUPPLEMENTARY GCs -9 property. The notice shall be distributed not less than 48 hours before commencement of work. The Contractor shall provide a sample notification to the Engineer for approval. 3.03 'IVO PARKING" Signs. The Contractor shall post temporary "IVO PARKING" signs at no cost to the City. The "NO PARKING" signs will be in place not less than 48 hours prior to performing the work. 3.04 Payment. No separate payment will be made for Contractor's Responsibilities Before Commencement of the Project. All costs for furnishing all labor, materials, tools, and incidentals and doing all the work involved, as specified herein and as directed by the Engineer, shall be included in the prices bid for the various contract items of work. SUPPLEMENTARY GCs -10 CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 PART "C" TECHNICAL PROVISIONS ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 TECHNICAL PROVISIONS The project site is located at the Public Works Office & Warehouse Building (Address: 2714 River Avenue, Rosemead). Below aerial shows the project location at this facility: TP -1 ZIP -RIB City of Rosemead 10/1/2020 SECTION 074113 - STANDING SEAM ROOF PANELS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY. A. Work described in this section includes pre -formed metal roofing system complete with clips, perimeter and penetration flashing, closures, gutters, and downspouts. B. Related work specified elsewhere: 1. Metal roof decks. 2. Wood roof decks. 3. Metal fabrications. 4. Rough carpentry. 5. Flashing and sheet metal. (Not roof panel related). 6. Air barrier and vapor retarder. 7. Thermal insulation. 8. Sealants. 1.3 DEFINITIONS A. American Architectural Manufacturer Association (AAMA): 1. AAMA 501.1-17: Standard Test Method for Water Penetration of Windows, Curtain Walls and Doors Using Dynamic Pressure. 2. AAMA 621-02: Voluntary/Standard Specifications for High Performance Organic Coatings on Coil Coated Architectural Hot Dipped Galvanized (HDG) & Zinc - Aluminum Coated Steel Substrates B. American Iron and Steel Institute (AISI): 1. 5100-16: 2016 Edition of the North American Specification for the Design of Cold -Formed Steel Structural Members. C. American Society of Civil Engineers (ASCE): 1. ASCE 7-16: Minimum Design Loads and Associated Criteria for Buildings and Other Structures. METAL ROOF PANELS TP -2 074113-1 VA -0 !ate City of Rosemead 10/1/2020 D. American Society for Testing and Materials (ASTM): 1. A653 -19a: Specification for Steel Sheet, Zinc -coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 2. A755-18 Standard Specification for Steel Sheet, Metallic Coated by the Hot -Dip Process and Prepainted by the Coil -Coating Process for Exterior Exposed Building Products. 3. A792-10(2015): Specification for Steel Sheet, 55% Aluminum -Zinc Alloy -Coated by the Hot -Dip Process. 4. B209-14: Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 5. D1056-14: Specification for Flexible Cellular Materials - Sponge or Expanded Rubber. 6. D3575-14: Standard Test Methods for Flexible Cellular Materials made from Olefin Polymers. 7. E1514-98(2017) el Standard Specification for Structural Standing Seam Steel Roof Panels. 8. E1592-05(2017): Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference. 9. E1637-98(2017) el Standard Specifications for Structural Standing Seam Aluminum Roof Panel Systems. 10. E1646-95(2018): Standard Test Method for Water Penetration of Exterior Metal Roof Panel Systems by Uniform Static Air Pressure Difference. 11. E1680-16: Standard Test Method for Rate of Air Leakage Through Exterior Metal Roof Panel Systems. 12. E2140-01(2017): Standard Test Method for Water Penetration of Metal Roof Panels Systems by Static Water Pressure Head. E. Factory Mutual Approvals (FM): 1. FM 4471, August 1995: Approval Standard for Class I Panel Roofs. F. Sheet Metal and Air Conditioning Contractors National Association (SMACNA): 1. Architectural Sheet Metal Manual, 7th edition. G. Underwriters Laboratory (UL): 1. UL 580, 5' Ed.: Standard for Tests for Uplift Resistance of Roof Assemblies. 2. UL 790, 8t6 Ed.: Standard for Tests for Fire Resistance of Roof Covering Materials. H. National Association of Architectural Metal Manufacturers (NAAMM) 1. Metal Finishes Manual for Architectural and Metal Products METAL ROOF PANELS 074113-2 TP -3 City of Rosemead 10/1/2020 1.4 DESIGN AND PERFORMANCE CRITERIA. A. Thermal Expansion and Contraction. 1. Completed metal roofing and flashing system shall be capable of withstanding expansion and contraction of components caused by changes in temperature without buckling or reducing performance ability. 2. The design temperature differential shall be not less than 220 °F (120 °C). 3. Clips shall be designed to allow for expansion and contraction of the roof relative to the structure throughout the temperature range specified above... 4. Resistance to wear through- An assembled specimen at least 3 panels wide spanning 3 or more supports with a 10 -pound (4.5 kg) positive load on each clip shall be subjected to 100,000 cycles '/-inch (13 mm) in each direction for a total of 1 -inch (25 mm) thermal movement. Upon completion, the panel shall show no signs of wear through from the top nor shall the contact surfaces between the clip and panel show any more than 25% loss in metal thickness. Laboratory test reports shall be independently certified (not by the manufacturer) by a registered professional engineer licensed to practice in any United States jurisdiction. B. Uniform Wind Uplift Load Capacity. 1. Installed roof system shall withstand negative wind uplift pressures complying with the following criteria. a. Design Code: ASCE 7, Method 2 for Components and Cladding. b. Safety Factor: 2.0 1) As determined in accordance with AISI S100 section D6.2.1, but in no instance shall the safety factor be taken to be less than 1.67 for any roof or wall zone. The provisions of Section D6.2.1a of Appendix A shall NOT be applicable for this project. c. Category III Building with an Importance Factor of 3.0. d. Wind Speed: 101 mph. e. Exposure Category: C. f Mean Roof Height: 15 feet. g. Minimum Building Width: 36 feet. h. Roof Pitch: 2:12 inches per foot Roof Area Negative Uplift Pressure: Zone 1 - Field of roof 28.8psf. Zone 2 — Eaves, ridges, hips, and rakes 40.lpsf. Zone 3 — Corners 46.9 psf. The "a" dimension used to determine the width of roof zones 2 and 3 shall be 3'-8' feet. I&A 10F.11N1016107VIaV TP -4 074113-3 VAIs 13 City of Rosemead 10/1/2020 2. The ultimate capacity of the panel system shall be determined based on performance testing in accordance with ASTM E1592. The allowable load carrying capacity shall be calculated in accordance with AISI S100 section D6.2.1, except the provisions of Section D6.2.1a of Appendix A shall NOT be applicable for this project. C. Uniform Positive Load Capacity. 1. Uniform positive load capacity shall be determined in accordance with AISI S 100. 2. The installed roof system shall be capable of resisting each of the following positive uniform roof loads: Roof Live Load of 20 psf 3. Installed roof system shall carry positive uniform design loads with a maximum system deflection of L/180 as measured at the rib (web) of the panel. D. Wind Uplift Classification: The panel system shall be listed as a Class 90 windstorm rated system, as determined by UL 580. E. Fire Resistance Classification: The panel system shall be listed as a Class A Roof Covering, as determined by UL 790. F. Air infiltration: The panel system shall be tested in accordance with ASTM E1680, and meet or exceed the following performance requirements: Pressure Area Leakage Rate 1.57 PST 0.0010 cfm/sq.ft. 6.24 PSF 0.0020 cfm/sq.ft. 20.0 PSF 0.0032 cfm/sq.ft. G. Static air pressure water infiltration: The panel system shall be tested in accordance with ASTM E1646, and meet or exceed the following performance requirements: Pressure Result 6.2 Gal/Hr per S.F. and Static Air No Leakage Pressure of 20.0 psf for 15 minutes H. Static water pressure bead water infiltration. 1. The panel system shall be tested in accordance with ASTM E2140, and pass with no leakage. The test specimen must include a panel end lap condition and successfully withstand being submerged under 6" of water for 6 hours. I. Dynamic pressure water penetration. 1. The panel system shall be tested in accordance with AAMA 501.1, and pass with no water penetration, other than condensation, when exposed to 8" per hour of dynamic rain and 77 mph wind velocities for not less than five (5) minutes duration. This pertains to the roof panel flashing components. J. Class I Panel Rating: The specified panel system shall be listed as a Class I Panel Roof, in accordance with FM 4471. The tested system shall be identical to the specified panel for this project regarding profile, gauge, width, and material. The anchor clip spacing for this project name shall be based on E1592 requirements, but the clip spacing for roof zone 1 shall not exceed that of the FM 4471 test reports. METAL ROOF PANELS TP -5 074113-4 ZIP -RIB City of Rosemead 10/1/2020 1.5 SUBMITTALS. A. Shop drawings: Show roof panel system with flashings and accessories in plan view; sections and details. Include metal thicknesses and finishes, panel lengths, joining details, anchorage details, flashings and special fabrication provisions for termination and penetrations. Indicate relationships with adjacent and interfacing work. Shop drawings to be prepared by metal roof panel manufacturer and sealed by a professional engineer registered in the state of the project location. B. Financial Certification: Provide the building owner with a signed and notarized (sealed) affidavit by an officer of the panel system manufacturer which confirms a current minimum corporate asset -to -liability ratio of not less than 3:1 for the panel manufacturer, or its parent corporation. Financial support information and affidavit must be dated within 30 days prior to the product submittal. C. Design Test Reports. 1. Submit copies of design test reports for each of the performance testing standards listed in specification article 1.4. This shall be submitted with the contractors bid documents to establish submitted roof system meets all above requirements. 2. Test reports shall be performed by independent, accredited testing laboratories, and shall bear the seal of a registered professional engineer. D. Warranty: Provide unexecuted specimen warranty documents for each warranty as required in specification article 1.10. E. Samples. 1. Submit sample of panel section, at least 12 -inch x 12 -inch (305 mm x 305 mm) showing seam profile and a sample of color selected. 2. Submit sample of panel clip, gable clip, and preformed metal and foam closures. 1.6 QUALITY CRITERIA/INSTALLER QUALIFICATIONS. A. Engage an experienced metal roofing contractor (erector) to install standing seam system who has a minimum of three (3) years' experience specializing in the installation of structural standing seam metal roof systems. B. Contractor must be certified by manufacturer specified as a supplier of standing seam system and obtain written certification from manufacturer that installer is approved for installation of the specified system. Contractor will have attended the manufacturers training program for certification. C. Successful contractor must obtain all components of roof system from a single manufacturer. Any secondary products that are required which cannot be supplied by the specified manufacturer must be recommended and approved in writing by primary manufacturer prior to bidding. D. Fabricator/Installer shall submit work experience and evidence of adequate financial responsibility. Architect reserves the right to inspect fabrication facilities in determining qualifications. E. Manufacturer shall provide 3 (three) inspections during the installation of the panel system. This shall be a direct employee of the manufacturer. Inspections shall be METAL ROOF PANELS TP -6 074113-5 ZIP -RIB City of Rosemead 10/1/2020 followed with a weekly documented report including pictures of work completed. Reports shall be submitted to the contracted installer of the roofing system. 1.7 DELIVERY, STORAGE, AND HANDLING. A. Inspect materials upon delivery. B. Handle materials to prevent damage. C. Store materials off ground providing for drainage; under cover providing for air circulation; and protected from any debris. 1.8 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit metal roof panel work to be performed according to manufacturer's written instructions and warranty requirements. B. Field Measurements: Verify actual dimensions of construction contiguous with metal roof panels by field measurements before fabrication. 1.9 COORDINATION A. Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with actual equipment provided. B. Coordinate metal roof panels with rain drainage work, flashing, trim, and construction of decks, purlins, rafters, parapets, walls and other adjoining work to provide a leak proof, secure, and noncorrosive installation. 1.10 WARRANTIES A. Endorse and forward to owner the following warranties: 1. Manufacturer's standard 20 -year "NDL" roof system weathertightness warranty, jointly signed by the installer and manufacturer. The warranty shall not place any limitations on wind speed, up to a maximum design wind speed as given in Article 1.4 of this specification. 2. Manufacturer's standard 20 -year finish warranty covering checking, crazing, peeling, chalking, fading, and adhesion of the pre -painted sheet metal materials. 3. Installer's 3 -year warranty covering roof panel system installation and water- tightness. B. Warranties shall commence on date of substantial completion. METAL ROOF PANELS 102Vl 074113-6 City of Rosemead 10/1/2020 PART 2- PRODUCTS 2.1 PANEL MATERIALS A. Painted, metallic -Coated Steel Sheet: Restricted flatness steel sheet metallic coated by the hot -dip process and pre -painted by the coil -coating process to comply with ASTM A755/A755M. 1. Recycled Content: Provide steel sheet with average recycled content such that postconsumer recycled content plus one-half of pre -consumer recycled content is at least 70 percent. 2. 24 gauge, Zinc -Coated (Galvanized) Steel Sheet, as per ASTM A653: G90 (Z275) coating designation; structural quality, minimum grade 40 ksi (275 MPa). 3. Texture: Smooth surface. 4. Exposed Coil -Coated Finish: a. 2 -Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Manufacturers' approved applicator to prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. b. Coating system shall provide nominal 1.0 mil (0.025 mm) dry film thickness, consisting of primer and color coat. c. Color shall be selected from IMETCO's Standard Colors. d. Color: Custom color selected by building owner. 5. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0.013 mm). C. Panel Sealants: 1. Seam Sealant: Factory applied hot melt, high viscosity, pressure sensitive adhesive with high heat resistance. 2. Sealant Tape: Non -curing, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, non -sag, nontoxic, non -staining tape 1 -inch- (13 -mm-) wide and 1/16 -inch- (3 -mm-) thick. 3. Exposed Sealant: ASTM C 920; elastomeric tri -polymer, polyurethane, or other advanced polymer sealant; of type, grade, class, and use classifications required to seal joints in metal roof panels and remain weathertight; and as recommended in writing by metal roof panel manufacturer. 4. Concealed Sealant: ASTM C 1311: Butyl -Based, Solvent -Release, One -Part Sealant. METAL ROOF PANELS TP -8 074113-7 ZIP -RIB City of Rosemead 10/1/2020 2.4 UNDERLAYMENT MATERIALS A. Self -adhering, high-temperature, air, water, and vapor barrier sheet, with a release - paper backing; cold applied. 1. Thermal Stability: Stable after testing at 250 deg F (121 deg C); ASTM D 1970. 2. Low -Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C); ASTM D 1970. 3. Seams shall be lapped in accordance with manufacturer's recommendations. 4. Underlayment shall be approved for 90 days (minimum) of exposure to UV and weather penetrations. 5. Products: Subject to compliance with requirements, provide one of the following: a. IntelliWrap UDL by EVIETCO of Norcross, GA: a highly flexible 45 -mil (1.2 mm) thick sheet composed of a non -slip polymer film laminated to a rubberized asphalt adhesive. b. Aqua Block 50 by IMETCO of Norcross, GA: a 50 -mil (1.3 mm) thick sheet composed of a slip resistant polyester top surface laminated to a fiberglass reinforced SBS modified asphalt adhesive. c. Aqua Block 60 by IMETCO of Norcross, GA: a 60 -mil (1.5 mm) thick sheet composed of a slip resistant polyester top surface laminated to a fiberglass reinforced SBS modified asphalt adhesive. 2.5 MISCELLANEOUS METAL FRAMING A. Miscellaneous Metal Framing, General: ASTM C645, cold -formed metallic -coated steel sheet, ASTM A653, G90 (Z275) hot -dip galvanized. B. Fasteners for Miscellaneous Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten miscellaneous metal framing members to substrates. 2.6 MISCELLANEOUS MATERIALS A. Concealed fasteners: Corrosion resistant steel screws, #10 minimum diameter x length appropriate for substrate, hex washer head or pancake head. Use self -drilling, self - tapping for metal substrate or A -point for wood substrate. B. Exposed fasteners: 3xx series stainless steel screws (cadmium or zinc coatings are not acceptable) with neoprene sealing washer, or 1/8 -inch- (3 -mm-) diameter stainless steel rivets. 2.7 STANDING -SEAM METAL ROOF PANELS A. General: Provide factory -formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips at side laps. Include clips, cleats and accessories required for weathertight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1514. METAL ROOF PANELS TP -9 074113-8 City of Rosemead 10/1/2020 2. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1637. B. Vertical -Rib, Standing -Seam Metal Roof Panels with field seamed panel legs. Formed with vertical ribs at panel edges and two intermediate pencil beads spaced between ribs; designed for installation by mechanically attaching panels to supports using concealed clips located under one side of panels and engaging opposite edge of adjacent panels. 1. Basis -of -Design System: Panel shall be IMETCO (Merchant & Evans) ZIP RIB roof panel system as manufactured by Innovative Metals Company, Inc. (IMETCO), Norcross, Georgia (800-646-3826) 2. Alternate manufacturers are subject to full compliance with specification requirements, have a minimum of 12 years manufacturing panel profile specified and shall be submitted for approval as follows: a. Garland Armor Span b. Centria SRS 3 c. No other substitutions shall be permitted for this project. 3. Material and Finish: As indicated in specification article 2.1. 4. Characteristics: a. The same panel profile from a single manufacturer shall be used for ALL standing seam roof areas. b. Configuration: Standing seams incorporating mechanically interlocked, concealed anchor clips which allow thermal movement. 1) Profile of panel shall have two stiffening beads equally spaced across the panel width. 2) Exposed fasteners, screws and/or roof mastic are unacceptable and will be rejected. System configuration only allows for exposed fasteners at panel overlap (if required and approved by architect) and trim details (as per manufacturer's guidelines). 3) Panels must be furnished in continuous lengths from eave to eave with no overlaps accepted. This applies to this application. Fixed point by panel clips will be done at the ridge area determined by panel manufacturer and noted on shop drawings. 4) Curved panels shall be mechanically curved to the exact radius of each curved roof area. Panels may be mechanically curved in the factory or on site. Curving must be performed with the panel manufacturer's curving machine and operated by the manufacturer's full time trained and experienced technician. Flat panels conformed to the roof shape are not acceptable and will be rejected. c. Seam must be 2.5 -inch (60 mm) minimum height for added strength for negative pressures design. d. Panel seam shall contain a non -curing hot melt sealant concealed in the panel leg. METAL ROOF PANELS TP -10 [IIILIQIE9 City of Rosemead 10/1/2020 e. Panel seam shall be field crimped by means of an electric seaming tool to seal adjacent panels into a weathertight system, once installed. Installed panels seams shall be capable of being un -seamed by use of an electric "unzipping" tool. The un -seaming operation shall render each adjacent panel removable and reusable, without any permanent damage. f. Site Formed Panels Mandatory: Panels are in excess of shippable length and shall be formed on-site. Site formed panels shall meet each of the following requirements: 1) Panels shall be formed on heavy duty factory type roll -formers with no fewer than 18 forming stations to improve quality and minimize oil canning. 2) Panels shall be of identical profile and characteristics as factory formed panels and specimens used as the basis of performance tests. 3) Site roll -forming equipment shall be owned and maintained by the panel manufacturer and operated by the panel manufacturer's trained full-time experienced technician. The installer must provide additional personnel to handle raw materials and finished product as necessary. 4) Panels are to be field fabricated by the Zip Rib panel former. The panels shall be rolled on tilted panel machine directly to the existing roof. g. Concealed Standard Anchor Clips: Clips must be a two (2) piece sliding type with an 18 -gauge (1.3 mm) galvanized steel base and 20 -gauge (0.9 mm) galvanized steel top hook. 1) Clip must maintain a clearance of a minimum of 3/8 -inch (9.5 mm) between panel and substrate for proper ventilation to help prevent condensation on underside of panel and eliminate the contact of panel fastener head to panel. h. Standing Seam Panel Width: 16" i. Panel ends shall be folded up 90 degrees at ridge, headwall, and hip conditions, where applicable. No metal shall be cut or otherwise perforated at the folded end. 2.8 ACCESSORIES A. Roof Panel Accessories: Provide components approved by roof panel manufacturer and as required for a complete metal roof panel assembly including trim, copings, fasciae, corner units, ridge closures, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal roof panels unless otherwise indicated. 1. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal roof panels. METAL ROOF PANELS TP -11 074113- 10 City of Rosemead 10/1/2020 2. Closure Strips: Closed -cell, expanded, cellular, rubber or crosslinked, polyolefin - foam or closed -cell laminated polyethylene; minimum 1 -inch- (25 -mm-) thick, flexible closure strips meeting ASTM D1056 and/or D3575; cut or premolded to match metal roof panel profile. Provide closure ships where indicated or necessary to ensure weathertight construction. 3. Gable anchor clips: 18 gauge (1.3 mm) galvanized steel. B. Flashing and Trim: Formed from same material and gauge as roof panels, prepainted with coil coating. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal roof panels. C. Radius Rake/Gable Trim shall be welded to conform to the radius of the existing barrel roof. This shall be a min of 8 -inch (200 mm) vertical face x 96 -inch (2.4 In) lengths. Aluminum shall be a minimum of 0.050 -inch (1.3 mm), fully welded. Trim shall be post -painted 70 percent PVDF to match the roof panel color. Segmented trims will not be accepted. D. Gutters: Formed from same material roof panels. Match profile of gable trim, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 120 -inch (3 m) long sections, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced per SMACNA's recommendation based on gauge and stretch - out, fabricated from same metal as gutters. Provide wire ball strainers of compatible metal at outlets. Finish gutters to match metal roof panels, roof fascia, and rake trim. 1. Gutter Hangers: External gutter supports shall be 2 -inch- (50 -mm-) wide x %4 -inch- (6 -mm-) thick formed aluminum and shall be spaced at no greater than 36 -inch (0.9 m) on center. External supports shall be post -painted with a matching full-strength 70 percent PVDF finish and warranted by the panel manufacturer for same term as specified for material finishes. 2. Gutter Straps: Internal gutter straps shall be 1 -inch- (25 -mm-) wide x 1/8- inch- (3 -mm-) thick formed aluminum and shall be spaced at no greater than 36 -inch (0.9 m) on center. Internal straps shall be post -painted with a matching full-strength 70 percent PVDF finish and warranted by the panel manufacturer for same term as specified for material finishes. E. Downspouts: Formed from same material as roof panels. Fabricate in 120- inch- (3-m-) long sections, complete with formed elbows and offsets, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual". Finish downspouts to match gutters. 1. Downspout Brackets: Where detailed, surface mounted downspout protection guards shall be fabricated from Y4 -inch- (6 -mm-) thick formed aluminum, and shall be post -painted with a matching full-strength 70 percent PVDF finish and warranted by the panel manufacturer for same term as specified for material finishes. METAL ROOF PANELS TP -12 074113- 11 ZIP -RIB City of Rosemead 10/1/2020 Roof Curbs: Fabricated from same material as roof panels, minimum and welded top box and integral full-length cricket. Fabricate curb subframing of minimum 16 -gauge - (1.5 -mm-) thick, angle-, C-, or Z-shaped steel sheet. Fabricate curb and subframing to withstand indicated loads, of size and height indicated. Finish roof curbs to match metal roof panels. 2.9 FABRICATION A. Fabricate and finish metal roof panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes and as necessary to fulfill indicated performance requirements. Comply with indicated profiles and with dimensional and structural requirements. B. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. C. Fabricate metal roof panel seam with factory -installed hot melt, high viscosity, pressure sensitive adhesive with high heat resistance, in a manner that will seal weathertight. D. Form flashing components from full single width sheet in minimum 120 -inch (3 m) sections. Provide mitered corners, joined using closed end pop rivets and butyl -based, solvent released one -part sealant. E. Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. 1. Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. 2. Sealed Joints: Form nonexpanding but movable joints in metal to accommodate butyl -based sealant to comply with SMACNA standards. 3. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 4. Fabricate cleats and attachment devices of size and metal thickness recommended by SMACNA's "Architectural Sheet Metal Manual" or by metal roof panel manufacturer for application, but not less than thickness of metal being secured. 2.10 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. METAL ROOF PANELS TP -13 074113- 12 fiiia:71.7 City of Rosemead 10/1/2020 PART 3 - PREPERATION & EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal roof panel supports, and other conditions affecting performance of the Work. B. Examine primary and secondary roof framing to verify that rafters, purlins, angles, channels, and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. C. Examine solid roof sheathing to verify that sheathing joints are supported by framing or blocking, and that installation is within flatness tolerances required by metal roof panel manufacturer. D. Examine roughing -in for components and systems penetrating metal roof panels to verify actual locations of penetrations relative to seam locations of metal roof panels before metal roof panel installation. E. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of substances harmful to insulation, including removing projections capable of interfering with insulation attachment. B. Establish straight, side and crosswise benchmarks C. Use proper size and length fastener for strength requirements. Approximately 5/16 - inch (8 mm) is allowable for maximum fastener head size beneath the panel. D. Rectangular roofs shall be checked for square and straightness. Gable ends may not be straight; set a true line for the gable clips and flashing with string line. E. Measure the roof lengthwise to confirm panel lengths, overhangs, coverage of flashings at eaves and ridges and verify clearances for thermal movement. 3.3 UNDERLAYMENT INSTALLATION A. Self -Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply over entire roof surface, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 -inches (150 mm) staggered 24 -inches (610 mm) between courses. Overlap side edges not less than 3.5 -inches (90 mm). Roll laps with roller. Cover underlayment within 90 days. B. Install flashings to cover underlayment to comply with requirements specified in Division 07 Section "Sheet Metal Flashing and Trim." METAL ROOF PANELS TP -14 074113- 13 Viila711 City of Rosemead 10/1/2020 3.4 STANDING SEAM METAL ROOF PANEL INSTALLATION A. All details will be shown on in accordance with approved shop drawings and manufacturer's product data, within specified erection tolerances. B. Directly over the completed roof substrate, install two-piece clips. All anchor clips will be fastened into the structural roof substrates based on the manufacturer provided shop drawings and uplift calculations provided in the bid documents. 1. Each substrate will require different spacing of clips for each zone. C. Installation of Roof Panels: Unless alternate means are approved by the panel manufacturer, roof panels shall be installed by starting from one end and working towards the opposite end per manufacturer's installation guide. 1. Use three fasteners secured through the panel pan to permanently anchor the panel to the roof deck located at the ridge or head conditions. This is done at each panel along the ridge or head conditions. a. Fasteners are positioned behind the panel head closures to create a fixed panel point. b. Use a 3/8" shim underneath the panel to maintain a flat and level panel pan to prevent panel pan from being pulled out of plane. c. A hand crimping tool is used to crimp the cap around the top of two adjacent panels. d. Panel shall then be permanently seamed with manufacturer's mechanical reamer. D. Isolate dissimilar metals and masonry or concrete from metals with bituminous coating. Use gasketed fasteners where required to prevent corrosive action between fastener, substrate, and panels. E. Limit exposed fasteners to extent indicated on contract drawings. F. Seal laps and joints in accordance with roofing system manufacturer's product data. G. Coordinate flashing and sheet metal work to provide weathertight conditions at roof terminations. Fabricate and install in accordance with standards of SMACNA Manual. H. Provide for temperature expansion/contraction movement of panels at roof penetrations and roof mounted equipment in accordance with system manufacturer's product data and design calculations. I. Installed system shall be true to line and plane and free of dents, and physical defects. In light gauge panels with wide flat surfaces, some oil canning may be present. Oil canning does not affect the finish or structural integrity of the panel and is therefore not cause for rejection. J. At joints in linear sheet metal items, set sheet metal items in two '/4 -inch- (6 -mm-) beads of butyl sealant. Extend sealant over all metal surfaces. Mate components for positive seal. Allow no sealant to migrate onto exposed surfaces. K. Remove damaged work and replace with new, undamaged components. L. Touch up exposed fasteners using paint furnished by roofing panel manufacturer and matching exposed panel surface finish. METAL ROOF PANELS TP -15 074113- 14 ZIP -RIB City of Rosemead 10/1/2020 M. Clean exposed surfaces of roofing and accessories after completion of installation. Leave in clean condition at date of substantial completion. Touch up minor abrasions and scratches in finish. 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal roof panel units within installed tolerance of/4-inch in 20 -feet (6 mm in 6 m) on slope and location lines as indicated and within 1/8 -inch (3 -mm) offset of adjoining faces and of alignment of matching profiles. 3.6 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect metal roof panel installation, including accessories. Report results in writing. Inspections shall occur 3 times per week by employee of the panel manufacturer. Reports shall be submitted to the roofing contractor compiled to weekly submission. B. Remove and replace applications of metal roof panels where inspections indicate that they do not comply with specified requirements. 3.7 CLEANING A. Remove temporary protective coverings and strippable films, if any, as metal roof panels are installed unless otherwise indicated in manufacturer's written installation histructions. On completion of metal roof panel installation, clean finished surfaces as recommended by metal roof panel manufacturer. Maintain in a clean condition during construction. B. Replace metal roof panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. METAL ROOF PANELS END OF SECTION 074113 TP -16 074113- 15 APPENDIX A- LINIITED ASBESTOS INSPECTION REPORT February 21, 2024 CLIENT: Mr. Leonardo Martinez Associate Engineer Transtech Engineers, Inc. Re: Limited Asbestos Identification Survey Report All roofing material and exterior perimeter walls Inspection, Testing & Consulting for the Built Environment: Asbestos, Lead -Paint, Mold. Water Intrusion & Fire Damage Assessments. Moisture Mapping. Abatement Oversight, Regulatory Compliance Audits & Post -Abatement Clearance Certification 21922 Cortina Place, Chatsworth, CA 91311 City of Rosemead Public Works Office & Warehouse 2714 River Ave., Rosemead, CA 91770 Physical on-site survey Performed on: Performed by: Limited to: Property type: February 08, 2024 Phone 310-901-3102 Propertyhealth@gmaii.com Jeronimo Rodriguez a CA Dept. of Industrial Relations Division of Occupational Safety & Health (DOSH) Certified Site Surveillance Technician (CSST) No. 19-6598 under direct supervision of Mr. Frank Najafi DOSH Certified Asbestos Consultant (CAC) No. 93-1185 /15-5483. This report does not constitute a comprehensive asbestos assessment of this site. The survey included visible and accessible material as well as those identified via limited destructive exploration. At the request of the client, this survey was limited to the following: • All roofing layers and mastics, sealants, caulkings • Stucco with finish coating on upper exterior perimeter walls and reverse side of front fagade Occupied, commercial/public office and warehouse structure. Approx. 11,359 sq. ft., built in 1953. Limited Asbestos Irleutification Survey Report -2714 River Ave, Rosemead, CA 91770 Property Condition: At the time of inspection, the following was observed: • No structural damage. No fire damage. • No ongoing renovation. • No damaged building materials. The Survey: The survey included visual observation for Asbestos Containing Material (ACM), Presumed ACM (PACM), & Asbestos Containing Construction Material (ACCM), sampling of accessible suspect asbestos containing building materials, and laboratory analysis. The survey was performed in compliance with requirements of the Asbestos Hazard Emergency Response Act (AHERA) 40 CFR 763, Cal/OSHA Asbestos Construction Standard Title 8 CCR 1529, The South Coast Air Quality Management District (SCAQMD) Rule 1403, as well as the National Emissions Standards for Hazardous Air Pollutants (NESHAPS) 40 CFR 61 Subpart M. Suspect asbestos Polarized Light Microscopy (PLM) with Dispersion Staining (DS) per samples analyzed by EPA Method EPA Methods 600/R-93/116 and 600/M4-82-020 (Method): Suspect asbestos With client approval, a total of Twenty (20) single or multi -layered samples analyzed by physical bulk samples were collected from various suspect asbestos (Lab Name): containing building materials that were included in the scope of work. Each sample was placed in an individual sealed container and labeled with a unique identification number. All sample numbers, descriptions and locations were logged onto the field sampling data sheet / chain -of - custody form. All samples were then collectively delivered to: EMLab P&K a division of TestAmerica Laboratories in Glendale CA for analysis by Polarized Light Microscopy (PLM) in accordance with EPA Method 600/M4-82-020 & EPA Method 600/R-93/116. EMLab NVLAP Accreditation Code: 200945-0. Address: 1010 N Central Ave #390 Glendale CA 91202 Phone: (866) 465-6653 A total of 44 layers of suspect material were analyzed by the lab for this project The Lab(s) are accredited by the National Institute of Standards and Technology's National Voluntary Laboratory Accreditation Program (NIST/NVLAP), participating in the American Industrial Hygiene Association (AIHA) Proficiency in Analytical Testing (PAT) Program and the AIHA/National Institute for Occupational Safety and Health (NIOSH) PAT Program. The lab(s) are also certified/accredited by the CA EPA through the Environmental Laboratory Accreditation Program (ELAP). PropertyHealth, Inc. Page 2 of II Limited Asbestos Identification Survey Report - 271 A River Ave, Rosentead, CA 91770 Asbestos Survey Findings: Asbestos contractors to verify all locations and quantities prior to bidding on abatement The BOLDED Items are confirmed asbestos material that should be removed and disposed by a licensed/certified asbestos contractor prior to disturbance by renovation or demolition activities Sample Mtrl. Material Description Sample Friable/ Condition& Approx. Asbestos No. Group & Locations Locations Non- Hazard Quantity Content, No. Friable Assessment ACCM, ACM or PACM Around 1 1 Black/grey mastic exhaust flue Original mastics around penetrations Approx. 150 sq. ft. ACM Around base ofNon- 2 1 penetrations, on HVAC friable Intact scattered patches, and at the base of HVAC platforms platforms locations Chrysotile On original 3 1 throughout the roof patches Wbite/black mastic Seam between 4, 5, 6 2 Mastic between the front front stucco N/A N/A N/A None stucco fagade and sloped fagade and roofing sloped roofing Black/grey mastic Original mastic around Around HVAC Non _ Approx. ACM 7, 8, 9 3 and on HVAC ducts and ducts and friable Intact 55 sq. ft. 5% equipment scattered Chrysotile equipment Black mastic 10,1 1, 4 New mastic around New patches on N/A N/A N/A None 12 repairs/patches on the roof roof Reverse side of 13 5 front stucco Stucco with finish coating fa ase Reverse side of 14 5 front stucco N/A N/A N/A None Exterior upper wall finishes and front fagade fagade Upper north 15 5 wall near metal roofing sheets 16 6 Roof core composite NW corner of down to the metal substrate roof N/A N/A N/A None NE corner of 17 6 roof PropertyHealth, Inc. Page 3 of 11 Limited Asbestos Ideutifrcation Survey Report -2714 River Ave, Rosemead, CA 91770 Sample Mtrl. Material Description Sample Friable/ Condition& Approx. Asbestos No. Group & Locations Locations Non- Hazard Quantity Content; No. Friable Assessment ACCM, ACM or PACM Roofing layers down to SW comer of 18 6 the metal base substrate roof 19 6 SE corner of roof 20 6 South side of roof Important information for the client and asbestosabatement contractor — Please read all • Intact asbestos material can be managed in-place to prevent accidental disturbance and fiber release so long as not planned to be disturbed by renovation, remodeling, or demolition activities. • Damaged asbestos material requires an immediate response action to abate (remove, replace, repair, clean/decontaminate, encapsulate, or enclose). • Confirmed asbestos material that could be disturbed by planned renovation/demolition activities, must first be safely removed by an asbestos contractor under contained conditions. • If the presence of asbestos roofing material has been confirmed at this property: prior to removal, all rooftop HVAC air supply/return air vents must be sealed. The HVAC system must be shutdown. The contractor must ensure that no asbestos roofing material, mastics, debris, fibers, or dust enters the building through vent pipes, exhaust vents, around penetrations, seams, patches, or between the wood roof planks/plywood sheathing, etc. into the attic, ceiling cavity or interior of the structure. Asbestos containing roofing material and mastics must be removed down to the bare structural base (wood, metal, or concrete) without any residue remaining. This includes removal of base metal flashings. • Prior to any roofing material removal, the client and the contractor must examine the attic and interior ceiling cavities for any opening that might allow debris to enter the building. All openings must be sealed prior to roofing material removal. Removal of any/all debris, dust or particulate must also be performed by the contractor. Also important is to inspect for any existing roofing debris in the attic or ceiling cavities prior to the work. Existing debris must be tested for asbestos content. Interior ceiling cavities with hard -lid ceiling finishes must be noted. Roofing debris entering these spaces can only be accessed by removal of the finishes which also need to be tested for asbestos content; otherwise, the debris shall remain and might become a concern in the future. • For any asbestos removal project: the HVAC/furnace system must be shut down and all air supply/return air vents sealed. • The client must attempt to ensure all new building material is confirmed/verified not to contain any asbestos. The original and subsequent asbestos bans were never comprehensive and to this date some building materials are still being manufactured with asbestos. Please Propertyflealth, Inc. Page 4 of 11 Lintiterl Asbestos Identification Survey Report -2714 River Ave, Rosemead, CA 91770 review the SCAQMD FAQ doe requiring asbestos surveys regardless of the original construction date as well as many other important information: http•//www agmd gov/docs/default-source/compliance/Asbestos-Demolition-/1403- frequently-asked-questions.pdf. However, finding certified non -asbestos building material is still very difficult. • Abatement, handling, removal, and disposal of asbestos (including the above activities) must only be performed by a licensed and Cal/OSHA Registered asbestos abatement contractor (C-22 designation) under contained/controlled conditions. Asbestos related waste must be transported and disposed at an EPA approved landfill that legally accepts asbestos. • Removal/abatement of more than 100 square feet of ACM (combined surface area of all material layers), requires a 2 -week notification to the South Coast Air Quality Management District (SCAQMD) by the asbestos contractor before commencing the work. Removal of <I00 sq.ft. of asbestos requires a 24 hr. notification to the Cal/OSHA Carcinogen control Unit (as well as <100 sq.ft.). According to the SCAQMD as noted in the above FAQ, testing of suspect asbestos material is required even if the total surface area and combined layers are <100 sq.ft. • For the demolition or renovation contractor: SCAQMD Rule 1403 (i) Training Requirements: The owner or operator performing a demolition or renovation activity shall also provide asbestos-related training as follows: (1) On-site supervisory personnel shall successfully complete the Asbestos Abatement Contractor/Supervisor course pursuant to the Asbestos Hazard Emergency Response Act (AHERA) and obtain and maintain accreditation as an AIIERA Asbestos Abatement Contractor/Supervisor. (2) Workers shall successfully complete the Abatement Worker course pursuant to the AHERA. (3) Supervisory personnel and workers shall be trained on the provisions of this rule as well as on the provisions of 40 CFR Part 61.145, 61.146, 61.147 and 61.152 (Asbestos NESHAP provisions) and Part 763, and the means by which to comply with these provisions. Regulatory notification requirements by the asbestos contractor prior to commencing abatement activities Properties located within the South Coast Air Quality Management District (SCAQMD) jurisdiction areas (In Los Angeles, Orange, and non -desert regions of San Bernardino and Riverside Counties), per Rule 1403, require a 10 -business day notification to the district prior to commencing removal of more than 100 square feet of any ACM/PACM. The 10 -business day written notifications and associated fees are the responsibility of the licensed asbestos abatement contractor. https•//wwwagmd.Rov/home/rules-compliance/compliance/asbestos- demolition-removal PropertyHealth, Inc. Page 5 of 11 Limited Ashestos Ideutifrcatiou Survey Report -2714 River Ave, Rosemead, CA 91770 A 24-hour written notification is also required to be submitted by the asbestos contractor to the local Cal/OSHA District Office prior to start of asbestos removal activities regardless of the amount of asbestos -containing material that is going to be disturbed — per Title 8, California Code of Regulations, Chapter 3.2, Subchapter 2, Article 2.5 and Chapter 4, Subchapter 7, Article 110. The written notification shall be made to the nearest Cal/OSHA district office 24 hours prior to initiating an asbestos abatement job. For asbestos-related work, verbal notification is allowed for immediate abatement prior to the start of work but must be followed by written confirmation within 24 hours. Any other City Building & Safety Department special permits, notifications, forms, fees, or other unique requirements prior to asbestos abatement activities. Various Cities are adding this requirement. Please have your asbestos contractor verify all requirements for this project location prior to signing a contract. DEFINITIONS: Asbestos Containing Construction Material (ACCM) — any manufactured construction materials containing detectable quantities of asbestos, legally defined in California, as materials containing percentages of asbestos greater than one-tenth of one percent (>O.1%) by weight' (per California Code of Regulations, Title 8, Section 1529). ACCM is regulated for worker protection due to long term exposure working in the construction industry. SCAQMD Rule 1403 requires that all ACM and Asbestos Containing Waste Material (ACWM) with any asbestos content from a renovation/demolition site to be disposed at a landfill that accepts asbestos. • Asbestos Containing Material (ACM) Per EPA 40 CFR 763; NESHAPS 40 CFR 61, and SCAQMD Rule 1403, and Presumed ACM (PACW materials containing percentages of asbestos greater than one percent (>1%) by area Asbestos Containing Waste Material (ACWM) per SCAQMD Rule 1403 is any waste that contains commercial asbestos (at any detectable concentration) and that is generated by a source subject to the provisions of this rule. ACWM includes, but is not limited to, ACM which is friable, has become friable, or has a high probability of becoming friable, or has been subjected to sanding, grinding, cutting, or abrading, and the waste generated from its disturbance, such as asbestos waste from control devices, particulate asbestos material, asbestos slurries, bags or containers that previously contained asbestos, used asbestos contaminated plastic sheeting and clothing, and clean-up equipment waste, such as cloth rags or mop heads. ➢ Please note that if ACM is being removed at a project site and ACCM as well as material with at or below 0.1% asbestos content are also present, all such material 1 California Code of Regulations, Title 8, Section 1529. PropertyHealth, Inc. Page 6 of 11 Limited Asbestos Identification Survev Report -2714 River Ave, Rosemead, CA 91770 must be handled, removed, and disposed as ACM in compliance with SCAQMD Rule 1403. • Friable ACM — easily releases fibers by touch, vibration, or air erosion; (material containing more than one percent (1%) asbestos that, when dry, can be crumbled, pulverized, or reduced to powder by hand pressure): Nonfriable ACM— fibers are released when physically disturbed: materials which if used as intended, cannot be broken, crumbled, pulverized, or reduced to powder by hand pressure when dry; but can be made friable by mechanical means such as sanding, sandblasting, cutting, scraping, improper handling and disposal, or leaching of matrix binders amongst other means. CLASS I Nonfriable ACM (material containing more than one percent (1 %) asbestos that, when dry, can be broken, crumbled, pulverized, or reduced to powder in the course of demolition or renovation activities. Actions which may cause material to be broken, crumbled, pulverized, or reduced to powder include physical wear and disturbance by mechanical force, such as, but not limited to, sanding, sandblasting, cutting, or abrading, improper handling or removal or leaching of matrix binders. Class I nonfriable asbestos - containing material includes, but is not limited to, fractured, or crushed asbestos cement products, Transite materials, mastic, roofing felts, roofing tiles, cement water pipes and resilient floor covering): CLASS II Nonfriable ACM (all other material containing more than one percent (1%) asbestos that is neither friable nor Class I nonfriable) • Other Legal Requirements: The entity who is contracted to perform renovation/remodeling/demolition activities at this residence as well as the property owner, have a legal responsibility (Federal, State, and Local Law) to identify the asbestos content of all suspect building material prior to disturbance: 29 CFR 1926.1101, 40 CFR 61 Subpart M, Title 8 CCR 1529, SCAQMD Rule 1403, etc. The primary purpose of an asbestos survey is to identify those materials that do not contain asbestos. Suspect asbestos containing building material include but is not limited to interior wall/ceiling plaster and finish coats, drywall & joint compound, vinyl floorings, backings and adhesives, mirror adhesives, wall paper or other wall covering glue/adhesives, vinyl cove base adhesives, hardwood floor adhesives, floor and wall cavity & substrates vapor barriers, window putty/glazing, textured wall/ceiling material, acoustical spray applied ceiling material, blown -in attic insulation, heating air duct insulation, roofing material, exterior stucco, domestic water pipe insulation, heater exhaust flue pipes, wall cavity insulation, structural steel fireproofing, gaskets, boiler insulation, water tank insulation, concrete masonry unit & ceramic/porcelain tile grout/mortar/underlayments, fire brick grout/mortar, concrete slab expansion joint caulkings, Transite sidings, and many more. Propertyllealth, lac Page 7 of H Limited Asbestos Identification Survey Report -2714 River Ave, Rosentead, CA 91770 Asbestos testing and consulting services involving more than 100 square feet of building material in California must only be performed by a CA State Certified Asbestos Consultant/Technician per Title 8, California Code of Regulations, Article 2.6, and Section 341.15. Please also see: https://www.dir.ca.gov/dosli/aerLi/acruinfo.htm https://Nvww.dir.ca.gov/dosh/asbestos.htjii] https•//www.epa.gov/asbestos/asbestos-laws-and-regulations#phaseout http://www.aqmd.gov/does/default-source/rule-book/rea-xiv/rule- I 403.pdf http://www.agmd.gov/docs/default-source/compliance/Asbestos-Demolition-/1403- frequently-asked-questions.pdf MANAGEMENT OF ACM, PACM, OR ACCM AND BUILDING OWNER'S NOTIFICATION REQUIREMENTS All remaining ACM, PACM or ACCM must be maintained in good condition through an Operations & Maintenance program to ensure that no fibers are released by accidental disturbance. The O&M plan shall include written provisions including but not limited to periodic condition assessment, minor damage repairs, air quality sampling, training, and abatement requirements plus recordkeeping. The California Health & Safety Code Section 25915-25919.7 requires owners of any building constructed prior to 1979, who know the building contains ACM, PACM, or ALCM, to furnish notifications to commercial/residential employees, commercial lessees, employers of other employees, contractors and agents concerning the existence, location, handling requirements, summary of analytical results, & potential health risks associated with ACM, PACM, or ACCM. This notification must be provided in writing within 15 days of the first receipt by the owner of information identifying the presence or location of ACM, PACM, or ACCM at the building(s), annually thereafter, and within 90 days after any change to conditions/locations of ACM, PACM, or ACCM. Additional specific notification requirements and certain exemptions apply. This section does not apply to owner occupied single family residential dwellings, unless the owner has employees working in the building. Notification of the presence of asbestos to all vendors working at the property is still required. PropertvHealth, Inc. Page 8 of Il Limited Asbestos Identification Survey Report -2714 River Ave, Rosemead, CA 91770 RE -ANALYSIS OF POSITIVE SAMPLES The amended National Emission Standard for Hazardous Air Pollutants (NESHAP), November 20, 1990, included a requirements that when the asbestos content of a bulk material is determined using procedures outlined in the interim method and the asbestos content is estimated to be less than 10% by a method other than point counting, the parties legally responsible for a building (owner/operator) may (1) elect to assume the amount to be greater than 1% and treat the material as a regulated asbestos -containing -material (RACM), or (2) require verification of the amount by the point count method. The purpose of this procedure is to minimize false negative analysis (reporting the sample as containing <1% asbestos for asbestos -containing samples actually containing >1%) and false positive (reporting the sample as containing >1%). Point counting was included in NESHAP in response to an EPA study that found an unacceptable amount of false negative and false positive analyses by methods outlined in the interim method. Per the SCAQMD, when analysis results indicate asbestos content of <1%, the client has 2 choices: a) perform point -count re -analysis of the samples, or b) direct the Certified Asbestos Consultant (CAC) to presume the material as containing >I % asbestos and hence subject to SCAQMD Rule 1403 requirements. Unless otherwise indicated in this report or requested by the client, PHI considers standard PLM analysis to be acceptable for this project. DISCLOSURE / LIMITATIONS: PHI performed this survey in accordance with generally accepted standards of care practiced by other members of our profession in Southern California at the time the work was completed. The survey was limited to the areas requested by the Client. Our conclusions are limited to the conditions and findings reported for the time the survey was completed. No warranty, expressed or implied, is made. PHI will assume no responsibility or liability whatsoever for any claim, loss of property value, damage, or injury which results from pre- existing hazardous materials being encountered or present on this project site, or from the discovery of such hazardous materials. PHI is committed to providing quality consulting services. However, asbestos survey work is not an exact science. The possibility of field and general conditions, beyond PHI' control, which affect our work or that present a concern for the safety of our employees, our consultants, building occupants and the public at the site, and insurance constraints, requires that we qualify the services we provide with the following limitations: The findings of this survey, opinions rendered, recommendations and conclusions provided in this survey report are valid indefinitely so long as no new building material is introduced. Reasonable effort is made by PHI' personnel to locate and sample all suspect materials. However, for any facility the existence of unique or concealed asbestos -containing materials and debris is a possibility. In addition, sampling and laboratory analysis ProperlyHealth, Inc. Page 9 of II LimrtedAsbestosldentificatioii Survej, Report -2714 River Ave, Rosemead, CA 91770 constraints typically hinder the investigation. PHI does not warrant, guarantee, or profess to have the ability to locate or identify all asbestos -containing materials in a facility. Confined spaces, and areas determined by PHI' personnel as unsafe to access, are excluded from the scope of work. PHI does not employ professional cost estimators. Statements of probable construction cost or cost estimates prepared by PHI represent PHI' professional opinion of probable costs based upon current industry information. Actual costs may fluctuate due to several variables including, but not limited to, the time the work is performed, phasing, labor availability, quantity of work performed, product availability, specification requirements, and unforeseeable changes in the economy and asbestos regulations. PHI is not, and has no responsibility as, a generator, operator, treater, storer, transporter or disposer of hazardous materials or waste found or identified as a result of PHI' work. PHI does not guarantee or warrant that the facility or workplace is safe, nor does PHI' involvement in this property relieve the Client, building owner/operator or tenant of any continuing responsibility for providing a safe facility or workplace. This report was based on those conditions observed on the day(s) the field evaluation was accomplished. In the event that changes in the nature of the property have occurred, or additional relevant information about the property is subsequently discovered, the findings and recommendations contained in this report may not be valid unless these changes and additional relevant information are reviewed, and the conclusion of this report is modified and verified in writing. Please be advised that even the most comprehensive asbestos identification survey may not reveal certain hidden suspect material and/or debris within cavities. Also, at certain structures, there may be underground suspect asbestos material, pipes, etc., below the concrete slab or soils that will be discovered during/after demolition work. If such material is discovered, the work should stop until PHI can return and assess. PHI thanks you for this opportunity to have been of service. Please do not hesitate to contact us should there be any question with regards to this survey report, and/or if we can provide you with additional services or assistance with you environmental, air quality, and hazardous material identification, mitigation or remediation design and oversight needs. PropertyHealth, Inc. Page 10 of 11 Lirneited Asbestos Ideutiftcation Survey Report -2714 River Ave, Rosemead, CA 91770 PropertyHealth, Inc. int ACCR(p� FRANKENAJAFI �`In Frank Najafi, Principal iffE ACAC Board Certified Indoor Environmentalist, No. 02185 California DOSH Certified Asbestos Consultant, No. 93-1185 / 15-5483 BOARD CERTIFIED #02185 QI Exp. 9/30/1025 Indoor EO�ots` State of California ATTACHMENTS Division of Occupational Safety and Health Certified Asbestos Consultant • Bulk sample chain of custody forms, and lab analysis reports • Sample and material location drawings onarzn;r a N�o. ,aa_,lo.;,tmsne� .cb4aggn — m • Project photos pirso� e.0e�s�ol Oe BwF¢idd eryawxesxsamo,vd State of California Division of Occupational Safety and Health Certified Site Surveillance Technician Jeronimo Martin Rodriguez x.m. Certification No. 1"598 Expireaon fff»Mn if a murerm *ss emw p Ae a.�.n m prpappm Sake aM YeaYn tt aatavm W sawnnxuamw maaruw exp rs cox PropertyHealth, Inc. Page 11 of 11 Deliver To: EmLab l€nllTo: PropertyHealth,Inc. Contact: Frank Najati Address. 2022 Cortina PI. City, Mate: Chatsworth, CA Zip: 91311 Phone: (310) 901-3102 PropertyHealthl... Email: info`.propertyhealthinc.com CHAIN OF CUSTODY Project Name / Address- 2714 River Ave, Rosemead, CLQ 91770 MR "NOTES. None to 120 Total N of sample 120 003534132 Sample NO. _ -- Ht3lnogenous Material Material Description Material Location ir'rCtiiijP U. f 1 1; Irak/grey master "Around exhaust flue penetrations 2 f Bluckgnrym.sstc Aroundba>eol'HVAC' platforms 3 f Blackly mastic On original patches 4 2 While(blackmastic Seam Nmeen ftom stucco � fb�ade and sloped Tooling Relinquished: � Date: JeroamloRodriguer Received: Tate: Relinquished: Date: Received: -- _. Date: Febrnat�2024 Time: Ili Time: Time: Project Name I Address: 2714 River Ave, Rosemead, CA 91770 003534132 'ate of_— Sample No. I101taa}genofrs Material Material Dexcriplion Material Location Date: Group iVo. 5 7 Wltin;Iiack mastic Scum between front stucco lbyade and sloped roofing 6 2 Whitclb4 k mastic Sean between hunt stucco — trade and sloped rooting; 7 3 Black/grey mastic._ Around IIVAC ducts and equipment g 3 BlaciU'Krcy mastic Amund HVAC ducts and equipillenl 9 3 Blackigre4 mastic Around IIVAC ducts and equipment In 4 Black mastic New patches on roof I 1 4 Black ni+stic 'Icnv pFaA rs on roof 12 4 Black mastic New patches on roof 13 5 Stucco with tiitish coating„ Reverse side of front stucco � t'avade l t 5 Stucco with 1'llilsh coating Reaverse :side of front stucco fagade 15 5 Stucco with imish ctyAdug Tipper north wall near metal nxifing Sheets 16mcial Boot core composite clown to the carnet of roof substrate t7 6 Roof core composite down to the NI, corner ofroof metal substrate Relinquished: Jcronhiux Itcadriguet Received: Relinquished: Received: Date: FebrumI p8, 2024 Time: /`/I -s F� Date: 'Inane: Date: 'rime: Date: mune: Project Name /Address: 2714 River Ave, Rosemead, CA 91770 003534132 >age Sample No. Honfoge anal Material Material Description Afateritat Location GFOup No. 6 Raaf care composite down to the Sw collier Cat'roof E metal substrate 14 Roof cote composhe down to the SE comer of row, tuetttl'`tibstrate �� Roof core composite dawn to the Saudt side nfn€if metal suhsirate Relinquished:Date: February ti4 7024 Time; / "o�9%}x Jet€tstitua RodrFgucr. Received. bate: 'rime: l3af Relinquished: Date: Time: Received; _ _,____ Date: Time: ti eurofins Built Environment Testing Report for: Mr. Frank Najaf! PropertyHealth, Inc. 21922 Cortina Place Chatsworth, CA 91311 Eurofins EPK Built Environment Testing, LLC Regarding: Project: 2714 River Ave, Rosemead, CA 91770 EML ID: 3534132 Approved by: Dates of Analysis: Asbestos PLM: 02-09-2024 Approved Signatory Roshanak Kalantari Service SOPS: Asbestos PLM (EPA 40CFR App E to Sub E of Part 763 & EPA METHOD 600/R-93-116, SOP EM -AS -S-1267) NVLAP Lab Code 200945-0 All samples were received in acceptable condition unless noted in the Report Comments portion in the body of the report. The results relate only to the samples as received and tested. The results include an inherent uncertainty of measurement associated with estimating percentages by polarized light microscopy. Measurement uncertainty data for sample results with >1% asbestos concentration can be provided when requested. Eurofns EPK Built Environment Testing, LLC ("the Company"), a member of the Eurofins Built Environment Testing group of companies, shall have no liability to the client or the client's customer with respect to decisions or recommendations made, actions taken or courses of conduct implemented by either the client or the client's customer as a result of or based upon the Test Results. In no event shall the Company be liable to the client with respect to the Test Results except for the Company's own willful misconduct or gross negligence nor shall the Company be liable for incidental or consequential damages or lost profits or revenues to the fullest extent such liability may be disclaimed by law, even if the Company has been advised of the possibility of such damages, lost profits or lost revenues. In no event shall the Company's liability with respect to the Test Results exceed the amount paid to the Company by the client therefor. Eurofins EPK Built Environment Testing, LLC EMLab ID: 3534132, Page 1 of 6 Client: PropertyHealth, Inc. C/O: Mr. Frank Najafi Re: 2714 River Ave, Rosemead, CA 91770 ASBESTOS PLM REPORT Eurofins EPK Built Environment Testing, LLC 1010 N Central Avenue, Suite 460, Glendale, CA 91202 (800) 651-4802 www.eurofinsus.com/Built Date of Receipt: 02-08-2024 Date of Report: 02-09-2024 Total Samples Submitted: 20 Total Sample Layers Analyzed: 44 Total Samples with Laver Asbestos Content> 1%: 6 Location: 1, Black/erev mastic around exhaust flue penetrations Lab ID -Version$: 17264768-1 Sample Layers Asbestos Content Gray/Black Mastic 2% Chrysotile Black Roofing Shingle with Gray Pebbles ND Composite Non -Asbestos Content: 10% Glass Fibers Sample Composite Homogeneity: Moderate Location: 2, Black/grey mastic around base of hvac platforms Lab ID -Version$: 17264769-1 Sample Layers Asbestos Content Gray/Black Mastic 5% Chrysotile Black Roofing Shingle with Gray Pebbles ND Composite Non -Asbestos Content: 10% Glass Fibers Sample Composite Homogeneity: Moderate Location: 3, Black/grey mastic on original patches Lab ID -Version$: 17264770-1 Sample Layers Asbestos Content Gray/Black Mastic 5% Chrysotile Black Roofing Shingle with Gray Pebbles ND Composite Non -Asbestos Content: 10% Glass Fibers Sample Composite Homogeneity: Moderate Location: 4, White/black mastic seam between front stucco facade and sloped roofing Lab ID -version$: 17264771-1 Sample Layers Asbestos Content White Mastic ND Black Mastic ND Composite Non -Asbestos Content: 2% Poly eth lene Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal goverment. The Company reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by "x" after the Lab IN with a value greater than I indicates a sample with amended data. The revision number is reflected by the value of "Y'. Eurofns EPK Built Environment Testing, LLC ENlLab ID: 3534132, Page 2 of 6 Client: PropertyHealth, Inc. C/O: Mr. Frank Najafi Re: 2714 River Ave, Rosemead, CA 91770 Eurofins EPK Built Environment Testing, LLC 1010 N Central Avenue, Suite 460, Glendale, CA 91202 (800) 651-4802 www.eurofinsus.comBuilt Date of Receipt: 02-08-2024 Date of Report: 02-09-2024 ASBESTOS PLM REPORT Location: 5, White/black mastic seam between front stucco facade and sloped roofing Lab ID -Version$: 17264772-1 Sample Layers Asbestos Content White Mastic ND Black Mastic ND Composite Non -Asbestos Content: 2% Polyethylene Sample Composite Homogeneity: Moderate Location: 6, Whitelblack mastic seam between front stucco facade and sloped roofing Lab ID-version$:17264773-1 Sample Layers Asbestos Content White Mastic ND Black Mastic ND Composite Non -Asbestos Content: 2% Polyethylene Sample Composite Homogeneity: Moderate Location: 7, Black/grey mastic around hvac ducts and equipment Lab ID -Version$: 17264774-1 Sample Layers Asbestos Content Gray/Black Mastic 5% Chrysotile Sample Composite Homogeneity: Good _ Location: 8, Black/grey mastic around hvac ducts and equipment Lab ID -Version$: 17264775-1 Sample Layers Asbestos Content Gray/Black Mastic 5% Chrysotile Sample Composite Homogeneity: Good The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. The Company reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor file samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. $ A "Version" indicated by "x" after the Lab IN with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". Eurofins EPK Built Environment Testing, LLC EMLab ID: 3534132, Page 3 of 6 Client: PropertyHealth, Inc. C/O: Mr. Frank Najafi Re: 2714 River Ave, Rosemead, CA 91770 ASBESTOS PLM REPORT Eurofins EPK Built Environment Testing, LLC 1010 N Central Avenue, Suite 460, Glendale, CA 91202 (800) 651-4802 www.eurofinsus.comBuilt Date of Receipt: 02-08-2024 Date of Report: 02-09-2024 Location: 9, Black/grey mastic around hvac ducts and equipment Lab ID -Version$: 17264776-1 Sample Layers Asbestos Content Gray/Black Mastic 5% Chrysotile Sample Composite Homogeneity: Good Location: 10, Black mastic new patches on roof Lab ID -Version$: 17264777-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 7% Cellulose 5% Glass Fibers Sample Composite Homogeneity: Good Location: 11, Black mastic new patches on roof Lab ID -Version$: 17264778-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 7% Cellulose 5% Glass Fibers Sample Composite Homogeneity: Good Location: 12, Black mastic new patches on roof Lab ID -Version$: 17264779-1 Sample Layers Asbestos Content Black Mastic ND Composite Non -Asbestos Content: 7% Cellulose 5% Glass Fibers Sample Composite Homogeneity: Good The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. The Company reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor file samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. $ A "Version" indicated by "x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". Eurofins EPK Built Environment Testing, LLC EMLab ID: 3534132, Page 4 of 6 Client: PropertyHealth, Inc. C/O: Mr. Frank Najafi Re: 2714 River Ave, Rosemead, CA 91770 Eurofins EPK Built Environment Testing, LLC 1010 N Central Avenue, Suite 460, Glendale, CA 91202 (800) 651-4802 www.eurofinsus.comBuilt Date of Receipt: 02-08-2024 Date of Report: 02-09-2024 ASBESTOS PLM REPORT Location: 13, Stucco with finish coating reverse side of front stucco facade Lab ID -Version$: 17264780-1 Sample Layers Asbestos Content Brown Coating ND Gray Stucco ND Black Fibrous Material ND Composite Non -Asbestos Content: 10% Cellulose Sample Composite Homogeneity: Moderate Location: 14, Stucco with finish coating reverse side of front stucco facade Lab ID -Version$: 17264781-1 Sample Layers Asbestos Content Brown Coating ND Gray Stucco ND Black Fibrous Material ND Composite Non -Asbestos Content: 10% Cellulose ND Sample Composite Homogeneity: Moderate ND Location: 15. Stucco with finish coating upper north wall near metal roofing sheets Lab ID -Version[: 17264782-1 Sample Layers Asbestos Content Brown Coating ND Gray Stucco ND Black Fibrous Material ND Composite Non -Asbestos Content: 10% Cellulose Sample Composite Homogeneity: Moderate Location: 16, Roof core composite down to the metal substrate nw corner of roof Lab ID -Version$: 17264783-1 Sample Layers Asbestos Content Black Roofing Shingle with Gray Pebbles I ND Black Roofing Tar and Felt 1 ND Black Roofing Shingle with Gray Pebbles 2 ND Black Roofing Tar and Felt 2 ND Black Roofing Tar and Felt 3 ND Composite Non -Asbestos Content: 20% Cellulose 1% Glass Fibers Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. The Company reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by "x° after the Lab IM with a value greater than I indicates a sample with amended data. The revision number is reflected by the value of "x". Eurofins EPK Built Environment Testing, LLC EMLab ID: 3534132, Page 5 of 6 Client: PropertyHealth, Inc. C/O: Mr. Frank Najafi Re: 2714 River Ave, Rosemead, CA 91770 Eurofins EPK Built Environment Testing, LLC 1010 N Central Avenue, Suite 460, Glendale, CA 91202 (800) 651-4802 www.eurofinsus.com/Built Date of Receipt: 02-08-2024 Date of Report: 02-09-2024 ASBESTOS PLM REPORT Location: 17, Roof core composite down to the metal substrate ne corner of roof Lab ID -Version$: 17264784-1 Sample Layers Asbestos Content Black Roofing Shingle with Gray Pebbles 1 ND Black Roofing Tar ND Black Roofing Shingle with Gray Pebbles 2 ND Black Roofing Tar and Felt 1 ND Black Roofing Tar and Felt 2 ND Composite Non -Asbestos Content: 20% Cellulose 7% Glass Fibers Sample Composite Homogeneity: Moderate Location: 18, Roof core composite down to the metal substrate sw corner of roof Lab ID-Versionj: 17264785-1 Sample Layers Asbestos Content Black Roofing Shingle with Gray Pebbles ND Composite Non -Asbestos Content: 10% Glass Fibers Sample Composite Homogeneity: Good Location: 19, Roof core composite down to the metal substrate se corner of roof Lab ID -Version*: 17264786-1 Sample Layers Asbestos Content Black Roofing Shingle with Gray Pebbles 1 ND Black Roofing Shingle with Gray Pebbles 2 ND Composite Non -Asbestos Content: 15% Glass Fibers Sample Composite Homogeneity: Moderate Location: 20, Roof core composite down to the metal substrate south side of roof Lab ID-Versiont: 17264787-1 Sample Layers Asbestos Content Black Roofing Shingle with Gray Pebbles ND Black Roofing Tar and Felt 1 ND Black Roofing Tar and Felt 2 ND Black Roofing Tar and Felt 3 ND Composite Non -Asbestos Content: 20% Cellulose 7% Glass Fibers Sample Composite Homogeneity: Moderate The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. The Company reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. ND means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor file samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. I A "Version" indicated by "x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of Y'. Eurofins EPK Built Environment Testing, LLC EMLab ID: 3534132, Page 6 of 6 Roof -Asbestos black/grey mastic around penetrations, on patches, and on HVAC ducts/equipment l.jpeg Roof - Asbestos black/grey mastic around penetrations, on patches, and on HVAC ducts/equipment 2.jpeg Roof - Asbestos Roof - Asbestos ucts/equipment 3.jpeg acts/equipment 4.jpeg Roof - Asbestos blacl 5.jpeg Roof - Asbestos black/grey mastic around penetrations, on patches, and on HVAC ducts/equipment 6.jpeg Roof -Asbestos black/grey mastic around penetrations, on patches, and on HVAC ducts/equipment 7.jpeg Roof - Asbestos ucts/equipment 8.jpeg Roof - Asbestos bl 9.jpeg APPENDIX B - LINIITED LEAD-BASED PAINT INSPECTION REPORT February 21, 2024 CLIENT: Mr. Leonardo Martinez Associate Engineer Transtech Engineers, Inc. Inspection, Testing & Consulting for The Built Environment: Asbestos, Lead, Mold, Water intrusion & Fire Damage Assessments, Regulatory Compliance Audits, Post Remediation/Abatement Independent Verification Inspections & Clearance Certification 21922 Cortina Place, Chatsworth, CA 91311 Phone 310-901.3102 info@propertyhealthinc.com Propertyhealth@gmaii.com Re: Limited Pre -Renovation Lead (Pb) Surface Coating Identification Survey Report All roofing material and exterior perimeter walls City of Rosemead Public Works Office & Warehouse 2714 River Ave., Rosemead, CA 91770 Occupied, Commercial/Public office and warehouse structure. Approx. 11,359 sq. ft., built in 1953. As requested, PropertyHealth, Inc. (PHI) performed a limited pre -renovation lead identification survey at this property. All suspect surface -coatings to be affected by the planned roofing renovation project were tested for lead content using a handheld Vilcen Pb200i Serial # 1764 X - Ray Fluorescent (XRF) lead detection device. Physical lead paint -chip sampling and laboratory analysis was not necessary since all lead content was confirmed zero by the XRF device. Certified limited pre -renovation lead identification survey report —2714 River Ave., Rosemead, CA 91770 The survey was performed on February 8, 2024, by Jeronimo Rodriguez of PHI, a California Department of Public Health (CDPH) Certified Lead Sampling Technician No. LRC 00004193 under the supervision of Frank Najafl, CDPH Certified Lead Inspector/Assessor/Supervisor/Monitor/Project Designer No. LRC -00004056 through 4059. Regulatory Lead Hazard Threshold Definitions: POSITIVE findings are classified as follows: o LBP: Lead -Based Paint: equal to or greater than 1.0 milligrams per centimeter squared (mg/cm2) or 5,000 parts per million (ppm) (California Department of Public Health(CDPH) Title 17, California Code of Regulations, Division 1, Chapter 8: Accreditation, Certification and Work Practices for Lead -Based Paint and Lead Hazards, which implements Califomia's Health & Safety Code 105250). Lead paint chips and dust released by disturbance of this material is considered hazardous for children in the community and public areas. Uncontrolled release of LBP will cause hazardous contamination of the property, in neighboring properties as well as public areas. o DLL: Dangerous Level of Lead for children under the age of 7 in Los Angeles County: greater than 0.7 mg/cm2. (Los Angeles County Department of Health Services, LA County Code Title 11, Health & Safety, Chapter 11.28, section 11.28.010). Lead paint chips and dust released by disturbance of this material is considered hazardous for children in the community and public areas. o LGD: Lead Glazed Ceramic, Porcelain, or Metal Components: greater than 0.7 mg/cm2. Lead -glazed ceramic tiles, porcelain components, and metal alloys containing more than 0.7 mg/cm2 of lead, are not banned by the Consumer Product Safety Commission (CPSC) since the lead is bound to the material matrix and not expected to chalk, peel, or release lead dust particulate during routing occupancy. These materials are also not considered lead -surface -coatings by the CDPH. However, disturbance to this material is regulated by the EPA and OSHA since significant concentration of poisonous/toxic lead dust and airborne particulates will be released when the material is broken, crushed, or sawed/cut. The lead dust generated by this activity is regulated by CDPH and considered a hazardous condition. o LCP: Lead Containing Paint: any detectable level of lead exceeding 0.1 mg/cm2 or 600 parts per million (ppm). Exposure to LCP is regulated by OSHA for worker protection on all construction/demolition projects. Contractors must comply with all OSHA lead worker protection regulations on all job sites (OSHA Federal lead in construction standard 29 CFR 1926.62 and Cal/OSHA Lead in construction standard 1532.1). OSHA worker exposure assessment monitoring and breathing zone air sampling/analysis is required on all PropertyHealdr, Inc. Page 2 of 6 Certified limited pre -renovation lead identification survey report —2714 River Ave., Rosemead, CA 91770 project sites for any detectable level of lead. Lead dust generated by disturbance to LCP can be considered hazardous. NEGATIVE findings are classified as follows: Negative: lead levels at or below 0.1 mg/cm2 or 600 ppm. It is PHI'S opinion that lead levels in this range are not expected to release airborne particulates exceeding the OSHA Action Level or Permissible Exposure Level during standard demolition activities. Confirmed non-regulated levels of lead Exterior Testing Tested Substrate '' Condition: Color Approx. Lead Lead or locations, ' component intact; Quantity Content < Classification Interior room or surface chipped or (mg/cm2) names peeling; poor` Instrument Calibration before testing 0 Within accurate range with Known Pb Amount of 0 mg/cm2 Instrument Calibration before testing 0 Within accurate range with Known Pb Amount of 0 m cm2 Instrument Calibration before testing with Known Pb Amount of 0.8 to 1.2 0.9 Within accurate range mg/cm2 Instrument Calibration before testing with Known Pb Amount of 0.8 to 1.2 1 Within accurate range mg/cm2 Instrument Calibration before testing with Known Pb Amount of 0.8 to 1.2 1 Within accurate range mg/cm2 Exterior Roof Fagade Stucco Intact Brown N/A 0 Negative (multiple shots) Exterior Roof HVAC Metal Intact Multi- N/A 0 Negative equipment color and ducts (multiple shots Exterior Roof Eaves Metal Intact Grey N/A 0 Negative (multiple and shots) beige PropertyHealth, Lrc. Page 3 of 6 Certified limited pre -renovation lead identification survey report —2714 River Ave., Rosemead, CA 91770 Exterior Testing Tested Substrate Condition: Color Approx. Lead Lead or locations, component intact; Quantity Content ` Classification Interior room or surface chipped or (mg/cm2) names peeling; poor` Exterior Throughout Walls Stucco Intact Beige N/A 0 Negative (multiple shots) Exterior Throughout Walls Metal Intact Grey N/A 0 Negative (multiple shots) Instrument Calibration after testing 0 Within accurate range with Known Pb Amount of 0 mg/cm2 Instrument Calibration after testing 0 Within accurate range with Known Pb Amount of 0 mg/cm2 Instrument Calibration after testing with Known Pb Amount of 0.8 to 1.2 0.9 Within accurate range mg/cm2 Instrument Calibration after testing with Known Pb Amount of 0.8 to 1.2 1 Within accurate range mg/cm2 Instrument Calibration before testing with Known Pb Amount of 0.8 to 1.2 1 Within accurate range mg/cm2 Required Response Actions for Renovation or Total Structure Demolition Projects: regulatedNo levels of lead Roof 1 1 PropertyHealth, Inc. Page 4 of 6 Certified limited pre -renovation lead identification survey report —2714 River Ave., Rosemead, CA 91770 Disclaimer / Limitations: PHI performed this survey/assessment in accordance with generally accepted standards of care practiced by other members of our profession in Los Angeles County, California at the time the work was completed. The survey was limited to the areas requested by the Client. Our conclusions are limited to the conditions and findings reported for the time the survey was completed. No warranty, expressed or implied, is made. PHI will assume no responsibility or liability whatsoever for any claim, loss of property value, damage, or injury which results from pre-existing hazardous materials being encountered or present on this project site, or from the discovery of such hazardous materials. PHI is committed to providing quality consulting services. However, lead survey work is not an exact science. The possibility of field and general conditions, beyond PHI' control, which affect our work or that present a concern for the safety of our employees, our consultants, building occupants and the public at the site, and insurance constraints, requires that we qualify the services we provide with the following limitations: The findings of this survey, opinions rendered, recommendations and conclusions provided in this survey report are only valid for a period of up to one year from the date of this report. Reasonable effort is made by PHI' personnel to locate and sample all suspect surfaces/components. However, for any facility the existence of unique or concealed materials and debris is a possibility. In addition, sampling and laboratory analysis constraints typically hinder the investigation. PHI does not warrant, guarantee, or profess to have the ability to locate or identify all lead related material at this site. Confined spaces, and areas determined by PHI' personnel as unsafe to access, are excluded from the scope of work. PHI does not employ professional cost estimators. Statements of probable construction cost or cost estimates prepared by PHI represent PHI' professional opinion of probable costs based upon current industry information. Actual costs may fluctuate due to several variables including, but not limited to, the time the work is performed, phasing, labor availability, quantity of work performed, product availability, specification requirements, and unforeseeable changes in the economy and lead regulations. PHI is not, and has no responsibility as, a generator, operator, treater, storer, transporter or disposer of hazardous materials or waste found or identified as a result of PHI' work. PHI does not guarantee or warrant that the project site is safe, nor does PHI' involvement in this property relieve the Client, building owner/operator or tenant of any continuing responsibility for providing a safe site. This report was based on those conditions observed on the day(s) the field evaluation was accomplished. In the event that changes in the nature of the property have occurred, or additional relevant information about the property is subsequently discovered, the findings PropertyHealth, Inc. Page 5 of 6 Certified limited pre -renovation lead identification survey report —2714 River Ave., Rosemead, CA 91770 and recommendations contained in this report may not be valid unless these changes and additional relevant information are reviewed, and the conclusion of this report is modified and verified in writing. PHI thanks you for this opportunity to have been of service. Please do not hesitate to contact us should there be any question with regards to this survey report, and/or if we can provide you with additional services or assistance with you environmental, air quality, and hazardous material identification, mitigation or remediation design and oversight needs. ATTACFIMENTS • Consultant certifications • CDPH Form 8552 PropertyHealth, lac Page 6 of 6 PropertyHealth, hie. An IICRC Certified Firm Frank NajA, Principal ACAC Board Certified Indoor Environmentalist, No. 02185 ACAC Board Certified Environmental Thermography Consultant, No. 1201033 IAQA Certified Microbial Investigator, No. 161613 CA EPA Registered Environmental Assessor (REA) No. 05542 California OSHA Certified Asbestos Consultant, No. 93-1185 / 15-5483 EPA Accredited Asbestos inspector, supervisor, management planner and project designer California Dept. of Public Health Certified Lead inspector, risk assessor, monitor, supervisor, and project designer, No. 089 IICRC Certified in Water Damage Restoration, Applied Microbial Remediation, Fire & Smoke Restoration, Odor Control, and Substrate/Subfloor Inspections. IICRC Certified Mold Removal Specialist �UXXX � STATE OR CALIFORNIA ,d'` I dd�n nir G.pxnn+cnt of DEPARTMENT OF PUBLIC HEALTH Pub€1ealth1 LEAD -RELATED CONSTRUCTION CERTIFICATE INDIVIDUAL: CERTIFICATE'rYPE: NUMBER: EXPIRATION DATE: Lead Project Monitor LRC -00004059 4/4/2024 Lend Project Designer LRC -00004058 4/4/2024 Lead Inspector/Assessor LRC -00004057 4/42024 Lead Supervisor LRC -00004056 4/42024 Frank Najafi Disclaimer. This document alone should not be relied upon to confirm certification status. Compare the individual's photo and name to another valid form of government issued photo identification, Vcsify the individuals certification status by searching for Lead -Related Construction Professionals at www.cdNi.euea;mozrann club or calling (800) 597 -LEAD PropertyHealth, Inc. An HCRC Certified Firm / it Jeronimo Rodriguez, M.S., CSST, CLT Project Manager California OSHA Certified Asbestos Technician, No. 19-6598 EPA Accredited Asbestos inspector & supervisor California Dept. of Public Health Certified Lead Technician No.LRC-00004193 IAQA Certified Microbial Investigator I .. STATE OF CALIFORNIA Yom. a t!+§ V. DEPARTMENT OF PUBLIC HEALTH "3 Ptab l;c €health `. LEAD -RELATED CONSTRUCTION CERTIFICATE INDIVIDUAL: CERTIFICATE TYPE: NUMBER: EXPIRATION DATE: [.cad Sampling Technician LRC -00004193 11125/2024 Jeronimo Rodriguez Disclaimer: This document alone should not be meed upon to confirm cablicndon.tams. Compere the individual's photo and name to another valid former government issued photo identification. Verify the individual's certification status by searching for Lead -Related Construction Professionals at nnnv cduh cn cuvPoroeram.ddpl b or calling (800) 597 -LEAD State of California—Health and Human Services Agency California Department of Public Health LEAD HAZARD EVALUATION REPORT Section 1 — Date of Lead Hazard Evaluation 2/8124 Section 2—Type of Lead Hazard Evaluation (Check one box only) VLead Inspection Risk assessment Clearance Inspection Section 3—Structure Where Lead Hazard Evaluation Was Conducted Address [number, street, apartment (if applicable)] I City 2714 River Ave. Other (specify) County Rosemead Los Angeles Construction date (year) Type of structure Children living in structure? of structure ❑ Multi -unit building ❑School or daycare [I Yes ® No 1953 ❑ Single family dwelling ® Other commercial ❑ Don't Know Section 4 — Owner of Structure (if business/agency, list contact person) Name Telephone number Zip Code 91770 of Rosemead s [number, street, apartment (if applicable)] City I State Zip Code Section 5 — Results of Lead Hazard Evaluation (check all that apply) V No lead-based paint detected F -]Intact lead-based paint detected F-1Deteriorated lead-based paint detected No lead hazards detected Lead -contaminated dust found ❑ Lead -contaminated soil found Other Section 6— Individual Conducting Lead Hazard Evaluation Name Telephone number Jeronimo Rodri ez 310-901-3102 Address [number, street, apartment (if applicable)] City State Zip Code 21922 Cortina P1 Chastworth CA 91311 CDPH certification numbernature Date T No. LRC No. 00004193Sig� A�� 2/12/14 Name and CDPH certification number of any other individuals conduc g sampling or testing (if applicable) Section 7 — Attachments A. A foundation diagram or sketch of the structure indicating the specifc locations of each lead hazard or presence of lead-based paint; B. Each testing method, device, and sampling procedure used; C. All data collected, including quality control data, laboratory results, including laboratory name, address, and phone number. First copy and attachments retained by inspector Second copy and attachments retained by owner CDPH 8552 (8/19) Third copy only (no attachments) mailed or faxed to: California Department of Public Health Childhood Lead Poisoning Prevention Branch Reports 850 Marina Bay Parkway, Building P, Third Floor Richmond, CA 94804-6403 Fax: (510) 620-5656 APPENDIX C - PROJECT PLANS _ esesna3ervnn eor ci eo � a33xs rsmsar-ros .rw /emr.»s-awt xews _ s a o n —Marro ssaxvav :xw auvrnry ow sera`.-'-, ��.:-: ��� -W •���" ON/ :WNdiYOO S7N171Y 3/1Nr7ONN/ H 'd'd 3 'J 2I asolznl \ 9W/tlf :1B NH] J3X �AMMV pig m we NM3GN3W A H30 YN :IJ31IN�a0 m 83Xasm Deus n'X9w3soa •anv ayda x<z 0V3VGS08 30 ALIO 2� H� a Soul w a� z o 0 o z - O W Ff8 bda€ € v ¢isa�o6 <i 3 w Bao 9 3=BO 0 Zf 99BhB as��m�a S4 W'3 8 .633cr E Bp tY- < n N 4 H §NA z o o y& w oc rEn & $ k € wv, LLLL Olt v 91 me w at sd= i4 w - ai N 4 o of 'SRI 8j Q Y 6 w �B611m vd> a F aoa H ¢ a.a wwN � v c v rn at o > T W Z O¢ z o to c: p, LLrcs�o tn� o o W a O ej I O 1 ' J 0,,��'sb0 00 J 1 Ow �a � hoz a U W W W W Q O 7 N fU) W w a d LU W w d W Q O v� < wwz wo 0 a a Lo ww N N O > U o x: a Ngo 0] _ a O N a J � � U r W � m moi 0 aU' % J 1 3 0 0 Q 4 nn ngu H gg ppS :��{��G5�a9a Sm@� E�� C$ 3 3y® 'mYy�pp�g3��� 's3 E��Ra G§ey oa Y: �ap�6 �� ���g� tt� g 7• o ae ���� o 3 .s 5y qq IN 5E B (: 6 •FFs 3�3 m�3zm �� � A A • B /O�y-' mcac:mewnx eor ci ao �vt �r3sNs — i�ax ro ssuxarov .zwwroea an s swsi —"n` W 9 m s g 9N/:�N bhM2 SM71Y 3�7lMONN/AM&W a'D Tj �E;E H. mw :m w z/sz/m -�w mmoxsnox orn:wa xos130x " xw aaaaxow'- .m. w •wh3sm ^vr avaa ria I.p w Ob3W3508 JO ALIO __/__/__ :sivo - dya3.Ea saga aucu xM (� M. -F "J� rwg� Wa =�' m w o� >�u scow Q SRI gp- �U U 02 -E g` 9G 3 zi:; i ¢13 E�& 4 �"� m aia Y € °� � o y�ed J 2Q o 0. U- �� "=„ = ads spa H pa AH B <� h o A uLL �� !,2 RM spa �w -.".4- 24 9 mom =m = Y �<� `G3 €Z� i new 3� 3yao m wadi FiF�i w Np' =B ,-$t '389 g� w o s g m Sfi %j E am �� 03� � R� � $W "c a rp€=€ �.y goj-ipt9'- pi 9=NRT" �3�asmo Nva € 2��E� Pz� p..m _< p �0<j swp s 1. e mga!- � € � F s gag app € � �w.q.2 20 R !2 P'o, =oar=g Vo �c €ayo abs€g sco aeG€ Wm��o�Vm�x�am = _ �wat�� Hi s¢ em � o Go�����oH a! -- MF ALLY .2 ��s15 W O J w m a4�� Jw m } W W 3 ) O Z Q N F N N 0 < J W Z O J Z O0 Ii O.0<UO K =(2/10 KZN and 416 Y J Y mm�o=W 3 om3z ¢z ow our zW3w wWw- 3 3z 41 O J O W ci 00 U w wvv1.1]W<t II m�'z 0 W mN mw W F x J W-�� 0 0 o 7< J O Wor z 2 or > zrcN 2� 22 p0mzw� r QvIm� AWSQ �g Z Z< O m_ F O F Z O j o U U 3 m N m W N W O S N 0 0 no 2 W d W O W Z¢ F D W 5 U H Z W W W W W N O W O W x 0 Z Oww tj3o� p8�>0 W K K J mw�4R'� 1> -mw E� �< <Z D'<'m ««>< w fZOF WwW} WZ Wz vw OOFU W W W W W W W WOjZ WFG WO W 231-<j wow 000020 o O w 2 U zU zo 0 0 0 0 2 0 0 o E z m vim ¢wo 0000<o ��zrc o i MO w arcwrcW 000000 Wop� zmr O oz W rz o o W o O EaoU ��� rc W a rc m W om <zwm�rm mo m¢ Z JO ZU�W�m ����0i ZZw ozO w www FIW mU O Q<NUWOE w0 WO 6w K<200 X00 rw I W I- LO ioo< w $ o o ��r 0 mo o�>x wz< U M, 1,1, r Oo"o r mm z�w� rv-�m ¢a3 4i¢ J�~FOS U' U_UU' Ow gK OW4)U tiWO VI m�0 m�Q F Z z o z r 3 Z >x>>Zmmmw o � i m m w wi <�Qa wow 0 aoi sow O ZO41a2 O t� J W 7 Z wz N000 zw� I mai duoi U m0Q<K_ om w m21LLQ 00 Y >U <Fw 1- F2 << w Q W &0 00000, U O o 0 0 0 J EVI 0 Wz< wo' W QWm ttwK Ecom">a-�c35555<0 Fz owz wF�W a�'a n�co Z g-'W<Sil<z acniNcnirc"ri c`�i as a��z logo 'w'aw '�r m W Na2w00 7o0000D o ww0 WIZ wx w7 U' O<FmUr UN N N NN 0 WOO W>< OF Ow. a C6CfiC a38w11N BOf CL f0 y :133X5 i9Cd-RN-IOI AlY/Yi'-6I3-ro5�/ 3 _ /<GN 19 /yR' 3A'W9W O.tl Y & bY9I m"� zs.m`'r`•.m au`leemem s�g'1: °v 9NI McIYO SM01Y 3I/1NlONN/ J -D e��a o mow elver :AR RNo 03w :A5 oma z/sz/m w a3mowsnoN 03n:wa NM3aN3w Aw3830 'ixW--/--/-- WW - o m rN - oUH v I :N3woisao __/__/__ Mr0 outs w'aV3w35aN-W UMN rola __/__/__Z2 - �: T5� - OV3W3SO8 JO All0--/--/-- RR � anm J N O S1 A e old a a $° Q FE J a R6 BF ii! rm•�ne.__ i BB i 6w II9 fin• ��.-.-.-.-» I i R�`tld J'I'A nNMH NNMMMN4j Ba �} job ' hPA 4 Sgt at& bra I -a ¢�Sa aI I � Al� I I o Eqz �: �fi i ° $Rs _ I -,-,4 a Ng f o WAn Rq I 9�F �� Ra e I I L �J (RAI) Lg# t PPI 3dOIS 3dO15 - i W 5�`e s.� i Z1�4 i �Z14 _ 3dOlS 3do15 aof �`� �p' LL lu 5 ZL4 Z14 -�, 9d lu I gg 5YY �n ggggYg cs �9 i z atwoo an Ed�3`iPF J o w O w¢�O n as as RA W a opa� a I �mtla N �`G'wa o, n egQYo z c z O o o�Ho`n`o a H N U zZ a� U z f Z yy(RA O U Z) CW LL O U tea' IN zm JRO A — SSUKWY/ r. .•a:a.n: ieswu µ-.p [BCBC :mRmnN WPI JO C :n3H5 a a l<' q .2U'3iN/AOISV OFJ S BI9I.... S7VJ21Y-MYIi/ONN7 g'� 'g'd'Pl ue o;e \ as }gyp ,7N/:(NYoIYO9 [.N �E J BW/w -M SHO .. LLH OMO Z/SZ/[A 3LM `M :ll'3llHJW N3010H51pH J3iI:Wd N=30NM A MD :W3OY:3LW VN U`.-Z—/__/__yy0 - E��� / OLue W •OV3MSOM -W Y H "LE :gyp '•' ..a'G'xi'Itr' �. Otl3Y135Otl AO kuo _/__/__ :gyp - :A3B i 6m yk'jIM3 O p a "o ti I so >ou o CLQ m O �o Ld Z �W j I' Q ZOtOo as11 U O woU 3oop W? z e w II x >usg ,- z� z ::D LL U d u o z � m m (n wa4 z NO y<s=Gaza u �� I zsp aGi4aO 00 0w `,I � gyp °C ; zo o �Z o=.o. o3�Fiwaz �0p2_0 (/� W I rcH>ouo'm CD a W Z =5 �0 zo tel: �� oz ods ow on, \ II ¢od ¢wti Joy °d¢a ¢oo >U z o g w w-gw O a rn �w £moo= o X s l ? o se xs aLL Htz o W u w z am - w wz r s - ¢ �e o� w E o £y Nz¢o i� Le ti R r-. z qQ < _ I �I^r�1 Ls z O H V U) U) z O U cc 0 St d0 I aNH W iW 3aW/M)YX Op 5 a [EX�33�'�230�EAIES' S7Y&1Y-B&VONN/ .3 +e axa z/O/ao -{W 83moxsnox 03na:wa xosvox3w Arciv3o -�3v--/--/-- vn - w - J Nora- OLus Y .M MOa '3 V UMN "LZ --/'-/-- -mw IV OV3W35ON JO AlIO IV :rat � N — iu � ¢ < St d0 I aNH �3bQ Z 5555p J LL �u 583 Y 2 Q LC m � ¢ < �r -�_� � 9 �A1➢ � / £8£8£ :N36HIW BOr CI 10 5 :133X5 i[R9-f[GZ' {9 .W 3M'/M'IY.Af Op S � z� '."'1w .IN/ ANJ0009 S7N13lY_74y fONN7AMEW 'd's;aaez� �azo3enizA sew ew/vr :ze wu Onr :.ut axO z/sz//n a1vO I mOiOHsnoH a3x:wa HosoOH3n uoaaO VN :1 H]w YN :mwOlSn] Ozzie v 'an SON -a V .9 xa Otl3W350a j0 Alii e .ou I I � L o yg% ds i" z w as$ o s � W Q N .dk �� d �E • � � G it _Y �45eg's'i k: yo�oo W oo how a —z <oz oz zj a / 6 EO Z, z \L p wFw� a> N¢¢ a V W w u P u W Zji aNW r< m0 �au.ro� � zaLLowoWLL s �ooz�o� m3jgaw<o Z. >o�om Ba I $ .. g 5 I z_ LL: Z b z z v q8 4w! z O k�od :fida :..aEE O LL aur-aw-sas.nv/Maia-aav-G 3npve -,— _ y cscsc :H3eru�u eor ci da s :ia3xs 7c4i-Grar ra ssc�G+ew avvaixsry vn s NDr ®. �'� o^,,.°. ,'•®;:�°w"I 1 s _ ,7N/;(NNd/YO�SIN13/Y 3�IllNdONN/ ''Dm'g'd'sieusc�g a�g.[o;sn es a p gip BIY/Yr :AB MHO I J3% :18 MO 6L/SZ/GO :LM b3PI0H500N 03N :tld I NOSi30N3X AIY3930 :L`l3'A--/--/-- :31tl0 - a bN :1J311HJtN tlN :rt3W015N -/ -I �31tl0 - � z p a n OLLIB tlJ 'Q03Y1350tl "Ntl tl3Ntl 4tLZ I / 31tlO t2 ¢ n Ovarvasoa AO ,wO �tltl tl cw o'�gya sn u h U gT"o2 � u ' o a n F Z b�fis_� a O W U LL $ppp�gggE 2 It S p q Ry $ $gT E§ sy 3 b E bE 3 kit tk oQ z ot .. -s x = w s 0 lie ° gEgag Isa@ W V I I ea ate 3 ayIy lit € aS �E zoioo >R!5MW J - Q 6000 vio�6 pacicwio'¢i � >F v¢ m yy °+¢w �n2nY r QZ>Qf�N6 m Z J Q N cUUWwn u \ aN~av:Fpu Z �n~�<w.i 2 W K ¢500 o�u Q N>OU�O cscse :mewnx eor ci ao < :�xs �ts'i-«axro sirxwawv�w�on sPf3r ter, =�-m•�-,:�,.w -" �, =-»g ,7N/ :WNd/{'0,7 S7613fY 3il/lt/iIONN/ g'd's;euez� 7 , 1 p1 V ° 5ER a ew/vr :xe xxo a3w ue awo z/sz/eo :nw mmowsnox arn:wa xosnamw .wamo :uaov--/--/-- �vs - s � z � z s«is w 'anwasoa 'MV a N "Ia OV3W3S0a 30 Allo--/--/--+aiva - vaa a <k z+1'Ef Dao 6 c ymtta � U 4i-� �— ��3waa�a y L <�_ a S4 a aStr3'd iG � Z wayw o [C O zo' DyoLLCLL 12 �LLF ZUHZU OF D2�'OD Qly`f 2FQ>0 b OO��yI r ttui>OU 00 / � ggpg¢ u'Sy Bet 5tl5 b 21 C tl �ja J - � Z W U h O � � w r iv O w U NIP X � � 6 �b 6§ s= sat ffi9P E t g # 3e al 1 U ala z z w o w Z � a � X � w ¢ egg'@ 8 CBLSC aWnH ..r [t 10 6 D3H5 7LTQn'Zmli/_ W�9/ '•- IOYroN7NINJYO.9S7dL�H3dgO•g.d .E3EuezL�'g 2zOlEAIES 30�� CX+ ¢ 91Y/tlf :FB NHJ 03W :AB O,NO Z/SZ/LO 3LV0 a3010H5f10H 03N:Hd N05130H3W AIY3a30 :1N3tl0--/--/-- :3LM rx aa3 MW er �a3Wo35n0 __/__/__ 31v0 S a w ott�e w 'N3Jo aN.8a 3uz OV3W3soH 50tl j0 Ai10 big d15sgep 3s 5s ss z CC 'io�oo O a coy.��a v a oo oi�a a � �c zo O 0 0 p 6O, Y y'>o Nits m eg >z z� D w Z� big ai i� pq 1-$ =s s x �E@ = �g g E E E ®$ B`$ J Z LZ i a � x � b + } � m @p£ p -�` 6, '�,a;v .��. �: '� rU •� cacsc :mervnx eor c� ao s :a'ixs « �A'i-trox re ssmxw ia3wvurx s D, n u s;euei� � acolenlew �' ,7N/ ;lNNdlYO,7 SIN13/Y 3i/!lYrIONN/ z w SB�p o � �„ a erv/vr :+e axo osry :re amo z/sz/ro �w mmoxsnox ozn:rva xomzmary Ammo :uum--/--/-- :mow - ozua w 'M3soa My mu lIzz GV3W3S021 !0 Alli W� £ �. o_= oU> �Uy a = =I (A s Z C ��y LL �o O LL u_� ui u yaaa p I � I co I gpgi3. '-- U 3-s I � € sq�m� ag�mgrea I �➢��� pa 12<�p<A w �8l<R LL F _T _ J I I � z N ��za ¢ z rc 0 zN A d � O we x � m n u I ¢ 0 a w om I I I I I I I I N w N n 6. —O v jw"3oow ozag s raw�Jzao Of o j � co o I zoao" sw Ho"u � Of 2o_z�22u I I mww �zwao '��'m I I py>ocoi L J iDZl-PM-/%A%/ DS0 DiD-RV-/ 310W M•.e �@sw"�ea fBfBC tl3HrvnH a.11 U JO .I :a3HS o ¢ �QT-/[OY p 1 tW 3aBL' %>Y�FI OAJ SWDj MI:WNL/!YO S7N17/Y 3i M'7y NN/ AMEN'�,., .mrw.n'�•'n ee uziD wazo;e�isg a Q _ }o ew/tlf JH xx] 33w J9 'JMa z/sz/Lo :3Lva I mmoxsno Oar Md xoSlIDx3w AYCitl3. -' 3w / / - MW m:ll'3uxaw m :Momo / / - w3 - p}aM L epi P OV3W3SO8 JO AtIO __/__/__ TV. 0 :may o py y, wwc�i3ooa '$d$sO_ oeo� iC a you udy tta"g�>' a �o y�ca os�N < z r¢Oz 6¢a ril a3 wa yYa ez uv nid U ¢yx ayFpa � ZOO Oy�puo ZUNZ 0 J' OZZOZ m 3w giZ<a Z wma$or;m= U e I LL i J J IF E I�� e 6 � 91 ! i di 1 I I ed•�d�7 i , lri3�I i; " I I I I I I I I m m U U m U Q m U U m Z D XD D E E D d V V V V i O O J Q i— Q W �- � Ewo am o 0 o a ��g :838mw W' {{ 3o 11 :1 Hs ,7N/ ;(NYdlY09 S7Y13lY.�1//!�i/ONN/ 'g'� 'g'd 'zlsue.z -j z ; erv/rr :!e wn S3w :Ae sxa s/sa/eo :. WMOHsnOH 03 :rva Irosiwmry ur3mo :L43'Ja ON :I MHJtu VN :x3woL51YJ __/__/__ 31tl0 - N a oo.is -mmsou ^3nr umu ♦xa OV3W3SOM JO AllOIV oQotoo F'p SN LL h U —NNZp >Z6gcop O � q 0?� CC~ i�gyW�p U� O ui _ 4 Z '1314 X 0 amFa�Gcsa i, &.5 W .0 m ^ a m N y�< sEa O � aroII Zo oNopu 0 0 oz�om m �N>oUom S x yy E E O O x rcx r� J ¢ r 4 O U. UQ p x 80 FUj y�UJ �zm O M 4 N K ^Q j aa� � doE S rcx F� U UQ J o m O O W r N 1 E E � tea¢ L p 0 U M Al J H N � H �a � D_ J W � O_ 'm 4 U � iN h w¢ (n 4 ¢ �n m ¢ ^ x Q 0 W N N 1 E ¢m 1 p 0 U M Al J H N � H �a O W � O_ Z N f F x d' J W Q � O o a ri u m y 'i* H p m N W N 1 E T W m p 0 U M aa� H N 3n� N H �a O W � O_ 'm O d O K F a O � U � ¢x �� J N N N E J W m p 0 U M aa� H x Z O N �x �� Z � N �a N N J 4 p 0 U M B H N 3n� N H �a O O_ 'm d O E p 0 B H N H �a -�-/ _ f6C6C :tl39YN1N BOf {I 10 EI �133H5 7tR'!-/(GS YJ SRW.AM)Y .N/3S/LR9Y�V 6p SOlDi e � :��w'n»� u`re'�wn me \ aa�s l/;(NNd/YOq SIN13/Y3/U1y=NAllRw 'g'Fm-n lmib-u aiolumus 3=N BY!/tlf :A8 NH3 03X J8 ONO L/S2/LO 3LM N3PtOH5110H J3N:Wd N05130N3W F1V3tl30 SN :1J311HJbY NI :M3WO1511J -/ -/ :3LM - Q F a OCCIB W 'mm350tl 'mv mu 41CZ OV3r43soa Jo Iwo - d= o Allo o F= C) CC x Ue CC Z O W a ii fo N N CC h �> Z X �K F (n p Q a HCl. a NN 0 m {a- O QU' U {J UQ o Ow E z y N CC � N Q U y. �� da y{fi+Js`d aoE ao� w¢ N \y W Q LL li E � N U O e QQ SCN¢ d > > > NlY n HCl �¢cJ � N m U Q q o O a s r U O z N N \y W Q LL li E � N U w _ SCN¢ Z U a UdQ 'IQ �¢cJ Q a O Wz q J J r> O K tea= a0� a O � S U� Z N x N \y N E � %J 0 W U n N SCN¢ T UdQ 'IQ ao� Q a O E x U 0 z axt- 0 o F y a w..0 3c_ a x ti -- Ir � N �pas�wd wG N OJUJ T UdQ 'IQ ao� Q � J 2o�omowLL owo 0 } a0� 9 ao� U• 0 o F y a w..0 3c_ a x ti 0 � N �pas�wd � a � OJUJ T UdQ 'IQ ao� Q � J 2o�omowLL �C~DUFO V' } a0� mLLo'pp2 2 N F, X p N a {1 � N � ~ U � ao� Q � J add x z a x w N E K VI oao x > a p =S ao� %_��aG>/�,_ \\ _ 2 r= 22} (!i , § /&§ 6 1 .1 lz 22} \: 6 1 � §§; APPENDIX D - CLIP SPACING CALCULATIONS Salvatore R. Granata. P . E . , C.. Phone: (678)367-3151 146 Lee Road 2012 Fax: 866-8154682 Cell: (770) 301-5817 Opelika, AL 36804 sailasrgoe.net Toll Free: (877)346-5126 saloransta.ccm Innovative Metals Company, Inc. 4648 South Old Peachtree Road Norcross, GA 30071 (770) 908-1030 City of Rosemead Rosemead, CA 91770 (I-39393) Clip Spacing Calculations Based on ASTM 1592 Test Data pgofEssroNq Btl332 ; Salvatore a Ray OF IGRt1�t,P4a Granata' 1176/24 For Construction Salvatore R. Granata,C.E. 146 Lee Road 2012 Opelika, AL 36804 Phone: 679-367-3151 Cell: 770-301-5817 Fax: 866-815-4682 sal(crbsrgrlem salgranata.eom Digitally signed by Salvatore Ray Granata Date: 2024.11.06 15:58:10 -06'00' November 6, 2024 This design is based upon information provided by the client, who is solely responsible for accuracy of same. No responsibility and or liability is assumed by or is to be assigned to the engineer for items beyond that shown on these sheets. Wind loading design forces / pressures are significantly greater than seismic design forces. Wind loading controls the design of panels and attachments. Page 1 of 9 Page 2 of 9 Zip -Rib 24 GA Steel - 16" Wide Panel - Three Span Panel Date 11/6/2024 IMETCO - Innovative Metals Company, Inc. By Sal Granata �� 4648 South Old Peachtree Road, Norcross, GA 30071 Checked Allowable Panel Span - Based on ASTM 1592 Test Data Page 2 Test Span (feet) Test Pressure @ Rupture (psf) Factor of Safety Wind Load Factor Allowable Uplift Pressure (psf) 5.00 75.0 1.67 1.000 44.910 4.00 135.4 1.67 1.000 81.078 Negative Allowable Pressure Span (psf) (feet) Negative Allowable Pressure Span (psf) (feet) Negative Allowable Span Pressure (psf) (feet) 44 5.025 70 4.306 74 4.196 45 4.998 71 4.279 75 4.168 46 4.970 71 4.279 76 4.140 47 4.942 72 4.251 77 4.113 48 4.915 72 4.251 78 4.085 49 4.887 73 4.223 79 4.057 50 4.859 73 4.223 80 4.030 51 4.832 74 4.196 81 4.002 52 4.804 74 4.196 82 3.975 53 4.776 75 4.168 83 3.947 54 4.749 75 4.168 84 3.919 55 4.721 71 4.279 85 3.892 56 4.693 72 4.251 86 3.864 57 4.666 72 4.251 87 3.836 58 4.638 73 4.223 88 3.809 59 4.610 73 4.223 89 3.781 60 4.583 74 4.196 90 3.753 61 4.555 74 4.196 91 3.726 62 4.527 75 4.168 92 3.698 63 4.500 75 4.168 93 3.670 64 4.472 76 4.140 94 3.643 65 4.445 76 4.140 95 3.615 66 4.417 72 4.251 96 3.587 67 4.389 71 4.279 97 3.560 68 4.362 72 4.251 98 3.532 69 4.334 72 4.251 99 3.504 70 4.306 73 4.223 100 3.477 71 4.279 73 4.223 101 3.449 72 4.251 74 4.196 102 3.422 73 4.223 74 4.196 103 3.394 74 4.196 75 4.168 104 3.366 75 4.168 75 4.168 105 3.339 Page 2 of 9 Page 3 of 9 Zip-Rib 24 GA Steel - 16" Wide Panel - Three Span Panel Date 11/6/2024 IMETCO - Innovative Metals Company, Inc. By Sal Granata 4648 South Old Peachtree Road, Norcross, GA 30071 Checked Allowable Panel Span - Based on ASTM 1592 Test Data Page 3 Fastener Number of Allowable Panel Width Pullout Test Factor of Uplift Load Fasteners (Inches) Value Safety per Clip per Clip (Pounds) (Pounds) 16 829 4.8 2 345 Based on : Blazer 114-14 HWH DP3 (829# / fastener into min 16GA Purlins at 4' Width of Pressure Coefficient Zone "a" = 4'-,V' � )Iege Negative Allowable Negative Allowable Maximum Allowable rib M�xl Zone ID A re Pressure 1 Span 1 Pressure 2 Span 2� Pa(feetpan Spaeing . ps (P s f) (feet) ) sf (P ) feet (feet) 1 &2e .'3 ,t140 37 5.025 38 5.025 5.025 2n, 2r, & 3e ,�54,tlO�i � 54 4.749 55 4.721 4.749 '4"�9'' ��� 3r G4.200 64 1 4.472 1 65 1 4.445 1 USE 4'-0" CLIP SPACING IN ALL ZONES THE CLIP SPACINGS SHOWN ABOVE ARE MAXIMUMS ANYTHING LESS THAN THE MAXIMUM IS ACCEPTABLE FOR INSTALLATION Page 3 of 9 0* AMFRCANCN:IM(Wr,.Ni1 FNRNRWA Address: 2714 River Ave Rosemead, California 91770 ASCE Hazards Report Standard: ASCE/SEI 7-16 Latitude: 34.061242 Risk Category: III Longitude: -118.072683 Soil Class: D - Default (see Elevation: 241.659102076923 ft (NAVD Section 11.4.3) 88) Wind Results: Wind Speed 10 -year MRI 25 -year MRI 50 -year MRI 100 -year MRI Data Source: Date Accessed: 101 Vmph Use 121 mph per customer request 66 Vmph 72 Vmph 76 Vmph 81 Vmph ASCE/SEI 7-16, Fig. 26.5-1C and Figs. CC.2-1—CC.2-4, and Section 26.5.2 Tue Nov 05 2024 Value provided is 3 -second gust wind speeds at 33 ft above ground for Exposure C Category, based on linear interpolation between contours. Wind speeds are interpolated in accordance with the 7-16 Standard. Wind speeds correspond to approximately a 3% probability of exceedance in 50 years (annual exceedance probability = 0.000588, MR] = 1,700 years). Site is not in a hurricane -prone region as defined in ASCE/SEI 7-16 Section 26.2. https://ascehazardtool.org Page 1 of 2 Tue Nov 05 2024 Page 4 of 9 N.r rn O All � S c U� Iu uur..� Gtu �sl fi s Wind Results: Wind Speed 10 -year MRI 25 -year MRI 50 -year MRI 100 -year MRI Data Source: Date Accessed: 101 Vmph Use 121 mph per customer request 66 Vmph 72 Vmph 76 Vmph 81 Vmph ASCE/SEI 7-16, Fig. 26.5-1C and Figs. CC.2-1—CC.2-4, and Section 26.5.2 Tue Nov 05 2024 Value provided is 3 -second gust wind speeds at 33 ft above ground for Exposure C Category, based on linear interpolation between contours. Wind speeds are interpolated in accordance with the 7-16 Standard. Wind speeds correspond to approximately a 3% probability of exceedance in 50 years (annual exceedance probability = 0.000588, MR] = 1,700 years). Site is not in a hurricane -prone region as defined in ASCE/SEI 7-16 Section 26.2. https://ascehazardtool.org Page 1 of 2 Tue Nov 05 2024 Page 4 of 9 Salvatore Ray Granata, PE, CE JOB TITLE City of Rosemead 146 Lee Road 2012 LOCATION Rosemead, CA 91770 Opelika, AL 36804 JOB No. G-24063 770-301-5817 sal@srgpe.net CALCULATED BY SRG DATE 11/5/24 salgranata.Com CHECKED BY _ __... _. DATE Code Search Code: ASCE 7 - 16 Occupancy: Occupancy Group = B Business Risk Category & Importance Factors: Risk Category = Wind factor= 1.00 Snow factor = 1.10 Seismic factor = 1.25 Type of Construction: Fire Rating: Roof = Floor = Building Geometry: Roof angle (8) Building length Least width Mean Roof Ht (h) Parapet ht above grd Minimum parapet ht Live Loads: www.struware.com use 0.60 NOTE: Output will be nominal wind pressures 0.0 hr 0.0 hr 4.00/12 18.4 deg 161.0 ft 44.0 ft 18.7 ft 0.0 It 0.0 ft Roof 0 to 200 at,. 20 psf 200 to 600 sf: 24 - 0.02Area, but not less than 12 psf over 600 sf: 12 psf Roofs used for roof gardens 100 psf Floor: Typical Floor 50 psf Partitions 15 psf Corridors above first floor 80 psf Lobbies & first floor corridors 100 psf Stairs and exit ways 100 psf Page 5 of 9 Salvatore Ray Granata, PE, CE JOB TITLE City of Rosemead 146 Lee Road 2012 LOCATION Rosemead, CA 91770 Opelika, AL 36804 JOB No. G-24063 770-301-5817 sal@srgpe.net CALCULATED BY SRG DATE 11/5/24 salgranata.com CHECKED BY DATE ind Loads: ASCE 7- 16 t = 500 ft Itimate Wind Speed 121 mph C = 0.20 Nominal Wind Speed 93.7 mph L = 427.1 ft Risk Category III 1 = 0.23 Exposure Category Cr RL = 28.282 rt = 0.000 Enclosure Classif. Enclosed Building R = 0.000 Internal pressure /-0.18 ireclionality ( d) 0.85 h case 1 0.889 h case 2 0.889 Type of roof Gable Topographic Factor ( t) Z -_V(Z) Topography Flat Speed-up Hill Height (H) 80.0 ft W�Z� Half Hill Length (Lh) 100.0 ft x(up"nd) _ :° s(downwind) Actual H/Lh = 0.80 o` " ' se H/Lh = 0.50 :: —Lh H Modified Lh = 160.0 ft HJ2 From top of crest: x = 50.0 ft•'" ........ Bldg up/down wind downwind ESCARPMENT H/Lh= 0.50 1 = 0.000 x/Lh = 0.31 ] = 0.792 /Lh = 0.12 a = 1.000 At Mean Roof Ht: t=(1 1 23)2=1.00 Gust Effect Factor h = 18.7 ft B = 44.0 ft / (0.6h) = 15.0 ft Riaid Structure e = 0.20 t = 500 ft min = 15 ft C = 0.20 9 ' gv = 3.4 L = 427.1 ft = 0.92 1 = 0.23 G = use G = 0.85 2D RIDGE or 3DAXISYMMETRICAL HILL Flexible structure if natural fre uency 1 H (T 1 second). If building h/B 4 then may be flexible and should be investigated. h/B = 0.42 Rigid structure (low rise bldg) G sing rigid structure formula Fie i le or Dvnamicaliv Sensitive Structure Natural Fre uency (rti) = 0.0 H amping ratio (f) = 0 /b = 0.65 /a = 0.15 = 102.2 N, = 0.00 Rn = 0.000 Rh = 28.282 rt = 0.000 Ra = 28.282 rt = 0.000 RL = 28.282 rt = 0.000 gR = 0.000 R = 0.000 Gf = 0.000 h= 18.7 ft Page 6 of 9 Salvatore Ray Granata, PE, CE JOB TITLE City of Rosemead 146 Lee Road 2012 LOCATION Rosemead, CA 91770 Opelika, AL 36804 JOB No. G-24063 770-301-5817 sal@srgpe.net CALCULATED BY SRG DATE 11/5124 salgranata.com CHECKED BY DATE Nominal Wind Pressures ind Loads Components & Cladding: h:5 h(case 2)= 0.89 It 18.7 ft Base pressure( h)= psf a.= 4.4 It Minimum parapet ht = 0.0 ft GCpi = /-0.18 Roof Angle (8) = 18.4 deg I= h= 17.0 psf Type of roof= Gable Roof Area Negative one i & 2e Negative one 2n, 2r &3e Negative one 3r Positive All ones Overhang one i & 2e Overhang one 2n & 2r Overhang one 3e Overhang one 3r Parapet P = 0.0 psf 6urrace' pressure ps 2 sf 10 at 20 at 50 at 75 at 100 sf 200 at 250 sf -37 -37 - 10.0 - 6.1 --7T .6 -59.5 -38.0 -54 54 46.7 -37 -32.8 -29.7 -22.4 -20.0 -64.2 -64.2 -55 42.8 -37.5 -33.6 -33.6 -33.6 15 12.2 11 10 10.0 10.0 10.0 10.0 -42.5 42.5 -42.5 -32.8 -28.5 -25.5 -25.5 -25.5 -59.5 -59.5 -54 -46.7 -43.5 -41.2 -35.7 -34.0 -69.7 -69.7 -60.2 47.6 -42.0 -38.1 -28.5 -25.5 -79.9 -79.9 -67.6 -51.4 -44.2 -39.1 -39.1 -39.1 Overhang pressures in the a e a ov8 assume an m ema pressure we Iden cp of 170 Overhang soffit pressure a uals ed wall pressure (which includes internal pressure of 3.1 psf) sennpu burrace Vressure ps Solid Parapet Pressure 10 all all s all s600-.711 -33.6 ASE one e 10.0 -42.5 -25.5 -59.5 -38.0 -69.7 one 2n, 2r & 3e : 0.0 0.0 0.0 0.0 0.0 0.0 one 3r: 0.0 0.0 0.0 0.0 0.0 0.0 ;ASE B: Interior one 00 0.0 0.0 0.0 Comer one: 0.0 0.0 0.0 0.0 sennpu 10 at 150 at 37.0 6 -54.0 -25.4 -64.2 -33.6 12.2 10.0 -42.5 -25.5 -59.5 -38.0 -69.7 -32.5 -79.9 -39.1 ally iGCp /-GCpi Surface Pressure at h User input Area s s i0t s sIli s s z s s s s Negative one 4 - .1. - . - , Negative one 5 -1.58 -1.23 -1.12 -0.98 -26.8 -20.8 -19.0 -16.7 -25.0 -22.4 Positive one 4 & 5 1.18 X1.00 0.95 0.88 20.0 17.0 16.1 15.0 19.1 17.8 Page 7 of 9 Salvatore Ray Granata, PE, CE JOB TITLE City of Rosemead 146 Lee Road 2012 LOCATION Rosemead, CA 91770 Opelika, AL 36804 ,los No. G-24063 770-301-5817 sal@srgpe.net CALCULATED BY SRG DATE 11/5/24 salgranata.Com CHECKED BY DATE Location of C&C ind Pressure ones ASCE Roofs w/ 0 510 and all walls It alis It 5 Gable, Sawtooth and & alt design In Muttispan Gable 8 5 7 degrees & Monoslope 5 3 degrees h 5 & all design h Monoslope roofs 10 6s30 h 5 & all design h Hip 6 s27 Q O O--j-r. OO; t r- --- -I 0! !(D Monoslope roofs 3 8510 h5 &alt design IT Sawtooth 10 0 5 45 In 5 60' & alt design In Note: The stepped roof ones shove are as shown in ASCE 7-16 (exceptihe upper roof ones 1 and 2 are shown at the inside edge per the poles). Prloreditions didntshow ones, but the notes sentyou Stepped roofs 653 to the lowslope gable figure. The note in ASCE 7-16 stili sends pub the low slope gable figure, but h 5 & all design h possums reasons the ones shown are peredilions prior b ASCE 7-16. Therefore. the above ones maybe a code mistake and the comet one locztions maybe earths, low slope gable roof shown at the top of this page. Page 8 of 9 Pullout In Steel -Average Ultimate Ibs (Carbon and Stainless Steel Screws) CONCEALOR TECHNICAL DATA Fastener Information Drill Points PLYWOOD '-CDX .0002" min. bum zinc platin with clear chromate OSB PULLOUT I ULTIMATE LOAD IN POUNDS Calculated Values In Accordance to AISI 51001 Section E4 Screw size and Point a 15/32" 19132' 23132' (lw Nbm)(SWNdm)(etPNOm) Nom 19/32'::23132° Grade 50 perASTM A1011 60Ka1 Min. Steel 2x4' #10.9 GP 383 Grade 50 per ASTM A7921A6531ASTLA529- Most Min. Steel 136 Screw Die- Size (in.) 26 Ga. .018" <: 25 Ga. ' 'Aral" 24 Ga:`. .024'.030° 22.Ga.: 20G.. .036" 18G.. .1148" 16Ga:::14 .060" ".075" Ga. 12 Ge. 1/e' .105° :125" 10 ga .135' "i/4' 250° 3/8' ::1/2°.:'. .375" '.500" #10-16 .190" 174 203 233 291 349 504 630 1 787 1102 1312 379 573 918 #10-24 .190" 434 475 626 153 327 457 991 1,978 787 1102 1312 #12-24/Carbon 0.213" 3,450 #12-14 .216° 198 231 264 330 397 573 716 895 1253 1492 1611 1,500 95 #12-24 .216" 0,235" 2,000 1 1,200 1 77 TRISEACCoakcl 410.9 GP(ULP) .200' 1492 1611 2984 '4475 '5967 #14-13 .235" 216 252 288 360 431 623 779 #1241m .220' 3028S .450' 7/414 .250° #2 Sq ss: ..e is #1244DP3 210, C1022 .450' 829 1 1036 1450 1727 1865 3453 -5180 '6906 Tested values are available upon request. Revised: 0220AR NOTE:' exceeds Small. strength of the screw. Pullout In Wood -Average Ultimate (lbs) Fambaugh Engineering Test: Project No. T279-10 &' T282-15 REV JSO42220 Pullout In Concrete ,Average Ultimate (lbs) 3,000 Ps( Concrete Fastener Dla. & Point I I Ease meat #1413 DPI 740 Pos. TFTesL 10.15.09 Drill Bit Size: 3116" Masonry Sit. Depth of hole> 2'. (Screw should not exceed 1"embedment.) REV JS1218 SALTSPRAY T #� Decking Lancaster tested with full thread embedment $¢ 2x4 SVPwithV �¢Jf embedment in side Test Report If T279-17 & T299-17 I Farabaugh Engineering. NOTE:' 1- embedment Into face of2x. Deeper embedment will Increase pullout. 01/4-14 DP3 PSS4YIvID The chart below provides general corrosion information about various plating and coatings. Contact TFC for detailed information. SALT SPRAY Per ASTM F1941 & B117 (0% red rust) Rev. 120313 Coating PLYWOOD '-CDX .0002" min. bum zinc platin with clear chromate OSB .0002" Zinc Platin / Coated SYPi Screw size and Point a 15/32" 19132' 23132' (lw Nbm)(SWNdm)(etPNOm) .7117 19/32'::23132° .0002" Zinc Plated 410 Stainless Steel 2x4' #10.9 GP 383 395 574 136 256 514 813 #1612 Be 0.195" 450 706 258 381 #10-16/Carbon 648' #1613 GP 375 505 654 166 357 442 737 #12-11 GP 418 455824 '164 379 573 918 #1413 DPI 434 475 626 153 327 457 991 Fambaugh Engineering Test: Project No. T279-10 &' T282-15 REV JSO42220 Pullout In Concrete ,Average Ultimate (lbs) 3,000 Ps( Concrete Fastener Dla. & Point I I Ease meat #1413 DPI 740 Pos. TFTesL 10.15.09 Drill Bit Size: 3116" Masonry Sit. Depth of hole> 2'. (Screw should not exceed 1"embedment.) REV JS1218 SALTSPRAY T #� Decking Lancaster tested with full thread embedment $¢ 2x4 SVPwithV �¢Jf embedment in side Test Report If T279-17 & T299-17 I Farabaugh Engineering. NOTE:' 1- embedment Into face of2x. Deeper embedment will Increase pullout. 01/4-14 DP3 PSS4YIvID The chart below provides general corrosion information about various plating and coatings. Contact TFC for detailed information. SALT SPRAY Per ASTM F1941 & B117 (0% red rust) Rev. 120313 Coating Salt Spray .0002" min. bum zinc platin with clear chromate 24hrs .0002" Zinc Platin / Coated 60hrs .0005" min. 12 um zinc plating with clear chromate 72hm .0003" min. 8 unnzinc plating with yellow dichromate 120hrs .0002" Zinc Plated 410 Stainless Steel 450hm Passivated I Coated 410 Stainless Steel 500hm TRI-SEALTM Long -life coa8ng 1,000hrs Passivated 302 & 304 SS >2,000hrs NOTE: 304SS and 41 OSS screws are zinc plated or TRI -SEAL® coated to provide lubricity and improve tapping performance. PULLOVER app Tee Chp24$a. Zee Clip24ga.. (Ave.0himate) (Ave.UNbnate) #10 4151bs. 51016. 412 4301bs. 69216.. #14 DP 1 407 lbs. 67716.. ' Berridge Clips aavvsaesnn APPROVALS Factory Mumal: 1W14 DPS CONCEALOR. FM Approve[ Standard 4481 Class 1- Wail Fastener Miami Dade: #10 GP DONCEALOR MEETS FLORIDA BUILDING CODE 1506.6 & R904.5.2 (TRISEAL® & $S ONLY) PERFORMANCE SPECIFICATIONS Fastener Diameter & Material Thread# Diameter Minimum Ultimate Tensile Shear lbs. I bs. Tumoral`. Ibs4n #10-9/Carbon 0.200" 1,520 1,150 60 #10-9141OSS 0100" 2,500 1,625 85 #10-13/Carbon 0.195" 1,725 1,125 60 #10-13/302SS 0.195" 1,040 701 45 #10-16/Carbon 0.186' 2,100 1,400 61 #10.16/41OSS 0.186" 3,200 2,130 92 #12-111 Carbon 0.220" 2,500 2,000 95 #12-14/Carbon 0.217 2,778 2,000 100 #12-14/304SS 0.212" 2,630 1,978 85 #12-24/Carbon 0.213" 3,450 2,420 110 1/414 / Camon 0.243° 3,850 1 2,600 150 #1413/Carbon 0.235" 2,600 1 1,500 95 #14-13/304SS 0,235" 2,000 1 1,200 1 77 FASTENER PROPERTIES REVJS0120 Thteatllype Thmod - A minimum of 3 factors of safety should be used for most self -drilling or self -tapping Need I Carbon Steel & 41OSS Screws: 2,500 RPM Max. aM PNdt Mj.r.'s Nelson Need Ola nugmess Die Fleoh #10.16 DP2 .180- C1022 .450' A95 #2s .0003'ZI.&Ye11ow #10-24 DES .185' 01022 .450' ASS' #25 .e003.2Inc&Yellow #10.12 BB ,185' C1022 .450' .095' #25. TRISEALCoated A WI 01022.450' &D C B CSt TRFSEAC'Coated #1613 GP .mo- 3028S A .095' #23q SS: Pasanated stainless steel A,D,E 01022.450' A A.E CS:TRISEACCoated #1618 DES .180' 410 SS .085' /123q SS:.000T Zinc & Clear for Woolly C1022.450' TRISEACCoakcl 410.9 GP(ULP) .200' 4106S .040° #23q Passivated 01022 CS: TRISEAC'Coated #1241m .220' 3028S .450' .095° #2 Sq ss: ..e is #1244DP3 210, C1022 .450' mo° #2Sq (50300) 30455 .Sol° ,e90° T-27 Ton ,0003°Zinc&Yellow 412-24 OPS 01022 #3 Sq .0003 - Zinc &Yellow .210' -450 .085' TRISEAC Coaled C1022, CS: TRISEAL Coaled #14-13 OP1 ,235' 3045. OBS' 4259 S5: Passivated & Coated far Iubridty 116-140P3 C1022 '500-(1) #2 Sy TRI-SEALCaared .245' 625'(-2') .095 1N Sq TOOLING ( Do not use impact tools! Fastening Tips - A minimum of 3 factors of safety should be used for most self -drilling or self -tapping Screw -gun RPM fasteners in metal 15-6 for wood. Consult a design professional for appropriate Carbon Steel & 41OSS Screws: 2,500 RPM Max. values. DP5, 1/4" & 5/16" DP3: 2,000 RPM Max. 302 & 304 Stainless Steel Tapping Screws: 1,000 RPM Max. Install fastener perpendicular to the work surface and tighten to no more than For optimal performance, use screw -guns with torque control approximately 708/0 of the torsional strength. feature. • Allow at least three full threads to extend beyond the material. For wood applications, Zinc Plated allow 1" minimum embedment or full thread embedment in plywood and OSB for DO NOT OVER -TORQUE FASTENERS. optimal pullout resistance. FASTENER MATERIAL SELECTION BASED ON THE GALVANIC SERIES OF METALS XThe corrosion of the base metal Is not increased by the fastener. B. The corrosion of the base metal is slightly increased by the fastener. G. The comoslon of the be.. metal may be considerably Increased by The fastener material. D. The plating on the fastener Is rapidly consumed. E. The corrosion of the fastener is Increased by the base metal. 'NOTE: Marine environments can cause galvanic corrosion. Consult panel manufacture for compatible fasteners to minimize galvanic corrosion. All information is non-binding and without guarantee. Before using the products, all suecifications and calculations must be checked by a suitably qualified person and local regulations must be observed. This document Is subject to revision. We reserve the right to make technical changes. (0321-1) TRIANGLE FASTENER CORPORATION 800.486.1832 1 wwwArianglefastener.com Visit our website for the most up-to-date product and technical information! Page 9 of 9 " - I STEEL STAINLESS STEEL STAINLESS STEEL Zinc Plated Type410 Type302,304,316 ALUMINUM _1 Zinc I Galvanized I ZNIAI A C c B ..: Coated Steel '3111 Aluminum A Not Recommended 'e A WI Steel/Cast Iron &D C B A 0 Brass, Copper, Brame A,D,E A B A,E 0 m: stainless steel A,D,E A A A.E 300 Series XThe corrosion of the base metal Is not increased by the fastener. B. The corrosion of the base metal is slightly increased by the fastener. G. The comoslon of the be.. metal may be considerably Increased by The fastener material. D. The plating on the fastener Is rapidly consumed. E. The corrosion of the fastener is Increased by the base metal. 'NOTE: Marine environments can cause galvanic corrosion. Consult panel manufacture for compatible fasteners to minimize galvanic corrosion. All information is non-binding and without guarantee. Before using the products, all suecifications and calculations must be checked by a suitably qualified person and local regulations must be observed. This document Is subject to revision. We reserve the right to make technical changes. (0321-1) TRIANGLE FASTENER CORPORATION 800.486.1832 1 wwwArianglefastener.com Visit our website for the most up-to-date product and technical information! Page 9 of 9 " - I APPENDIX E - ZIP -RIB DATA SHEET AND ROOFING & SIDING DESIGN 1B 12" - 16" - 18" Standard Wider widths up to 22" subject to inquiry 7 Wnhul Penal RN(Impme) P 2 Wilk 3 Pend Rbp(Inquee) P female ID N.tm wA Panel ne, optional Male b Before Seaming After Seaming Approvals • UL -90 Uplift, UL Class "A", UL P -XYZ Assemblies • Factory Mutual Approved • Dade County Approved • AAMA-501 • ASTM E1592 • ASTM E1646 • ASTM E283 • ASTM E1680 • ASTM E331 • F.B.C. Approved • ASTM E2140 • New York City MEA, Thermal -Cycle Clip Test • US Army Corps of Engineers Warranties • 20 Year Finish Warranty on Painted Aluminum & Steel • Additional Warranties Available (Weather -tight, etc) IMETCO" is .. r,iurNd trademark of Innovative MCO, Company, Inc, ZIP RIB" is .. C,!,tCrd trademark of Merchant & Evans Company, Inc. Product Description The ZIP-RIBe structural metal roof panel system is designed for roofing on slopes 1 /4" per foot or greater and can also be used as a vertical wall panel. Its mechanically seamed ribs are 2-1/2" high and panels are available in widths of 12", 16" or 18" (nominal coverage). Wider widths up to 22" are subject to inquiry. Specialty manufacturing options such as conical tapers, convex and concave curves and continuous lengths exceeding 460 feet are available with this time tested system. ZIP -RIB can be applied over open purlins, re -roof framing, plywood or metal deck. Design Characteristics • Structural, mechanically seamed metal roofing panel • Standard Panel Depth: 2-1/2" • Available Panel Widths: 12", 16", 18" nominal coverage • Wider widths up to 22" subject to inquiry • Factory or field roll Formed / mechanically curved Available Materials • Aluminum: .032",.040",.050" • Galvanized: 24, 22, 20 & 18 gauge • Stainless Steel: 22 & 24 gauge • Copper: 16oz, 20oz & 32oz • Zinc:.7mm, .9mm, 1.2mm • Mill Finish or with Flouropolymer (Kynar) coating • Smooth or Stucco Embossed Surface 'Other materials, gauges & custom coatings available `Perforated available (except Galvanized) CC,(rpyeuII2020j R071520 Iff©©©gs' www.imetco.coln • (800) 646-3826 • wwwaipri6.celn • (800) 251.6215 INNO VEMMLaCOMMNT,INC. S Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • B1 • 08016 INNOVATIVE METALS COMPANY, INC. 1E LUNY S ?964. Roofing & Siding Design Guidelines R071620 Roofing & Siding 5©GLPN' �SNC.F YBG6 Design Guidelines Table of Contents Ridges, Slip Joint, Flexing, Headwalls 21 Introduction 3 Fixed Ridge 21 The System 3 Slip Joint Ridge 21 Panels 3 Flexing Ridge 22 Warranties 3 Closure with Pan-End 22 Concealed Clips 4 Vented Ridge 22 Gable Clip 4 Headwalls 23 Sliding Hook Clip 4 Slope Transitions 23 Gables, Rakes, Side Walls 24 Tools/Design Requirements 4 Basic Gable 24 Zipper Tool, Hand Crimping Tool, Pan End Tool 4 Sealed Gables (ZR-502) 24 Ridge Closure System 5 Sealed Gables (ZR-504) 25 Low Pitch Closure Assembly 5 Basic Side Wall 25 Hip Closure System 5 Radius Gable 26 Knee Joint Trim 5 Building Expansion/Seismicjoints 26 Leg Clamp 5 Expansion Joint At Side Wall 27 Thermal Movement 6 Nominal Linear Expansion Chart Corrosion Resistance 7 Thermal Fixed Points 27 Slope 8 Fixed Point Locations 27 Panel Gauge Selection - 8 Types Of Fixed Points 27 Walking Loads 8 Deflections 9 Hip Conditions/Diagonal Ridges 28 Technical Data 9 Valley Conditions 29 Structural-Uniform Load Capacity 9 Diaphragm Strength 10 Penetrations 29 Fire Ratings 10 Pipe lacks/Vents 29 Aston Static Pressure Tests 10 Curbs 30 Anchor Clip Selection 10 Clip Placement 11 Siding 31 Clip Fixed Points 11 Fastener Load Calculations 12 Curved Roofs 32 Explosion Release Panels 13 Natural Curves/Machine Induced 32 Warped Surfaces/Cones 33 Anchor/ Fastener Guidelines 13 Cylinders 33 Fastening To Wood 14 Power Screwdrivers 14 Flashing Lap Joints 34 Fastening To Concrete 14 Fastening To Steel 15 Walkways And Solar Panels 35 Flashing Fasteners 15 Sealants 15 Skylight Panels 35 Corrosion 16 Durability 16 Insulating A Roof 35 Mechanical Performance 16 Steel Deck 36 Open Framing 36 Fastener Designations Sheet 17 Snow Precautions 37 Design Details 18 Ice Dams 37 Weathertightness 18 Sealed Seams 38 Suggested Details 18 Sealing/Valleys, Gutters, Downspouts 38 Eaves 19 Snow Movement 38 Gutters 19 Snow Guards 39 Basic Internal Gutter 20 Roof to Fascia Transition 20 Policy Statement 41 ® ®� �'tg-8' www.imetco.com • (800) 646-3826 • www.ziprib.com (800) 251.6215 2 Performance Inspired SduHons. Merchant 8 Evans, Inc: 308 Connecticut Drive • Burlington • NJ • 08016 Introduction Roofing & Siding Design Guidelines The ZIP -RIB° System factory or field roll -formed, ZIP -RIB panels are secured to roof purlins or decking by concealed anchor clips. This can eliminate penetration of the panel by fasteners to the structure. Holes which tend to elongate with thermal movement and cause leaks are thus reduced to a minimum. The 2 1/2" standing seams between panels are rolled closed over the anchor clips in the field by an electrically driven self-propelled "Zipper Tool." Anchor clips are designed to allow thermal movement, permitting use of longer panel lengths than that of conventional systems. Where handling conditions permit, panels can be full length, ridge-to-eave which provide clean unbroken lines and eliminate potential leaks at end -lap conditions. ZIP -RIB panels, clips, and closure assemblies can be designed to provide a weathertight, low -slope system for roofing and siding in both new construction and re -roofing. Special treatments may be required for snow areas. See Snow Area Precautions section on page 33. Companion items such as gutters, drip angles, fascias, ridge caps, door, window, or gable trim and other flashings are not standard but are fabricated to suit job design conditions. Suggested details for these items are included in the Detail Plates section of this guide. ZIP -RIB Panels Panels can be manufactured from 3004 aluminum alloy in 0.032", 0.040" and 0.050" thicknesses or coated carbon steel (Aluminum -Zinc alloy or G-90 galvanized) in 24 GA, 22 GA, 20 GA and 18 GA thicknesses. Aluminum and steel panels are available with oven -cured fluorocarbon finishes (Kynar 500 or Hylar 5000) or other prefinished coatings as specified by the designer. Other material options w include copper, lead coated copper, zinc, and stainless steel. Contact IMETCO for specifications pertaining to ,. these material options. At this writing, 12" and 16" panel' ' a widths are available. i` Factory formed panels are routinely fabricated in custom lengths for specific projects up to 90 ft. depending upon shipping regulations which can vary from state to state. For longer lengths and for large projects, ZIP -RIB panels can be produced on-site with special mobile forming equipment. Panels in excess of 450 feet have been fabricated in continuous lengths to provide an unbroken weather -seal. Warranties Limited express warranties covering structural, finish and weathertightness performance are available to meet specific project requirements. Sample copies are available from ZIP -RIB sales representatives. Items not made or sold by the manufacturers of ZIP -RIB, such as sealants, fiberglass panels and fasteners, etc. carry no warranty from Innovative Metals Company, Inc. either expressed or implied. Refer to the representations made by each of these manufacturers in their product data sheets. ®® ®�www.imotco.mm • (BOO) 6463826 • www.ziprib.com a (800) 2516215 Perrormmae lnspned Solutions. �" Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington a NJ • 08016 3 F36R{..LYN' EkFICJ? Y�6lF ZIP -RIB Concealed Clips Roofing & Siding Design Guidelines Clip selection, spacing, and method of attachment are determined by anticipated thermal movement, uplift loads and the building structure. Typical ZIP -RIB anchor clips are designed to permit longitudinal thermal movement while securing panels to the structure. See Thermal Movement in Design Criteria section on page 5. #2002 Gable Clip - Secures panel edges at each side #2080 Sliding Hook Clips - Rolled into the seam of roof, and provides means to secure rake trim, sidewall but provide for thermal movement through a sliding flashings, expansion joint covers, etc. that are screwed connection with the base. to the lip of the clip, thus allowing free movement of the roof panel. See page 20 for details. ZIP -RIB Tools & Design Requirements Zipper Tool - Used for closing the seam in the field. For efficient operation there should be at least 10 inches clearance beyond both ends of the panel. This allows the machine to run on and off without need for finishing the closure by hand crimping. Hand Crimping Tool - Used to close the standing seam as a temporary measure or wherever there is inadequate clearance for the mechanical Zipper Tool. In addition, hand crimping should be performed on the first 3 inches of panel where machine seaming follows. Pan End Tool - Used to form a pan at the ridge, head wall, etc., to back up the ridge closure accessory. It requires at least 30" clearance perpendicular to the panel, and 3" beyond the end of the panel. See pages 17 and 18 for illustrations of pan ended panels. www.imetco.com • (800) 6463826 • www.ziprib.com • (800) 2576215 4 Performance Inspired solutions. ' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 0 P6L.6f%' 4t1YGE Y36tF Ridge Closure System Roofing & Siding Design Guidelines Low Pitch Closure Assembly - This accessory consists of a profile cut flexible foam filler to resist air and water penetration and is protected and supported by a formed metal channel that attaches to the top of each rib. The ridge cap covers the closure screws so there is no exposed penetration into the panel itself. For additional protection, a pan end formed by the ZIP -RIB Pan End Tool has the effect of raising the upper end of the panel pan approximately 1-1/2". In severe climates, the designer often recommends two ridge closure assemblies. Embedding the insert in wet sealant and applying a seal tape across the top of the channel may further seal the closure assembly. See pages 17 and 18 for additional details. ' Foam Closures Hip Closure System Metal Closures The parts shown are field cut to diagonal requirements from 10' lengths of channel and support strip, and 25' rolls of closure foam. They serve the same purpose as the ridge closure. Pan ending of diagonal cuts at hips must be done with sheet metal hand tongs since no standard tool is available. It is desirable to follow procedures outlined for ridge closures in extreme climates. Refer to the Design Details for more specific performance notes. The hip cap is screwed to this closure assembly between ribs, and covers the closure -to -rib screws so there is no exposed penetration of the roof. See page 25 for additional details. Knee Joint (#7090) Trim Available to match ZIP -RIB finishes, this formed molding is used for various transition treatments such as gambrels, fascia -to -soffit, etc. as well as for adding structural strength to the side -seam where required to meet extreme wind uplift conditions. See page 16 for details. LllulL�LrLyLJ ���° Performance Insp ied Solutions. Leg Clamp (#2050) For securing hand railings, guy wires, catwalks, machinery platforms, snow guards, etc. to completed systems without penetrating the ZIP -RIB roofing. Attachments to the heavy gauge, stainless steel #2050 Leg Clamp may be wood or metal, but must not interfere with roof panel thermal movement. www.imet(o.com • (800) 646.3826 • www.ziprib.com • (800) 257-6215 5..} Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 Thermal Movement Roofing & Siding Design Guidelines Expansion and contraction are important factors in the design of all metal roofing and siding. Thermal movement dictates design details - including clip selection and placement. With ZIP -RIB panels, it is particularly significant because panel lengths often exceed those encountered with other products. All materials expand and contract with variations in temperature. For a 100° F change, an eight -foot length will expand or contract as follows: or Concrete 1/16 - /16"CSteel Copper opper or Stainless Steel 3/32" Aluminum 1/8" Glass Fiber Reinforced Polyester 3/16" Since different parts of a building will lead or lag during temperature change, there is movement between layers of the roof deck assembly even when made of the same material. For specific projects, the designer should assume a maximum daytime roof temperature from 180' F for dark painted panels to at least 140° F for bare aluminum. Roof low temperatures can be well below the ambient air because of nighttime radiation to the sky. This difference has been measured as much as 30° F in thin dry air at high elevations and 20° F at sea level. For non -insulated steel structures in temperate climates, a design minimum of 100° F is recommended to compensate for the differential movement between the skin and the structure. For wood structures, insulated buildings that are temperature sensitive, or in extreme climate area, a greater range of temperature difference should be considered. Dark roofs in mountain areas may be subject to a temperature range of 240° F or more. Crosswise to ZIP -RIB panels, thermal movement is absorbed in each vertical rib joint. Expansion joints in the structure itself require special treatment. Lengthwise panel movement must be accommodated by proper selection and placement of the anchor clips and by proper design of any intersecting flashings, gutters or penetrations. Provision must be made to fix panels at anchor clips at one location to prevent longitudinal shifting of the entire panel system. The fixed attachment must resist the dead and live loads on steep roofs or walls plus any anticipated weight of snow and ice. Therefore, it may be necessary to fix the panels at two or more adjacent anchors. As a general rule, panels are fixed at their mid point to minimize movement relative to the structure - and along a straight line perpendicular to panel length to prevent movement of panels relative to each other. Weathertight details at heavy ventilators or large openings may require fixing panels at some point away from the middle. If so, all panels should be fixed along the some line so that adjacent ZIP -RIB panels will not be required to move relative to each other. For suggested treatment for the above conditions or thermal movement problems relative to hips, valleys, diagonals, surfaces with irregular perimeters and various other conditions that may require use of slip joints, see the various Detail Plates which follow. www.imetco.mm • (800) 646-3826 • www.ziprib.com a (800) 257.6215 G '. Performance Inspired Solutions. Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 r�/ F'OLLffI fitFSCE ivG4 Roofing & Siding Design Guidelines Clearances between panel ends and accessories or other members such as gutters, ridge caps, end walls and the design of such accessories or related flashings must be adequate to accommodate all expected movement. Flashing -joint design may be more critical with aluminum than steel because of aluminum's higher coefficient of expansion. In either case sheet metal flashing lengths should be restricted to 12 feet or less to avoid elongated fastener holes, oil cans or kinks. To allow movement in flashing lap joints, screws or rivets should not be used to hold flashing lengths to each other. Several types of joints that allow movement are shown in the Design Details section. Wide fascias, Flashings, etc. should be designed with breaks or ribs and embossed patterns, if possible, to hide the inevitable irregularities of large wide flats. Spliced lap joints in ZIP -RIB are required when it is necessary to extend panel lengths beyond shipping limits when field forming of panels cannot be accomplished. For weather tightness, these are designed to be sealed joints with structural connections that prevent relative movement of the ZIP -RIB lengths that could stress the sealant and cause a leak. Permanent structures such as ventilators, air conditioning units or solar panels supported on ZIP -RIB roof panels may tend to inhibit the thermal movement or cause accelerated panel wear unless considered in design. If it is not possible to eliminate movement at the point of support or distribute loads over a wide area, it will be necessary to penetrate the roof and flash properly. You should contact your ZIP -RIB representative for assistance in such cases. Good references for general flashing details are: Aluminum Association "Specifications for Aluminum Sheet Metal Work in Building Construction", SMACNA "Architectural Sheet Metal Manual" and "The NRCA Construction Details." Nominal Linear Expansion Chart This chart shows the importance of the ZIP -RIB System's ability to allow thermal expansion. It also emphasizes the need to provide ample clearances for gutters, ridges, end walls and other details. Long panel lengths in extreme climates could require over 3" clearance at free ends. For design, the maximum temperature should be at least 140° F for bare aluminum and up to 180° F for dark painted materials; regardless of ambient maximum. Minimum should be well below ambient air to allow for radiation to the night sky. A minimum of 100° F is suggested. MEMO�� � www.imetto.com • (800) 646-3826 • wwwaiprib.com • (800) 257.6215 P.,f. an 1n ,:ed Solutions. ° Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 Attachment C Draft Contract with Best Contracting Services, Inc. 2.2 Project IILDING _,20 >f the State 'City") and t 19027 S. . City and 'Parties" in ie ROOF the City on that it is ployees or n the State City desires to engage Contractor to render such services described herein as Project ("Project") as set forth in this Contract. 3. TERMS 3.1 Scope of Services and Term 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work Best Contracting Services, Inc. Page 2 of 11 necessary to fully and adequately supply the professional construction services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Contract, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Contract shall be from Effective Date shown above to January 14, 2026 unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Contract if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Services shall be performed by Contractor or under its determine the means, methods and details of performing requirements of this Contract. City retains Contractor or and not as an employee. Contractor retains the right 'to`p for others during the term of this Contract. Any additional' under this Contract on behalf of Contractor shall also not all times be under Contractor's exclusive direction and wages, salaries, and other amounts due such of Services under this Contract and as requit all reports and obligations respecting such ac social security taxes, incometax withholding, and workers' compensation insurance. iCif'.�►.l in Im Independent Contractor. The supervision. Contractor will the Services subiect to the independent contractor basis rm similar or different services sonnet performing the Services employees of City and shall at ttrol. Contractor shall pay all tnection with their performance tractor shall be responsible for tel, including, but not limited to: insurance, disability insurance, :ontractor shall perform the Services within the schedules timeline. Contractor rofessional and technical personnel required to perform the with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates the City Manager, Ben Kim, or his designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Sean Tabazadeh, or his designee, to act as its representative for the performance of this Contract ("Contractor's Representative"). Contractor's Representative shall have full authority to Best Contracting Services, Inc. Page 3 of 11 represent and act on behalf of the Contractor for all purposes under this Contract. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Contract. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Contract in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License if applicable, and that such licenses and, approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state aind federal laws, rules and regulations in any manner affecting theperformance of the Project or the Services, including all Cal/OSHA, AQMD requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance: Contractor shall maintain, prior to the beginning of and for the duration of this Contract, insurance coverage as specified in Exhibit B attached to and part of this Contract. 3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid Best Contracting Services, Inc. Page 4 of 11 injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures:'`'' 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as :California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing' Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with =a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond: If specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Contract, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further Best Contracting Services, Inc. Page 5 of 11 payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Contract, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Contract (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Contract for cause. 3.2.12.4 Surety Qualifications. Only ;bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be consideredqualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. The total compensation shall not exceed FOUR HUNDRED EIGHTY-EIGHT THOUSAND, FOUR HUNDRED TWENTY-FIVE DOLLARS ($488,425.00) without advance written approval of City's; project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Contract. 3.3.2 Pay itemized statement that Contractor. The stater since the initial comment appropriate, through the such statement, review tl subject to a 5% retention Contract has been satisf-, with the County of Los A 3.3.3 Reir any expenses unless au f' Compensation. Contractor shall submit to City a monthly tes work completed and hours of Services rendered by ill describe the amount of Services and supplies provided date, or since the start of the subsequent billing periods, as f the statement. City shall, within 45 days after receiving ;ment and pay all approved charges. The payments will be t, which would be released and paid after all work under the completed, and 35 days after a Notice of Completion is filed ursement for Expenses. Contractor shall not be reimbursed for irized in writing by City. 3.3.4 Extra Work. At any time during the term of this Contract, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Contract. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.4 Accounting Records. Best Contracting Services, Inc. Page 6 of 11 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Contract. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Contract. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Contract for a period of three (3) years from the date of final payment under this Contract. 3.5 General Provisions. 3.5.1 Termination of Contract. 3.5.1.1 Grounds for Term Contractor, terminate the whole or any part of this Coni giving written notice to Contractor of such terminatic thereof, at least seven (7) days before the <effectiv termination, Contractor shall be compensated only; adequately rendered to City, and Contractor shall be Contractor may not terminate this Contract except for 3.5.1.2 Effe( provided herein, City may require Conti and Data and other information of any performance of Services under this Co document and other informationwithin terminated in whole or such manner as it mal 3.5.2 D shall be given to the re the respective parties CITY: Additional i. City may, by written notice to at any time and without cause by nd specifying the effective date ite of such termination. Upon those services that have been Jed to no further compensation. If is terminated as all finished or unfinished Documents cared by Contractor in connection with the :)ntractor shall be required to provide such 5) days of the request. In the event this Contract is t City may procure, upon such terms and in services similar to those terminated. of Notices. All notices permitted or required under this Contract e parties at the following address, or at such other address as ovide in writing for this purpose: ontracting Services, Inc. S. Hamilton Avenue Gardena, CA, 90248 Attn: Sean Tabazadeh Tel: (310) 328-6969 City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Best Contracting Services, Inc. Page 7 of 11 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Contract. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled' to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Contract, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy, any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal, proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials, officers, employees, agents or volunteers. 3.5.6 Entire Contract. This Contract contains the entire Contract of the parties with respect to the subject matter hereof, and supersedes all prior negotiations and understandings. This Contract may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Contract shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.8 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5.10 Successors and Assigns. This Contract shall be binding on the successors and assigns of the parties. Best Contracting Services, Inc. Page 8 of 11 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contractor any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Contract, the language of this Contract shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not workdays. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Contract. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Contract. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Contract. 3.5.13 Amendment; Modification. No supplement, modification, or amendment of this Contract shall be binding unless executed in writing'; and signed by both Parties. 3.5.14,Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppels, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity; Severability. If any portion of this Contract is declared invalid, illegal, or otherwiseunenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to rescind this Contract without liability. For the term of this Contract, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 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, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all Best Contracting Services, Inc. Page 9 of 11 activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self- insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Contract. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right, and authority to make this Contract and bind each respective Party. 3.5.21 Counterparts. This Contract may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Contract, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a,provision making them subject to all provisions stipulated in this Contract. [SIGNATURES ON NEXT PAGE] Best Contracting Services, Inc. Page 10 of 11 CITY OF ROSEMEAD Ben Kim, City Manager Attest: Date Ericka Hernandez, City Clerk Approved as to Form: Rachel Richman, BEST CONTRACTING SERVICES, INC. Signature Date Name: Print Title: Date [if Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: y ;Date Name: Title: Best Contracting Services, Inc. EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL Best Contracting Services, Inc. INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance. Contra liability insurance with coverage at least as broad 01, in an amount not less than $1,000,000 per occ for bodily injury, personal injury, and property operations aggregate. The policy must include amended. Any endorsement restricting standard be accepted. Automobile liability insurance. as broad as Insurance Servic( property damage for all activit Work to be performed under t non -owned or rented vehi, limit for each accident. Workers' compensation i Insurance (Statutory Limi $1,000,000) for Contract( California, Section 3700 subcontractor to similarly Liability Insurance in acco all of the subcontractor's e shall maintain commercial general surance Services Office form CG 00 urrence, $2,000,000 general aggregate, lamage, and a $2,000,000 completed contractual liability that has not been ISO "insured contract" language will not Contractor shall maintain; automobile insurance at least s Office form CA 00 01 covering bodily injury and as of the Contractor arising out of or in connection with its Agreement, including coverage for any owned, hired, in an amount not less than $1,000,000 combined single urance. Contractor shall maintain Workers' Compensation I and Employer's Liability Insurance (with limits of at least 's employees in accordance with the laws of the State of the Labor Code In addition, Contractor shall require each mintain Workers' Compensation Insurance and Employer's ance with the laws of the State of California, Section 3700 for Excess or Umbrella Liability Insurance. (Over Primary) Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages setforth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Contractor shall obtain and maintain an umbrella or excess liability insurance policy that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: Best Contracting Services, Inc. • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Builder's risk insurance. Upon commencement of construction and with approval of Agency, Contractor shall obtain and maintain builder's risk insurance for the entire duration of the Project until only the Agency has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and Agency, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to Agency. The policy shall contain a provision that all proceeds from the builder's risk policy shall be made payable to the Agency. The Agency will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a ,part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- orbetterand a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third party General liability policies shall provide or be endorsed to provide that Agency and its officers, officials, employees, agents, and volunteers shall be additional insurer under such policies Best Contracting Services, Inc. using standard ISO endorsement No. CG 2010.. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Contract shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. 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 Contract relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverage required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discoverv`period) that may affect City's protection without City's prior written 7. Proof of prior to the execution not delivered as requh no replacement cover any insurance it deer Contract and to pay th and promptly paid by option. ith theseinsurance requirements, consisting of certificates of all of the coverage required and an additional insured actor's general liability policy, shall be delivered to City at or of this Contract. In the event such proof of any insurance is ed, or in event such insurance is canceled at any time and age is provided, City has the right, but not the duty, to obtain is necessary to protect its interests under this or any other e premium. Any premium so paid by City shall be charged to Contractor or deducted from sums due Contractor, at City Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. Best Contracting Services, Inc. 9. It is acknowledged by the parties of this Contract that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all Contracts with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this Contract to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured 'retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. 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 the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Contract will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Contract. 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this Contract. This obligation applies whether or not the Contract is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. 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 Best Contracting Services, Inc. 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 within five days of the expiration of the coverage. 17.The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this Contract. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits conta intended as limitations on coverage, limits or other'requirf any coverage normally provided by any given policy. Sp( coverage feature is for purposes of clarification only as it and is not intended by any party or insured to be limiting 19.These insurance requirements are intended to be separ other provision in this Contract and are intended by interpreted as such. 20. The requirements in this Section sul Contract to the extent that any other provisions of this Section. 21. Contractor agrees to be rE involved in any way with t for the cost of additional i provisions are to be dE reimburse any third parr shall be no recourse ac respect thereto. Contractor agrees to provide Contractor arising out of the obligation or liability by such all other ined in this section are not �ments nor as a waiver of :cific reference to a given pertains to a given issue, or all-inclusive. ate and distinct from any the parties here to be Ins and provisions of this nflicts with or impairs the onsible for ensuring that no contract used by any party project reserves the right to charge City or Contractor trance coverage required by this Contract. Any such with reference to City. It is not the intent of City to for the cost of complying with these requirements. There inst City for payment of premiums or other amounts with immediate notice to City of any claim or work notice, handling of any such claim or claims )erformed under this Contract. City but has the right (but not the duty) to if they are likely to involve City. loss against assumes no monitor the Attachment D Other Bids Received (Six Total) Danny Letner, Inc. dba BIDDER: Letner Roofing Company CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION -BID SCHEDULE CONTRACT BID FORMS CBF - t Danny Letner, Inc. dba BIDDER: Letner Roofing Company BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 NO. ITEM DESCRIPTION EST. UNIT UNIT ITEM QTY. PRICE COST Temporary Restroom Facilities - work shall include rental of one portable restroom and one hand washing station. The contractor shall ensure 1 LS $ 250 $ 250 that the portable restroom and hand washing station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and 2 requirements, see Appendix A and B 1 LS $105.601 $105.601 (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 3 Rosemead Public Works Office & Warehouse 1 LS $ 393,405 $ 393,405 Building, as detailed per Part C: Technical Provisions, Appe dix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and 1 LS $4,817 $ 4.817 replacement of the barbed wire. Barbed wire replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 504.073 TOTAL BASE BID AMOUNT IN WORDS: Five Hundred Four Thousand Seventy -Three Dollars The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. CBF -2 Danny Letner, Inc. dba BIDDER: Letner Roofing Company In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govem over figures. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered C. NPDES, W WECP, and Best Management as inclusive in each Bid Item listed above in Practices (BMPs), Public Convenience and the Base Bid Schedule and Additive Alternate Safe ty Bid Schedule as applicable, and no additional D. Construction Staking by Land Surveyor and/or separate compensation will be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. 4%ehed)fere s a certified check, a cashier's check or a bid bond in the amount of ousand our u red Sen Dollars and Thirty Cents Sollars ($ 50,407.30 ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 Danny Letner, Inc. dba BIDDER: Letner Roofing Company Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and aerees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar day if project is not completed within the working the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 Danny Letner, Inc. dba BIDDER: Letner Roofing Company EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Pedro Reyes 12/05/2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. Dated December it, 2024 Addendum No. Dated Addendum No. Dated Addendum No. Dated CBF -5 Danny Letner, Inc. dba BIDDER: Letner Roofing Company PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not' in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No X If the answer is yes, explain the circumstances in the following space. CBF -6 FS19LLflV' S6Fv"C.F i96/d Take Full Advantage of Corrosion Resistance! Roofing & Siding Design Guidelines Designer and roof applicator share continuing responsibility from specification through installation to ensure the full performance of any substrate material. Whether panels are aluminum, coated steel, stainless steel, zinc, or copper, certain precautions are mandatory to preserve appearance and long-term functional integrity. Water stain on unpainted material is the result of shallow surface corrosion from moisture trapped between sheets or allowed to stand without air circulation. This phenomenon can occur extremely fast, thus, it is in the architect's interest to specify proper storage and handling of panels before installation. Corrosion results from contact in exposed locations or from exposure to run off from non -compatible materials. Aluminum, aluminum coated or aluminum -zinc alloy coated panels should not be used with bare steel, copper, tin or lead. Galvanized steel durability is such that it should not be used with these materials unless kept dry. Wet concrete, mortar and plaster will stain virtually all materials or finishes, and this work should be completed before roof panel installation. Direct contact with exposed absorptive surfaces such as masonry, plaster and wood should be eliminated by use of coatings or non-absorptive spacers. Spray -on insulation may be highly corrosive to aluminum or steel, and their use will void the ZIP -RIB product warranties. Even in dry locations, wood treated with water-soluble salts can absorb moisture and be highly corrosive to panels and fasteners. Either use a non -water soluble fire treatment or specify stainless steel fasteners and avoid contact with other metals. Slope For adequate drainage from metal roofing, a minimum slope of 1/2" per foot is recommended. The weathertight performance of the ZIP -RIB seam is not compromised at lower slopes and ZIP -RIB has been successfully used on applications as low as 114" per foot of slope. However, the owner and/or designer should be aware that such conditions make roof penetrations difficult to seal and may void some material warranties. Also, structural irregularities, building settlement and even minor distortions from foot traffic can allow water ponding, which in turn can lead to local discoloration or accelerated weathering of the roof surface. On a slope of 1/4" per foot, it must be recognized that a sealant bead only 1/8" high will trap a 6" long pond of water. On low pitch re -roof projects, it is common practice to install sleepers to produce either more slope or a crown to improve drainage. Contact your ZIP -RIB representative for technical support in computing purlin heights to produce a smooth curve from a gabled roof. Panel Gauge Selection In designing for economy, the most efficient use of ZIP -RIB will result from selection of the lightest gauge that meets the durability and strength requirements of the application. Purlins are then selected to accommodate the maximum span for the project loads. However, in light steel structures with cold -rolled purlins, production economies of small purlins usually outweigh the merits of wider purlin spacings. Walking Loads Elasticity of the installed ZIP -RIB profile is such that it spreads concentrated walking loads over several ribs and has more buckling resistance than ordinary trapezoidal shaped profiles. The 3/8" high pencil ribs in ZIP -RIB pans are more effective than'flat mesas in control of oil cans. However, walking in flats of standing seam panels can cause distortion at supports especially in lighter gauges. Where flat appearance is a concern and walking loads are expected, specifications should avoid 16" wide panels in the lighter gauges; 12" panels are more tolerant. Both 0.040" aluminum and 22 gauge steel panels are very resistant to such abuse. www.imetco.com • (800) 646-3826 • www.ziprib.com • (800) 257.6215 Performance lnspned SaWtions. �' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 $ ezcxa�ru •tr�ecs vsaa Deflections Roofing & Siding Design Guidelines In building design, arbitrary deflection limits are often used as design criteria. The nature of ZIP -RIB panels is such that deflections do not cause problems with elongated holes or opening of seams. Deflection should be checked if there is concern for drainage or for clearance of secondary structural members. Most codes and industry publications do not prescribe limits for deflection of roof coverings; the limits that are established are primarily concerned with structural members, especially those that also support interior plastered surfaces. Aluminum Association specifications suggest a limit of L/60 of the span length. The BOCA code limits roof deflection to L/ 180. i Actual section properties vary with distortion from uniform pressure; standing seam panels become more rigid under positive pressure and more flexible under negative loading. ZIP -RIB allowable load capacities are based upon test results in accordance with ASTM E1592 and are a better measure of ultimate load capacity than those generated from calculations which may tend to overstate panel capacities and yield non -conservative values. Contact IMETCO Engineering Department for specific loading capacities of the ZIP -RIB System. ZIP -RIB Technical Data Structural - Uniform Load Capacity Strength of the ZIP -RIB System is determined by independently certified load tests of panels fabricated on production equipment. The method is in accordance with ASTM E-1592 which simulates behavior of long panels under actual field conditions of air pressure. It avoids restraint by the load application method, by sealant tape across joints or by attachment to the sides or ends of the test fixture itself. This differs from ordinary test methods in that the setup is at least five panels wide and 17 to 21 feet or more in length. Research shows that for standing seam constructions, tests run on either fewer panels or shorter lengths can produce unrealistically high results. The use of production roll formed shapes rather than prototype press -brake material provides assurance that the tested profile conforms to the product in use. The test method is superior to computed uplift capacities based on simple pullout tests of anchors because it accurately produces the stress concentrations at anchors and changes in profile that occur under uniform pressure. Load -span tables are interpolated from this data by applying factors of safety as specified in "Light Gauge Cold Formed Steel Design Manual" by the American Iron And Steel Institute and "Specifications for Aluminum Structures" by the Aluminum Association. In General, these publications call for factors of safety of 2.0 on panel buckling and 2.2 or 2.5 on fasteners. For wind loads, design values include the allowable one-third increased stress. Current codes specify higher pressures at roof perimeters. For solid decks, anchor spacing is easily adjusted in these areas. For structures with purlins, additional framing may be required in perimeter areas. For such projects, the nominal purlin spacings can be determined for the rake and central zone pressures from the table for allowable spans. Spacings for eave, ridge and corner zones must be computed on the basis of the width of the high pressure zone and the capacity of the clips close to end conditions, which often is higher than the table values for uniform pressure. Consult ZIP -RIB engineering to determine if intermediate purlins are required in these areas or if other means are required to increase the strength of the standard ZIP -RIB assembly. ZIP -RIB should have a cross stiffening member attached 4" to 6" on centers at the ends of panels to assure structural adequacy of the end anchor as well as to align panel ends and prevent blow -back of water. See the Detail Plates section for illustrations. www.imet(o.com - (800) 646-3826 - www.ziprib.com - (800) 257-6215 9 Per(ormaose Inspired Sololions. Merchant & Evans, Inc.: 308 Connecticut Drive - Burlington - NJ - 08016 ZI 11" ROGt IN' nYMGIG Y6,6a Roofing & Siding Design Guidelines The designer (architect or engineer) need only determine the design uplift pressure (in pounds per square foot) for the specific conditions of the project to enable selection of panel and anchor spacing for the ZIP -RIB system. He must then review the submittal to verify that fasteners for the clips to the structure and the structure itself are adequate to resist these loads. Diaphragm Strength The floating action of ZIP -RIB clips prevents ponels from acting as an effective diaphragm. As with all similar systems, wind loads on walls need to be carried by diagonal bracing, by wind trusses or by a separate diaphragm such as a steel or plywood deck. Fire Ratings Aluminum alloy 3004 passes ASTM E136 "Standard Test Method for Behavior of Materials in a Vertical Tube Furnace at 750 degrees Celsius, formerly the "Standard Test Method for Determining Incombustibility of Elementary materials." Aluminum and steel ZIP -RIB are rated by Underwriters as Class A Roof Covering (TGFU) R9257 for use over purlins or noncombustible decks. Most building codes recognize that aluminum and steel in the thickness used for ZIP -RIB qualify as fire retardant roof coverings. As such, they qualify for use in combination with hourly rated construction to meet specific protection requirements. Dozens of UL rated construction assemblies (category CETW) are available. Contact Merchant & Evans' Engineering Department for the latest list of Underwriters Laboratories P -XXX Construction Numbers available for ZIP -RIB. ASTM E 1646 & E 1680 Static Pressure Tests These tests have been conducted on ZIP -RIB panels with sealant in the seam. Dynamic water penetration tests run in accordance with AAMA prove the weathertight performance of ZIP -RIB without sealant and are available upon request. The results of the ASTM E 1646 and E168O tests with sealant resulted in no water leakage with 5 gallons per hour per square foot rainfall for 15 minutes at 30 psf. The air leakage measured at 1.57 psf was zero while at 6.24 psf leakage was 0.01 cfm per square foot. Anchor Clip Selection Illustrations and typical applications for each standard ZIP -RIB Clip are given throughout this manual. It maybe helpful to consult with your local Authorized ZIP -RIB contractor, ZIP -RIB representatives or ZIP -RIB engineer during the design stages to include proper clip and panel gauge/width combinations to meet specific project conditions. Whichever clip is used, the designer should provide for necessary spacing and clearances. As seen in the illustrations of the various clips, clips provide 3/8" clearance from deck or purlin to the underside of the ZIP -RIB panel. Selection of the proper clip is a function of the type of structure, loading, thermal movement considerations, and sometimes appearance. The designer should be aware that the clip position might be detected on the installed roof, especially in lighter gauges. ®®®®� www.imetto.com-(800)646-3826-www.ziprib.com • (800) 257-6215 10 Q'9rG`�' ¢Ke9d89 Merchant & Evans, Inc.: 308 fonnecticut Drive • Burlington • NJ • 08016 Pedormanae Inspired Solutions. Roofing & Siding Design Guidelines The #2080 clip is the most frequently utilized clip for the ZIP -RIB System because its capacity is the least sensitive to uplift pressure. The standard base allows for a total movement of 2-7/8". Custom clips can be fabricated for the ZIP - RIB system which allow for additional thermal movement if the design requirements dictate the need. At the extreme position, the off center force limits the allowable clip capacity to 300 lbs. Higher loads can be achieved by utilizing super -duty modified #2080 clips which have been used for emergency operation centers in hurricane prone areas subjected to 200 mph design wind speeds. It is crucial to contact the IMETCO Engineering Department when these types of applications arise. Clip Placement Full holding power of any clip will not be realized at the extreme end of a panel. Therefore, the panel should extend 4" to 6" beyond any clip. Clips normally attach every panel to each purlin. If supports are spaced at less than half the allowable ZIP -RIB span, alternate clips may be omitted in a staggered pattern that loads all the purlins. Consideration may need to be given to avoid the possibility of rattles at unsupported locations. On continuous decks, clip spacings are determined by either panel uplift capacity or limitations of the deck connection. Clip Fixed Points Clips should be "fixed" to the ZIP -RIB ponel at one or more rows of clips along a line perpendicular to the panels so that the panels will expand and contract as a unit. Preferably, these fixed points should be located at or near the panel center to minimize movement. Where lengths are long, several adjacent rows of fixed points may be required. Exceptions to center fixing are: (1) Where movement at one end is restrained by the flashing condition or the structure. (2) Where it is preferable to simplify complex flashings at large penetrations. (3) At hipped roofs. (4) At roofs with valleys. (5) Where aesthetics are critical and provision can be made to fix panels behind the closure assembly without adversely affecting any performance related issue. See the Design Details section for more information on transitions between hips and valleys and special conditions requiring roof rib slip joints on page 24. Fastener Load Calculations The designer needs to verify that the fastener into material used for the support member can resist the design load with an adequate factor of safety. Anchor forces need to be adjusted for prying action by the clips and fastener strengths must be appropriate for the support material to be used. Considerations are: When tributary loads on the #2080 clip are in excess of 300 pounds, contact the IMETCO Engineering Department for super -duty clip analysis. When snow or thermal loads parallel to the roof surface exceed known allowable resistances, contact the IMETCO Engineering Department for further test data and/or calculations. Screw manufacturer's pullout test data must be adjusted to the strength of the material used for the project (e.g. lower yield strength material used on project versus material used to generate test data). 1119178®E1 vniminnetmorn • (800) 6463826 • wwwaiprib.com • (800) 2576215 Pedmmon<elnzp'red5dmionz.B�dLAtA' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NI • 08016 II ® Roofing & Siding �`- - --- Design Guidelines rroccru� �enacu' a.�ea To calculate the maximum load per fastener: a. Determine negative design wind pressure in pounds per square foot and multiply by panel width to get pounds per lineal foot. b. If pressure varies along the length of the panel, determine maximum anchor load by beam analysis or, for uniform loads; multiply load per foot by span length and span factor as follows: 2 Spans 1.25 x L 3 Spans (or more than 4) 1.10 x L 4 Spans 1.14 x L Mid -Roof (more than 2 spans) 1.00 x L c. Multiply by leverage factor for clip eccentricity Clip #2080 with 1 screw 2.0 x d) Clip #2080 with 2 screws 1.3 d. Adjust #2080 with 1 screw for narrow purlins Width 4-1/2" or more 1.0 Width 3" 1.1 Width 2-1/2- 1.2 Width 2" 1.3 Note: When 2 screws are used, make sure purlin width is adequate. Examples: Sixteen inch wide panels on 3" wide purlins at 5' centers with design load of 30 psf. Using #2080 clip with one screw. Clip load = 1.33 x 30 x 5 = 200# (at mid roof) Fastener tension = 200 x 2.0 x 1.1 = 440# Twelve inch wide panels on 2" wide purlins at 6' centers with design load of 40 psf. Using #2080 clip with two screws. Clip load = 1.0 x 40 x 6 = 240# (At mid roof) Fastener tension = 240 x 1.3 = 312# www.imetco.com • (800) 646-3826 • www.zipr16.com • (800) 257.6215 ? Performome Inspired Solutions. ' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 RCG4.I�J' SFWGL YF3'r4 Roofing & Siding Design Guidelines Loads at the first interior support would be higher by the span factors listed in a) above. To calculate the safe allowable load per attachment: Divide the capacity furnished by the supplier by an appropriate factor of safety. Industry publications show that the following are in general use: Adjust test values down if the material specification allows lower minimum strength than used in the tests. Note that steel grades specify only the minimum tensile strength and pull tests from higher strength lots will overstate the minimum capacity in proportion to their strength. The designer (architect or engineer) for the project must determine what is required to verify structural adequacy of the design. Load testing is required for any departure from standard ZIP -RIB details. These safety factors are merely reprinted values published elsewhere and no representation is made as to their suitability for specific applications. Engineers often specify higher values where there is concern regarding field workmanship or on certain unreliable substrates especially in re -roof applications. See pages 10-13 for other attachment comments relating to specific materials. Explosion Release Panels ZIP -RIB panels are rarely utilized in applications requiring explosion release, however contact the IMETCO Engineering Department if assistance is required. Consideration needs to be made for weathertight flashing at the perimeter of the vent segment as well as for control of the section after release. Anchor & Fastener Guidelines Architect & Engineer Responsibility Strength of individual components of the ZIP -RIB system has been determined by load testing of production material. Design load recommendations are based upon minimum properties and factors of safety as found in the Aluminum Association's "Specifications for Aluminum Structures" and AISI "Cold Formed Steel Design Manual." These call for 2.0 on panel capacity, 2.5 for attachments of steel panels, 2.2 for attachments of aluminum panels and provide for a 1/3 allowable increase for wind loads. The Designer (architect or engineer) must verify that the fasteners and the support structure to which the clips are attached are capable of carrying the intended loads. Since there are many different proprietary anchors (bolts, self -drilling screws, masonry anchors), the fastener manufacturer is the best source of safe values for ultimate pullout from the specific materials to be used on a job. Pullout data must be appropriate for the grade of material used and reduced for an appropriate factor of safety to achieve allowable pullout values. www.imetco.com • (800) 646-3826 • www.ziprib.com • (800) 251.6215 13 Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington a NJ a 08016 Perfarman<e lnsp ied Solufions. - --- Normal Load Wind Load Wood (per NFPA) 6 4.5 Concrete (per anchor mfrs) 4 4.0 Explosive fasteners in steel 4 3.0 Mechanical fasteners in structural steel (per AISI) 2.5 1.88 Adjust test values down if the material specification allows lower minimum strength than used in the tests. Note that steel grades specify only the minimum tensile strength and pull tests from higher strength lots will overstate the minimum capacity in proportion to their strength. The designer (architect or engineer) for the project must determine what is required to verify structural adequacy of the design. Load testing is required for any departure from standard ZIP -RIB details. These safety factors are merely reprinted values published elsewhere and no representation is made as to their suitability for specific applications. Engineers often specify higher values where there is concern regarding field workmanship or on certain unreliable substrates especially in re -roof applications. See pages 10-13 for other attachment comments relating to specific materials. Explosion Release Panels ZIP -RIB panels are rarely utilized in applications requiring explosion release, however contact the IMETCO Engineering Department if assistance is required. Consideration needs to be made for weathertight flashing at the perimeter of the vent segment as well as for control of the section after release. Anchor & Fastener Guidelines Architect & Engineer Responsibility Strength of individual components of the ZIP -RIB system has been determined by load testing of production material. Design load recommendations are based upon minimum properties and factors of safety as found in the Aluminum Association's "Specifications for Aluminum Structures" and AISI "Cold Formed Steel Design Manual." These call for 2.0 on panel capacity, 2.5 for attachments of steel panels, 2.2 for attachments of aluminum panels and provide for a 1/3 allowable increase for wind loads. The Designer (architect or engineer) must verify that the fasteners and the support structure to which the clips are attached are capable of carrying the intended loads. Since there are many different proprietary anchors (bolts, self -drilling screws, masonry anchors), the fastener manufacturer is the best source of safe values for ultimate pullout from the specific materials to be used on a job. Pullout data must be appropriate for the grade of material used and reduced for an appropriate factor of safety to achieve allowable pullout values. www.imetco.com • (800) 646-3826 • www.ziprib.com • (800) 251.6215 13 Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington a NJ a 08016 Perfarman<e lnsp ied Solufions. - --- RO/_LtIV� EFNC@ Y�T:R Fastening to Wood Roofing & Siding Design Guidelines Nails of any type are not recommended for use where direct pullout or withdrawal resistance is a design consideration. The safe holding strength for screws is a function of length, screw size and dry density of wood. Notice that density varies with species and not with structural grade. For attachment of ZIP -RIB clips, sheet metal screws (Type A point) are preferred over wood screws since they are fully threaded and are designed for economical placement with power screwdrivers. Self -drilling screws other than those designed specifically for attaching sheet metal to wood are not acceptable. The "National Design Specification for Wood Construction" by the National Forest Products Association provides allowable load values that are recognized by virtually all code agencies. In general, for screws perpendicular to the grain, the allowable withdrawal load per inch of penetration (P) is given by the formula: P = 2850 G2D Where: G — specific gravity of oven -dry wood D = shank diameter of the screw in inches Specific gravity varies with species of lumber. For Coast Douglas Fir, Larch and Southern Pine, the specific gravity is 0.51 and the long term holding power of a #12 (.216" diameter) screw is 160#/inch of penetration, a #14 (.242") screw is 179#/inch. Hem -Fir density is 0.42 and capacities are proportionately lower. A 1/3 increase is allowed for short duration loads such as for wind. The NDS does not cover structural values for plywood. Based upon tests conducted by the American Plywood Association and a factor of safety of 4.5 (for wind load) safe pullout values for clip screws in Group 1 species plywood are as follows: 139# per inch for # 12 screws and 156# per inch for #14 screws. Reference APA Bulletin No. E830B, Nov. 1985. Reduced values apply if some or all plies are from other species groups. Attachment to plywood less than 3/4" thick can be unreliable because of the ease with which screws can be stripped out during driving. Wherever possible, screws should go into solid blocking under or behind the panel. In cases where fasteners pass through decking into structural framing, the plywood thickness should not be figured in the embedment unless special precautions are taken to avoid the plywood joints with the screws. Power Screwdrivers With the use of power screwdrivers, the fastener and driver must be properly matched to prevent over driving and stripping of threads. This is especially important when driving screws into plywood thinner than 3/4" or steel decking below 18 gauge. Specifications would caution the applicator to follow the recommendations of the manufacturers in driving equipment used. Impact wrenches are not recommended. Fastening to Concrete One method of attachment to concrete is the use of explosive or powder actuated fasteners. The condition of the concrete must be such that itwill make an even support for the roof surface, and accept the anchor without spalling. Lightweight insulating concrete or poured decks generally do not have adequate strength for individual fasteners. The attachments for these roofs usually will be made to the structural support deck underneath. Tests of any such anchors should be run to the satisfaction of the designer (architect or engineer). In addition to straight pull tests, cyclic service loading would be helpful to avoid brittle connections. www,imetco.com • (800) 646.3826 • www.ziprib.com • (800) 257-6215 14 Performance Insp red Solutions. moi! ' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 Fastening to Steel Roofing & Siding Design Guidelines Screws in tapped holes, or self -drilling screws or explosive driven pins in structural steel usually exceed the requirements of most ZIP -RIB clips. Care must be exercised in the selection of fasteners for light gauge steel or steel decking. With thickness below 16 GA (.060"), strength values fall off rapidly; and for many proprietary thread profiles, pullout strength is not a direct function of thread diameter. The fastener manufacturer should be able prove that its fasteners will provide an adequate factor of safety to resist design loads. The contractor must be able to install fasteners without danger of over driving and stripping threads. See the comments above on the use of power screwdrivers. Self -drilling fasteners are designed for specific material thicknesses ranging from light gauge (0.020" thick) to heavy plate steel up to _" thick. Self -drilling fasteners do not develop their rated strength when used in thinner sheet materials. Typically, self -drilling fasteners for heavy gauge applications will have large drill points which remove much of the metal prior to thread engagement. Although this may be appropriate for the heavy gauge material the fastener was designed for, use in lighter gauge materials will result in pull out values SIGNIFICANTLY BELOW published values. Verify that the strength data is based on the minimum thickness and strength of material to be used for the project. Steel decks designed for uniform loads must be checked for the concentrated or straight-line loads. Flashing Fasteners Wherever possible, fasteners should not penetrate the ZIP -RIB panel or flashing in such a way that leakage will pass on to the interior. Where screws must penetrate the panels, a self-sealing type, such as with an integral sealing washer on the exposed surface, should be used. Tubular rivets, such as pop -rivets, leak and should never be used for this purpose unless plugged and sealed. Closed end rivets are available. Fasteners for attaching flashing, drip angles or trim members to ZIP -RIB panels or to each other should be no smaller than #14 screws or 3/16" diameter rivets. In areas of nominal wind speeds, fasteners into double thickness of material may be reduced, i.e., #12 screws for Ridge Closures or 1/8" for rivets in Gable Clips. See page 13 for more specific guidelines. Sealants Do not approve a short-term sealant for a long -life roof system. • The ZIP -RIB roofing and siding system is designed and manufactured to give 20 plus years of service. Do not use a 5 -year sealant with a 20 -Year roof system. • For exposed conditions, use only good quality sealants that will cure to a rubber -like consistency. Do not use oil base or asphalt -type caulking or mastic. For concealed applications, a non -hardening sealant may be used. In any case, the sealant must have good adhesion, retain its properties at temperature extremes and resist deterioration from water, heat and sunlight. • Do not use acetic acid curing silicone. • A major aspect in the successful application of sealants is surface preparation. Make certain that the surface is prepared in accordance with the manufacturer's recommendations. • Sealant will function best if installed between parts when they are assembled rather than being forced into the completed joint. • Except in heavy freeze areas where ice may spread joints apart, it is best to apply sealant away from the open face of joints so that the metal will shield the seal and protect it from direct exposure to water or sunlight. • If silicone sealant is to be used, ensure that it is non -acetic acid cure. 927178130,,� www.imeico.com • (800) 646.3826 • www.ziprib.com • (800) 257-6215 $ Performa... [.spired Solmions, . Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 ZI 11" IiPLL(M' GhRdCYe. f£9H13 Corrosion Roofing & Siding Design Guidelines Where there is the possibility of moisture condensation on the anchor fasteners, plated steel fasteners may not give effective long-term resistance to uplift. Stainless steel fasteners should be specified whenever using lumber treated with water soluble salts, when penetrating wood or insulation to spaces that may contain water vapor or when the interior is open to salt air, fog or other high humidity conditions. See Guidelines to Specifiers in the standard ZIP -RIB Guide Specification. Durability Exposejd fasteners must be compatible with the roof sheet material and offer long life in the atmospheric conditions of the proect. The following guidelines are drawn from fastener and material manufacturers' literature; recommendations for specific applications should come from the fastener supplier. 0 C. Only fasteners of aluminum or 300 series stainless steel will give service comparable to ZIP -RIB in bare or painted aluminum or steel coated with aluminum or aluminum -zinc alloy. Integral corrosion resistant caps on steel screws are compatible with aluminum and the various coated steels. The threaded portion can rust unless protected from moisture. Durability should be verified by the supplier. Less durability can be anticipated with: • 400 series stainless steel with 1.0 mil zinc or (cadmium) coating • Steel fasteners with (cadmium) or zinc coatings Aluminum or 300 series stainless also should be used in covered locations where: • Rust could run on exposed panels (such as in ridge closures) • Condensation could lead to corrosion (such as screws through plywood in cold climates) • The underside is exposed to an aggressive atmosphere on exterior overhangs or the interior of process plants. Mechanical Performance Field experience suggests that the following guidelines are desirable to assure that the related sheet metal work will have quality comparable to the basic ZIP -RIB panels. a. Use sealant on rivets and use hot bonded neoprene faced washers under screw heads for weathertightness. b. Use sheet metal screws to anchor sheet metal to wood, where possible, since even spiral or ring shank nails can back our and wear holes in the metal covering. Restrict nails to unloaded trim where the minimum head height is necessary. c. Never use fasteners in flashing end lap joints unless specific design details allow for the accumulated longitudinal expansion and contraction. d. Minimum size fasteners generally are 3/16 diameter rivets and #14 screws. Smaller rivets do not have the grip to hold in oversize or elongated holes that commonly occur with field drilled sheet metal. Exceptions are low stress applications into double thick ribs or into the extruded gable clip where the extra thickness makes an oversize hole less likely. e. Locate flashing fasteners so that any leakage will run to the outside wherever possible. Avoid penetrating panels in critical areas. Typical Clip on Bearing Plate Used on Applications with Metal Deck and Rigid Insulation Typical Screws Used to Anchor Clips to Metal Deck www.imetzo.com • (800) 646-3826 • www,ziprib.com • (800) 251-6215 Performance Insp,red Solmions, Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 16 / � R4NL6fN' &'IF.tEF_ Y!i@il. Fastener Designations las typically indicated on shop drawings) Roofing & Siding Design Guidelines NO. APPLICATION FASTENER AND OR SEALANT DESCRIPTION j REM I F1 1 Clip attachment to steel _ % 14 HWH self-chfi ing screw. 0 � 111U111tS111111111 �i puffins or hals14 ga or lighter _1 PleaSimi it Stainless area Lero as required WanF 1'paieVaaon. ____ F2 Clip attachment to metal #14 diameter selftldllin8 deck screw. (pekfast or equal) (Tin - Fast for St. S0.) X, 1V 11 � 4i1=- decking. — FI Plated Simi Stainless Meet Length as required tamh t'penNmhon I __i F3 C6upattachment tosteel I puffinsfrom .25"to.5"thick _7 # 2-24HWHsell4illlingscrew -range:T/� to 4" 114.28HWHself-ddilingscrew - range: 4 to 8" 0 1I F4 Securing ride dosures to panelri so wnceea( #12 diameter , low profile sheet metal screw (Concealoror ua X?��ivt0i1SM � (+) (�tt4tthtt� � � Cleats. n plated sleH r3 SlaMesssleel Panhmda Pancake head, krglhasregr4e1 — F5 Secudng ridge closures to pane THIS, Securing %1e" diameter rival (.16" to .25" grip) - —� drip angle to panels. I I Alumnum Stawmslee ;Palled _ Exposed sheet metal to #14 diameter sheet metal screw with bonded F6 screw sheet metal or neoprene washer. sheet metal to wood. PMedslml staavesssleel _painted Heaorphglpshead-' dntdrmxd�p.MpNas2qua0_— _ F7 Exposed sheet metal to %s" closed end rivet with epdm washeror plugged with sealant (Si). - 1 sheet metal. I AHmmm I ISIaINess slcel :P,QNed Use slandard(f5)mel wdh washadsladas steal rival kregQ ,,... F8 Clip adachmenl lnto plYWood. Sheet metal to sheet[ metal- #14 diameter "A" point screw. ( Awt w%A' iX MIAN%km _ waletBghtnessisnot critical. ❑Plaledsleel-Slamlesssued Hex orphlh headC6pa11achmem,IwOasreq'dial /penetrecon F9 Sheet metal to sheet metal wherehihstrength& Bulb -file rivet #RV6605-9-6-W' (aluminum only) wealhed ghtness is critical. I --- Requires asP?Platlosi, wI1ny M&E — F9a Zip -Rib panelend splice. I (Bulb -file rivet#RV6604.64-W (aluminum only) -- F10 Sheet metal to coaled #12 x %" long self-dri8lng sheet metal screw _, or ul1¢e standard rivet (F5). E n I gable clips. r I Poaled sled) Islawassled 5W LENGTH REWIRED. j F11 Flashingfastenerinto cGnc ete@lock/masonry. �x"xY4'nadin(Zamac#2809orequal)or Vie" x 1 % concrete screw Tapcon or �• — 1 ;hUNt�ldlUilUUUI I_I P4teddeet ;_, StahtesasleN 11 FASTENERS ARE NOTSUPPLIEDBY MERCHANT&EVANS, INC. FASTENER NOTES: 2) ALL SELF.DRRLING SCREWS SHOULD BE MATCHED TO THE MATERIAL &GAUGETO WdICHTHEYARESCREWINGTHEM INTO, 3) IT IS THE CONTRACTORS RESPONSIBILITYTO ENSURE FASTENERS PERFORMANCE ANDCOMPUANCETO SPECIFICATION. S 1 'Dynamically moving joints" A ound ssr endlaps, exterior j One pad polyurethane equal to Site corp. E — flashing laps. Sika0ex201. _PDLYUR6THN joints, curbs, 'Non-moving joints" %" x 1" (2" al valleys) butyl tape sealant equal to -- S2 Used el I gasket type. Seal held In compression. Sika co Sikalastomer isobu lane tri mer tape.". N p°ly— S3 Gasketmaterialregia[ "diameter dosed -cell backer rod. _ , Li 1) SEALANTS ARE NOT SUPPLIEDBY MERCHANT&EVANS, INC. SEALANT NOTES: 2) PRIMERS ARE HIGHLY RECOMMENDED WITH SEALANTS TO IMPROVE BOND STRENGTH, (REFERTOSEALANT MANUFACTURE FOR TECHNICAL DATA IFA PRIMER IS REQUIRED), www.imetto.com • (800) 646.3826 • www.ziprib.com • (800) 251.6215 �� Pero...... 1.,k�d Som i.�,. Merchant & Evans, Inc.: 308 (onnectieut Drive • Burlington • NI • 08016 6SCLLlfd' SJMJGG P5G'a Design Details Weathertightness Roofing & Siding Design Guidelines The basic ZIP -RIB panel without sealant has demonstrated weathertightness in wind and water tests up to 70 -mph velocity. Underlayment is not required in normal applications; but over solid decks, a secondary water barrier is recommended as inexpensive insurance. High winds and snow or ice buildups can block drainage or produce pressure that will force water through unsealed metal joints. Please refer to details under Snow Area Precautions for suggestions on these conditions. Any location where the snow depth can exceed the height of the rib should be considered a Snow Area (see page 33 for additional suggestions). Weathertightness of eave and ridge flashings, joints, hips and valleys, roof jacks, vents, skylights, etc. is dependent upon both design and workmanship. Suggested Details The following details are offered to illustrate alternatives to particular design conditions. They follow the principles of good industry practice as cited in the Architectural Sheet Metal Manual published by the Sheet Metal and Air Conditioning Contractors National Association, and may need modification to suit local conditions. Each has specific limitations of use, aesthetics or cost, and the designer (architect or engineer) is the sole judge of suitability for a specific project. Flashings are custom accessories detailed by the architect, fabricated and/or installed by the roofing contractor. The material is covered by the applicable material corrosion or finish durability warranty from the ZIP -RIB manufacturers. Details are schematic with clearances exaggerated to show individual components or layers. Where specific dimensions are believed to be important to proper functioning, they are called out. Other dimensions may be critical, and basic good sheet metal practices must be a consideration in any case. Structural performance is a function of profile and attachment spacing; tests of mockups should be specified if there is any concern. The numbers used in the above diagram reference the corresponding page number where the detail is found. www.imet(o.com • (800) 6463826 • www.ziprib.com • (800) 2576215 Performmae lnsp'red Solufions. ��' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 78 zlpjz�:M_ qO... SINCE F'_#Gb Eaves A specific eave design must take into account the total amount of expansion and contraction with conditions at both ends of panels. Normally, rut. oof panel lengths under 10' can be considered fixed throughoHowever, longer lengths or extreme temperature variations dictate that at least one panel end be free to move. A drip angle or other stiffener running crosswise to the panel helps maintain alignment of flats between ribs, blocks windblown water, and more importantly, prevents high uplift pressure at eaves from bowing flats upward to let air flow in under the roof covering. The drip angle is mandatory for all ZIP -RIB applications. Plate ZR -101 is acceptable where wind velocities do not often exceed 30 mph, where the slope is above 2" in 12" and where snow and ice are no concern. For added protection at lesser slopes or for more severe weather, seal all ribs at the drip angle with foam plugs to prevent intrusion of wind-blown water and/or specify an "eaves -flashing" (waterproof membrane) three to six feet up slope beyond any outside wall. Note that some building codes mandate the use of "eaves -flashing". Gutters Design of gutters involves consideration of aesthetics, capacity, F for overflow, protection from snow or ice and access for cleaning. Attachments must provide structural support yet allow for thermal expansion and contraction. Tables for sizing and minimum gauges may be found in the "Architectural Sheet Metal Standards" by the Sheet Metal and Air Conditioning contractors National Association (SMACNA). Some designers require that gutters slope at least 1 /16" per foot for drainage, however, others have successfully designed gutters with zero slope. The designer should recognize some limitations with sloped gutters from an aesthetic standpoint on hanging gutters (visible on long runs and may impact fascia dimensioning) and a constructability standpoint on built-in gutters (requires sloping of sub -structure). In any event, expansion joints should be no more than 50' apart on straight runs and not more than 20' from any corner. The interior rim should be higher than the outside to keep overflow away from the structure. Since each ZIP -RIB panel is individually secured to the structure, there is no accumulated movement of panels across the width of the roof. Roofing & Siding Design Guidelines Basic Eave Detail Plate: ZR -101 In other words, ZIP -RIB panels are fixed in the direction of gutter Basic Gutter Detail Plate: ZR -201 expansion and contraction, and gutters are fixed in the direction of roof movement. For this reason, greater design flexibility is achieved when the two are independently supported. Any system where the gutter is secured to the ZIP - RIB panel itself severely limits the design or performance in some way. In freezing climates at least one gutter face should slope to avoid damage from expansion of freezing water. In snow areas, the gutter rim needs reinforcement and should be below the roof plane. Straps need to be secured direct to structure rather than just to sheet metal as shown above. Underlayment should run over any eave trim to direct roof leakage outside. www.imetcmom • (800) 6463826 • www.iiprib.com • (800) 257-6215 Performance lnsp'red 5olunor,z. ' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 19 RdLL(l�f' St4'J'Clr PSS4. Basic Internal Gutter (Acceptable with Limitations) Where ZIP -RIB panels drain into an internal gutter, there should be 10" clear space for the zipper tool to avoid hand crimping. Good practice calls for scupper outlets or other overflow protection as well as a back- up membrane under the gutter. In snow areas, special consideration needs to be made to avoid freezing or snow blockage of drains. Designers specifying built-in gutters should be aware that leaks which might occur will go into the building, and the material selected should be suitable for soldering or welding of joints. Large gutters become walkways during construction and during subsequent maintenance and should therefore be solidly supported. Consult SMACNA regarding minimum gauges, maximum lengths between expansion joints for various widths and downspout sizing and locations. Note also that in order for underlayment which is used under panels to drain into the gutter, it will have to be lapped over the eave-cleat flashing. Also, any membrane used under the metal gutter should have provision for drainage into the downspouts. Gutters behind parapet walls involve the same considerations as internal gutters. Roof to Fascia Transition The detail below can be used to simulate a continuous roof -to -fascia transition. Limitations with this detail include its labor intensity, difficult to seal and heavily reliant on workmanship, must become the fixed point of the roof, and it is not recommended for snow areas because sliding snow can damage the sheet metal work. Contact the IMETCO Engineering Department for options on a one-piece transition. Roofing & Siding Design Guidelines Internal Gutter Detail Plate: ZR -204 0%. \ '=RD]FPNW COPE DETeL PAUL HAS TO FlTMSILER� W0.5. TNRNTOPPANELOV ANDrILLSHUENINO SEAM WITH SEAIANT, PRICKTo PM'EL RSTALUMN, i NIPJ] K"VC ACMTRMCMMP TOPA�NEl WI1HMMPINGTOOL. RNE-THNPM'RSTWETUR Ate' T ATEC TO NADIFANCIENWRTICAL _ RooEPANa.avEnnoAL LP WG PANEL 7 PANfl®6dc lel.. YHNO pNC1E ANO AMIN PANCM'EEN.KMMM'QE A - AS38 KEYH kE SLINNG RHCA5 PEAVNTIN —Va- SISFOOLPANELS 09 811FPENINOBEA�.Wn -- RIOCIOSURE. H" CLIP. /� RNEU(MI MBEo .. � --- IN fXYNAREAS / -� _ —.— �. VIASACEAIA 1'x1•CONT. GUnERflASNING LKTEtTENOA A]V U3LOPE IWWTRIC _. aiIPANGLE. SOLDERED STAINLESS--- STEELOREPDMLINED GRAIN SYSTEM 9OILT V GUTTER. -- NOT BY WE. ICEB WATER SHIELD. I Internal Gutter Detail Plate: ZR -204 0%. \ '=RD]FPNW COPE DETeL PAUL HAS TO FlTMSILER� W0.5. TNRNTOPPANELOV ANDrILLSHUENINO SEAM WITH SEAIANT, PRICKTo PM'EL RSTALUMN, NIPJ] K"VC ACMTRMCMMP TOPA�NEl WI1HMMPINGTOOL. RNE-THNPM'RSTWETUR Ate' T ATEC TO NADIFANCIENWRTICAL _ RooEPANa.avEnnoAL PANfl®6dc lel.. pNC1E ANO AMIN PANCM'EEN.KMMM'QE A - RHCA5 PEAVNTIN —Va- SISFOOLPANELS 09 811FPENINOBEA�.Wn SU<mac RNEU(MI MBEo .. � --- IN fXYNAREAS ILEAWATE .EMON �. VIASACEAIA LKTEtTENOA A]V U3LOPE IWWTRIC SECTION Knee Joint Detail Plate: ZR -102 ®® � www.innelrosom • (800) 6463826 a www.ziprib.rom a (800) 2576215 20 Performance Inspired Solufions. 8' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ a 08016 T Rp£LFIV� S'FftJC6 456'ld Ridges: Fixed, Slip Joint, Flexing, Headwalls & Vented Roofing & Siding Design Guidelines As discussed under "EAVES", panel lengths under 10' may be considered "fixed" throughout. For longer panels, the design must take into account the anticipated movement at one end or the other. Basic to all ridge designs is a two-piece closure which includes a foam filler supported by a metal channel. The pan end formed by the back edge of the panel stiffens the panel and serves as a positive barrier to water driven around the primary closure. For added protection, the closure assembly maybe caulked around the perimeter of the insert and tape applied across the top. Inlaying out the ridge (or head wall), sufficient clearance should be made for field forming pan ends. Where possible, there should be 3" beyond the end and 30" working space above the ZIP -RIB. Where it is not feasible to pan end, the designer should add a second closure behind the first or call for sealant around the perimeter of the foam. The inside closure should be thoroughly sealed to the ZIP -RIB in accordance with "the rain screen" principle used in curtain wall design. The pan end is functional atvirtually any slope and is thus mandatory for all applications of ZIP - RIB Roofing. In even mild climate areas, it is advisable to specify pan ends for slopes up to 7:12; in more severe applications, it is recommended for steeper roofs as well as mansard conditions. Note that the ridge cap covers the screws which attach the closure to the panel. This prevents fasteners from penetrating the weather envelope and leaking inside. Ridge cap fasteners are secured into the closure on 12" centers typically. In extreme high wind areas, the cap fastener spacing should be reduced to 6" on center and consideration given to adding sealant and a second line of closures. Fixed Ridge Low profile ridge caps should be restricted to the fixed end of roof panels. Wide flat caps (without any step) are not recommended because they tend to become scalloped at fasteners. Low profile ridge caps frequently do not provide adequate pitch to allow proper drainage at end lap joints. This section also shows an optional method of fixing panels with through fasteners. Slip Joint Ridge A slip joint at one side of a low profile roof cap could provide for thermal movement of both panel ends. Return bends prevent disengagement at high temperatures. Frequently the ridge cap needs to allow for sliding connection on both sides either when high amounts of thermal expansion and contraction are anticipated and/or when large, heavy ventilators are located at the ridge. In such cases, internal brackets are required to maintain ridge alignment. Fixed Ridge Detail Plate: ZR -301 5s RHODE RASHNGWIFH C WOE 1E" WISIDECOVEHPLATES \ar FASTEN LEAVING TO CLOSURE La = BETWEfNFALHPNIEI. RIB. 1 4'_1 �! 3'CIENWILEISRFIXpFED "' 4 — �� RAISED RIME CM PNOFILEANDTWO ROWS OF 3- CLEARANCE IS REWIRED --\ \ P CLOSURES ARE NACHAMENDED WHERE LEE ROOF BEIWEENPANELS FORPAN \ STORE IS 2 ON 12 OR IESS, END TOC_SEE PAN SLDPEISUNSTATH IXitE RID DETAIL DRgzIc386) D)WHICONIQANCiSERTE -- LOWPITCHCLOSURE WE INSERT. \ Sa NDUEDIASEM i DETAILVRPNle'.WT i � ro'B➢. CUU` CLY. r CONLOLEATON� ONESIDEONLY S YNNPNIll�3a-�_ } CLW I \� 1 rr.A6p =i v PANEL FIx P0I1R, FASTEN THROUGH PANEL BEHIND CLOSUREWuH n' _ vuk4 SHIM BETWEEN. 3 SCRENB MR PANEL. SEE FD; POINT DETAIL(M plate SOT) Fixed Ridge Detail Plate: ZR -301 Slip Joint Ridge Detail Plate: ZR -303 926096 WWW.imetco.mm • (800) 646-3826 • www.ziprib.com • (800) 251.6215 �� ' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 21 Performance IO,p red S.I.Ii.D,. 9 FIWEMBHIYGWIM6'WDE —T A--" " DUF9DECOVE . \ar FASTER FusxwGTN.Oa.rosuRE BERVEENFACH PAHELPoB. La = 1 4'_1 �! 3'CIENWILEISRFIXpFED "' 4 — �� SETWEEH PANELS FOR PAR RAISEEWERADCOPPRLVIHMEDIWORTEERO ENDTOO-SEETWEEND _I LLOSIAiES AREflFLOMAENNF➢WMEAETHERWI CETAN. QApWex31 SLDPEISUNSTATH IXitE D)WHICONIQANCiSERTE -- 1NTNFMNIHOSDO SETACINCLDSNF CfTA4Rfl Pbb9J5) CUU` CLY. r OIffSIHEPYLY. �I3 D YNNPNIll�3a-�_ _ CLW I \� 1 rr.A6p =i v vuk4 , �i xWaEAT Slip Joint Ridge Detail Plate: ZR -303 926096 WWW.imetco.mm • (800) 646-3826 • www.ziprib.com • (800) 251.6215 �� ' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 21 Performance IO,p red S.I.Ii.D,. 9 lRP:LlN' 'sFNGE fSm/s Flexing Ridge The basic detail consists of the standard ZIP -RIB closure assembly and ridge cap. Key dimensions allow for: a. Thermal movement of roof and for Pan End tool. b. Height to absorb panel movement c. Clearance for thermal movement between closure fastener and clip d. Open hems to overhang closures to discourage leakage at this joint Vented Ridge Ventilation through the ridge may be achieved with standard proprietary vents on the ridge cap or as illustrated in detail plate ZR -304. If provision is made for roof movement, the dead weight of the ventilator must be carried independently or distributed so that no more than 20 lbs. total dead load is supported by any one clip to avoid excessive clip wear on panels. PPPLV M1 CIXiI1M1 W s BFAO OF SFA VMISy NNNNPHBMEIERCFCLOSURE ... ALRFA0. WPLYA60 WWSUNE CF CLMU AIAM i01CP OFQOfiUP£. _r Closure with Pan End PANENDPANEt1Vlp50 nT)0R -.#W (W)PANEWTOM. R X12xVe PANHFADWFkEWMV RFs Kd rmT W OAT TOO MGRIP. 1 1 FOw N,SERI. ---LPNPHCHmosi,IE Roofing & Siding Design Guidelines OAASW CIt>VEREPLATES WIDE FOERpP�{ArMNCTOOL ANUaRE4 kLOSURAPSTS FIF PANELS. OVEMENT Or EI V�EHRR�TIC7gAryLL HEIIIOOHHT MOVEMEHE ' �MAL PAN END PANEL. _ LOW PITCH CLOSURE SYSTEM. - 02080 SLIDING HOOK CLIP FlexingRidge Detail Plate: ZR -305 Vented Ridge Detail Plate: ZR -304 Closure with Pan -End Detail Plate WHOM� a www.imetto.com • (800) 646-3826 • www.ziprib.com • (800) 257.6215 22 periwrmuRae ms aseweow�. Y..�' ' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 pire VENIlDPA1GECMWIINBINCE .. } OUrsICEcovEF PwIEs.-- ' fTSIEN PoW6 WaAtpED1WM AT lF6 CoA LVP 3' CLEANAtICE16RF0pm -. L I$ REIWEEHPANEPMEWAN \ ,....8 w 9iIAILWI EEPnxET9 UE,AILRNN+Ie 30n ITNCEUYFNIiGMEASiENED I[YAIE�X�WFA a .a w6mr. ,GMosuRE6ErwEENPACN PAN1FfB.fiav $'1 /" wor£cuxlioPlxwalw.v LOW PIICM0.03UPF—, '- a�' W. I W.ApkERC oEtu4ixd•Ie6a1 } � PAl1ELT0NE PANFNMD. �� yRx PPNR9EHINH. SNIMBEM'EEN.3 XREN1RRF aGatrrAvn psx Ulvxm m ALCRSPEAPPNEL. 9EEFIKPOMiI OEIAIL{L2pIa8W31 NR�nmuoiercq Detail Plate: ZR -305 Vented Ridge Detail Plate: ZR -304 Closure with Pan -End Detail Plate WHOM� a www.imetto.com • (800) 646-3826 • www.ziprib.com • (800) 257.6215 22 periwrmuRae ms aseweow�. Y..�' ' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 pire A ry � RPL4/PJ'-4'IfVC. F_ P.4EQ Headwalls Roofing & Siding Design Guidelines Headwall flashings are basically ridges at vertical walls. Particular attention must be given to the method of sealing and allowing for roof movement. To prevent wall leakage from getting behind this detail the wall underlayment should drain over the flashing to the outside. Detail Plate ZR -313 does not allow for thermal movement while Detail Plate ZR - 315 does. uwWrPEcIn ASREouIREo. wsruLw.'efaRoxssfeurrt p INPE0.Ei SY OiHFAS REGIflfV51BNGW19'IPPIfS. NFANYALLf dRURM1 SN6'N10E 510EG0Y'RPUiEs. \V ] TWLSE15PEWIRE➢SEIWEF)IPIAEIS Fdi PNS - FHOiWLSEEPNIFAGVETNLRPWW30H ltlN %iCHtt�IN[WIIIIF0.VAINS92i SEF - � PoGGF0.9sVPEVETP4 (LPpIvkIDE YUe 5 SONIIxWVSCLFAi ------ � � PMRMW,FASRNnWWGH\. SEEMPWF£N.3 MLo1 FFRPQ IroIE:Vf/OFVSLGVEx1F HAXFA SEf FIXP01Ni OEiNL1�R N"^5031 FWUflUWS0f GL0511PESPPEgEWLim YHIENROOF9lP�EISIF501H411 PY 12 Basic (Fixed) Headwall Detail Plate: ZR -313 Slope Transitions Good workmanship and top quality sealant are critical for weathertight construction in any detail where the roof plane is interrupted and panels do not overlap. Detail Plate ZR -801 illustrates a steep slope (above) transitioning to a lower slope (below). Tf e detail would similar if the transition were reversed. Caution should be made to ensure that the flashing is supported underneath so as to prevent a breaking of seals if walked upon. Also, the lesser degree of transition causes the flashing to become quite large since it is necessary for the flashing to lap under the upper panel and over the lower panel. Sealing of large flashing joints becomes critical thus contact IMETCO Engineering for detail assistance in these cases. sA MO Gl ASMWI1R .. WTA110AGKut000SSENAx1 .. INRE(dEi. 0Ym1ER0 Irr.iww 1 REGLUFi HWWWWJLS � 6'W10;— OWSIMllRASHINWV' OUISIOECOVFftPIAIES -\ SCIEO WEISREWI SEN NPANELSFOR PAn EWTM5E£PMVJOOETNL RRP Wv \T ILN %ILHclLSYRE� l A. LMPIi0H8.WS MTHFO — -� \' wsFRTSEE wOGEctOOVlc oELNL.IzaeNn3os) SE£PoOGE0.051PE � coxnwousslvaENT. 4 ' v t, a ! canxrows ]mOPANELCIIP L, . - -- ''161 Slip Joint Headwall Detail Plate: ZR -315 D# KEYNdE W B UUB W E. fl'.LmTZM PIVETmiUPula EDGEwrtAOESFNAxr BEiW.vL.._. .. %LG856LLSIVLfHMGBgUS � Irr.iww 1 1PM'91K1NMSXMG N9RIB' � YACEOIRSIDE fAVERP14iE5. PN�N WSTeEPuI%mm 5. ILN %ILHclLSYRE� \' YRINPCPMYISEPI. SE£PoOGE0.051PE � O%Aa NRNNe Bt51 ,. _ canxrows - -- ''161 inuvaowrtxwrm aA >: � � _ - LrBuunwoRxxw &OLN41G EASELBXRVPPNEI.BENIYQGSVBf . pH'Yi'SITYBETVF➢i - PNIELFltPGY.TVf _ II PNi%z wBSTIurE To uaxrun cw rnmt. -- i 5[EeNPGYn 0.TN<APtlNvwBL Slope Transition Detail Plate: ZR -801 www.imetco.mm • (800) 646.3826 • www.ziprib.com • (800) 257-6215 23 Performance Inspired Selutionz. Merchant 8 hours, Inc.: 308 Connecticut Drive • Burlington • NI • 08016 RnL.tIK' adHFGG P96m Gables, Rakes, & Side Walls Roofing & Siding Design Guidelines Since there can be significant movement of the roofing relative to the structure, flashing must be designed to allow for slippage. Flashings may be attached to roof - or to the structure - but not to both. The #2002 Gable Clip is designed to allow independent anchorage of roof and trim. Gable, rake or wall flashing may be hooked or screwed to this clip as shown in the following illustrations, without restricting roof movement. The eave end of a gable trim is closed off by a box with end clearance to provide for thermal movement of the roof. Similar conditions apply to intersections with fascias or gutters. Basic Gable This simple rake strip provides a clean and functional flashing. Cap width is 2-1/4" minimum. Width may need to vary to suit the rib position as determined by panel module and actual roof width. With a full 2-1/2" vertical leg over the rib, this detail has been weathertight for typical climates. For wind over 70 mph or for drifting snow it may be more practical to utilize the sealed gable on Detail Plate ZR -502 or ZR - 504. Where a wide cap is undesirable, ZIP -RIB may be cut and bent to form an upstanding leg (2-1 /2" Minimum). A Simple angle is not as strong as a full rib and should be well supported above and below. Practical maximum length for brake forming is 12 feet, longer lengths must be hand formed. Sealed Gables Detail Plate ZR -502 allows for roof movement yet maintains a seal with the roof rib. This detail is suggested for use in extreme high wind or deep snow areas. Occasionally the rake detail runs between two different eave levels thus creating a "stepped eave" condition. In this case, the upper end of the rake flashing projects above the roof and is difficult to seal and it becomes vulnerable to damage from sliding snow or ice. In the case of a stepped-eave, utilize Detail Plate ZR -504. J2090PANELCLP -- APRIRPANEL. - UNDERIAYAENT ' LIF RECUIREDI a --d2W2 G4RLECLIP @24'dc. xhdP -- GABLE FLASHING WITH 4 -SEALED IPP JOINTS IN DIRECTION OF FLOW. "'- CONTINUOUS HOLD DOWN CLEAT. OPTION IN- START LAYOUT OF PANELS WITH OPTION %2- LAYOUT PANELS TO HAVE EQUAL COVERAGES AT EACH END. IF NECESSARY,FIELDGE0.i ND 2'MIN, LEG THE INi0G4RLECLIP.W Basic Gable Detail Plate: ZR -501 A t ¢.I CMIONpI-SiARi UYgROFPANELSWILN mpEGEEvnLErEc;lnsExrEollrtocavrlxuous Ni PNiELSiO HOVE GRDLECON DAGUALEPW ENO. EHECES 44e IF FIELD TI FT"DNSSARY.DELDCUiA eExOwz Vey TxEN 1 ?( H"FOL INSEW @r10 GPGlECxP. COUTPUOUSGPBIECW X49 uFLaP— I ai z 00 u W MNU W S G+&E A:w lxsTW �rvl I.. D 1F'xYi'FOMI TAPEINTOGWIE,ASSNOWN 1 WBLEFUSHIFGWIU14-SEALED WP.g HTSIHVMT111 .1. — covrxnrousxd.00awnaEAT. Sealed Gables Detail Plate: ZR -502 90901319pptq gy www.imet(a.com • (800) 646.3826 • www.ziprib.com • (800) 257-6215 24 P.,F.. ..PeI.,i,Nasuwauns. Merchant &Evans, Inc: 308 Connecticut Drive •Burlington • NJ • 08016 Sealed Gables Detail Plate ZR -504 is valuable where the rake length exceeds the capability of press breaking a standing seam into the panel where the leg has been cut off or where the trim must be fabricated before an exact width is known. Also, this condition is easier to seal at a corner created by a "stepped eave" and is less vulnerable to damage from ice and snow. Where the rake condition is an architectural feature, such as a masonry wall projecting above the roofline, the flashing should be designed the same as for a Enetration. If a rib falls along the parapet, it should beinterrupted to allow a continuous back pan across the up hill face. Basic Side Wall Since ZIP -RIB widths may be either spread or compressed, the panel module may be adjusted for minimum flashing width. In cases where the exact panel module must be maintained or the run is too short to develop the necessary spread, the flashing will have to span the clear distance. To avoid leaks at lap joints, flashing should be pitched toward the roof and sealed at the laps. In snow areas, the sealed hold down member illustrated in the sealed gable Detail Plate ZR -505 will resist intrusion of melt water from snowdrifts at walls. Roofing & Siding Design Guidelines FIELD GIF PANEL TO SUIT CONDITION. -- APPLY TAPE SEALANT (M TO RAN ETNIA AND RIVET (F5) PANEL TO RARE TNM V080SLIDINGHOOKCLIP. — ZB RIS PANEL. FSfot _.. PE rvm am -- 4'WIDECLIP @39'dc. --- GABLE FIASHNG WITH 4 -SEALED Pte\ TAP JOINTS IN DIREETION OF FLOW. Sealed Gables (at stepped eave) Detail Plate: ZR -504 4. — SAW CUT RESULT PARALLEL TO ROOF 111 mm 1 SLOPE. --- SACKERHCOBSEAML REGLET FMHING Wif LAP JOINTS. — SeaOALLFlADWRH I' = Rt LAP JOINTS INGIRECIRECTIONOF FLOW FLOW. E IRM ^ — rzazGAeLEcuP@za•*. I_. 4Q090PANELCUP ZIRRIBPANEL N acs IF NECESSARY, FIELD OUT PANEL 6 i 3IQ'NIN. LEGTNEN INSEAI I INTO GABLECUP TOSURCq{ppON Basic Side Wall Detail Plate: ZR -505 ®®®®®� www.imetco.com • (800) 646-3826 • www.ziprib.mm • (800) 257-6215 t ' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NI • 08016 25 Performance IPs, ,ed Solutions. RRL/. fA!' Stlt(!:E 1964 Radius Gables Where smooth curved roofs are designed, it is often appropriate to specify smooth curved rake trims for aesthetic purposes as illustrated in Detail Plate ZR - 503. Since ZIP -RIB can be smooth curved to convex radii below 10 feet, use of segmented trims can be undesirable. These can be produced in the ZIP -RIB factory to specified radii or by many highly skilled sheet metal mechanics in controlled shop environments. The key to achieving the desired appearance is by specifying it as such in the contract documents and by requiring samples for approval prior to fabrication. Building Expansion Joints or Seismic Joints Building expansion joints are instances where the design must accommodate movement in several directions. Attachment of ZIP -RIB panels with the #2002 gable clip is identical to a gable or rake condition. The cover may be either sheet metal or flexible plastic depending upon the direction and magnitude of anticipated movement. Several proprietary products are available which combine flexible plastic and metal edge strips. With a suitable stiffener to span between clips, these may be applied at mid -roof or in conjunction with perimeter flashing at sidewalls. The continuous hold down illustrated in Detail Plate ZR -502 may be used as an alternate to the #2002 clip should the additional weathertightness and/or a better air seal be desirable. Detail Plates ZR -701 and ZR -702 can accommodate movement in virtually all directions and should have longer life than the flexible material, however, excellent combination details have been used successfully whereby the flexible membrane provides mobility and weathertightness while a metal cover provides for UV protection and better aesthetics. Sheet metal work can be simplified and more easily be made weathertight if a seismic or expansion joint location does not unnecessarily cross roof perimeter conditions. A common situation occurs at wings on a main structure or on an "L" shaped building. To avoid having the joint intersect a valley above the eave line, it is desirable to offset the roof joint an amount equal to the roof overhang. Expansion Joints Detail Plate: ZR -701 Detail Plate: ZR -702 Roofing & Siding Design Guidelines Radius Gable Detail Plate: ZR -503 wml �w Fnsrev ea I i ao � �I cwenws mueozvoe — toewasnuwcen as�was nvao xulnre Nc canacl. BYhpNG dP.ViLONJYM Qqr opa4rmtd�'%Vava tiwww.imetto.Eom • (800) 646-3826 • www.zipri6.mm • (800) 251-6215 2 44W.6 Performance Lnzp red Soluonz. Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 OPTION XI- START LAYOUT OF PANELS WITH ZIPPED FEINLE LEG INSERTED INTO CABLE CLIP, MUCH AP- LAYOUT PANELS TO HAVE E"L COVERAGESATEACHEND. IF NECESSARY,FIeDCM&`END II UP T MIN. LEG THEN INSERT ^ INTO CABLE CUP. r { MAT PANEL CLIP ZPRIDPANEL IEB 3'L'BAIAOFICE&WATER SWELO,iOWRMFACEAS SHAAM. @`e2 GABLE CLIP 02C 41. INSTALL CLPAFTERPANELSAREINPLACE, USE OUTSIDE SCREWS HOLES — CUFNEOGAREPASHING WITH 6' SEALED INSIDEPLATES REFERTOMIUSSPUCEDETAIL —caunxuous HOLD DowxcLEAT. Radius Gable Detail Plate: ZR -503 wml �w Fnsrev ea I i ao � �I cwenws mueozvoe — toewasnuwcen as�was nvao xulnre Nc canacl. BYhpNG dP.ViLONJYM Qqr opa4rmtd�'%Vava tiwww.imetto.Eom • (800) 646-3826 • www.zipri6.mm • (800) 251-6215 2 44W.6 Performance Lnzp red Soluonz. Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 1. fi'066YM' SfPIG' SJG-6 Expansion Joints (cont.) Side Wall Condition Expansion Joint of Side Wall Thermal Fixed Points Fixed Point Locations Detail Plate: ZR -703 Roofing & Siding Design Guidelines Hip details are similar to ridges, and valleys are similar to eaves; but because they are diagonal to the roof panels, the amount of thermal movement at the condition can vary from one end to the other. This variation has been ignored for panels under 10 ft. long without difficulty; for longer panels, it should always be considered. Because there is no crosswise movement of ZIP -RIB panels, the direction of movement is diagonal to the centerline of these conditions. Normally, the lengthwise component of movement is balanced by the opposite roof. Where a vertical surface is involved, such as a shed roof ridge cap on an angle, the flashing is only half of a hip condition. To accommodate the longitudinal movement, a slip joint should be used. Ideally, panels should be fixed to the structure at their midpoint along a straight line perpendicular to the length; hipped roofs along the eave and roofs with a valley along the ridge. Where both conditions occur on the same section, it is suggested that fixed point run up and down the diagonal from the mid -point to the corner. A special problem occurs where a single roof plane contains separated segments such as shown in the detail of a "C" shaped building. Where the distance between fixed ends is 15 ft. or less, the entire zone between them can be considered fixed. For larger distances, it is desirable that there be a separation between the roof panels to allow longitudinal slippage. This can be conveniently handled with a building expansion joint. Where the break line should be less obvious, ZIP -RIB seams can be loosely zipped to slide, and flashing can be detailed to avoid fasteners HO in ribs which would tie the panels iil Fl�aA el mldtl° together. Where a choice can be made, it is easier to accommodate a slip,oint at an eave condition than at a jge since closure fasteners prevent \ / relative movement of panels. In snow Hip areas where seam sealant is specified, Flx°Etl mld"Inl ' special treatment is required. Consult j the ZIP -RIB manufacturer for solutions rlxea^ona°Pal to such problem areas. Lines of Fixation for a Building with Hips and Valleys www.imeteo.com • (800) 646-3826 • wwwAtiti6.mm • (800) 251.6215ow. 27 Perfarmame Inspired Solations. Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 — SAWCNIPFGLEi PAR4LELLTONLbF SLOPE --MCNERF" BSEAW!! — PEGLEi FlA96NGW11'UP.gWTS - i ."P11FU5HN1G2E*,Z _ miNrSE DLAPmMISIN Oin""LON OF't .N. I t pP.aC Fa FASTEN —i"GPNLE ClWPSSATVN. 1 �._t. IvEMPAFELCUP 'I ZIPPoBPFNEI . 0 m 0. \ ` NDUP2 VY, FIELD.,P.11"S ENONP214M aGTHBUNUPLI INfOGPdECI& _ TOSUT WINNnON Hip details are similar to ridges, and valleys are similar to eaves; but because they are diagonal to the roof panels, the amount of thermal movement at the condition can vary from one end to the other. This variation has been ignored for panels under 10 ft. long without difficulty; for longer panels, it should always be considered. Because there is no crosswise movement of ZIP -RIB panels, the direction of movement is diagonal to the centerline of these conditions. Normally, the lengthwise component of movement is balanced by the opposite roof. Where a vertical surface is involved, such as a shed roof ridge cap on an angle, the flashing is only half of a hip condition. To accommodate the longitudinal movement, a slip joint should be used. Ideally, panels should be fixed to the structure at their midpoint along a straight line perpendicular to the length; hipped roofs along the eave and roofs with a valley along the ridge. Where both conditions occur on the same section, it is suggested that fixed point run up and down the diagonal from the mid -point to the corner. A special problem occurs where a single roof plane contains separated segments such as shown in the detail of a "C" shaped building. Where the distance between fixed ends is 15 ft. or less, the entire zone between them can be considered fixed. For larger distances, it is desirable that there be a separation between the roof panels to allow longitudinal slippage. This can be conveniently handled with a building expansion joint. Where the break line should be less obvious, ZIP -RIB seams can be loosely zipped to slide, and flashing can be detailed to avoid fasteners HO in ribs which would tie the panels iil Fl�aA el mldtl° together. Where a choice can be made, it is easier to accommodate a slip,oint at an eave condition than at a jge since closure fasteners prevent \ / relative movement of panels. In snow Hip areas where seam sealant is specified, Flx°Etl mld"Inl ' special treatment is required. Consult j the ZIP -RIB manufacturer for solutions rlxea^ona°Pal to such problem areas. Lines of Fixation for a Building with Hips and Valleys www.imeteo.com • (800) 646-3826 • wwwAtiti6.mm • (800) 251.6215ow. 27 Perfarmame Inspired Solations. Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 Hip Conditions and Diagonal Ridges Roofing & Siding Design Guidelines Diagonal pan ends must be formed by hand since no factory tool is available. As an alternative to pan ending diagonals, a second row of closures may be installed as a backup. As with double ridge closures, the air seal should be on the inside row where it is protected and screened by the outer closure. Closures for hips and other diagonal ridge conditions are custom cut to suit job dimensions from standard lengths. A soft foam insert conforms to the panel profile. For low slope roofs (below 2:12) or severe climate areas, sealant at the contact surface is desirable. Other than this, the cross section looks the same as the various ridge detail plates previously illustrated. Where there is a large unbalanced thermal movement on opposite sides of a diagonal flashing member, the assembly must provide for longitudinal slippage as well as flexing crosswise to the roof. This condition occurs on diagonal cut gables or ridges where there is roofing on only one 93034 side of the joint. It may occur O.P CHEAT 6 E W OSE FASTEN CLOSURE at valleys or hips where the SUPPORT. slope length or pitch is not the .1710NCEOSURE— 93033 same on both sides. In these a' cHa4�4Ei cases, an interlocking slip joint>i OETAILURpIM,mei 1t'= as shown will keep the sections �• , N3036 FOAM together yet allow both kinds n.x ¢ INSERT. of movement without distortion v 1 of flashing. HIP CLOSURE COMPONENTS KAN HLK R. WITN6'1VNEClflbtCE COVER EWES HOCAHWNINGCNTO --- O.P CHEAT 6 E W OSE FASTEN AT EAGEOFPEAs PAR ENOPANELA5 REWRf0 .1710NCEOSURE— VUHFOANINSERT' aELECOC L,OO E OETAILURpIM,mei 1t'= CORIN.SSLP-- �• , CLEAT n.x ¢ v 1 aaHx t 1 amo PANacuP. _T HIPCLOSURE CINAPONnNie� , a HIPCLOSUREP.Pealeaso) ow tau "IT—s--o.w n,a, a [azGa rocl HIP Z -CLOSURE COMPONENTS es�zo HIP CLOSURE(1cApea I I aar iw rF� anoc- :nw� . — 15-1114A;1. u a 11-4 j \ cA. S \ R owv[.uo oo Slip Joint Peak Cap Detail Plate: ZR -318 Ridge, Headwall, Hip Closures Detail Plate: ZR -311 www.imotto.com • (800) 6463826 • www.ziprib.com • (800) 2576215 Performance Inspired solution:. '�?'�' Merchant 8 Evans, Inc: 308 (onneditut Drive • Burlington • NJ • 08016 28 Valley Conditions Valley flashings must provide sufficient area to carry all runoff without blow -back or overflow under the edge of the roof. Refer to previous illustrations and text under "Hips, Valleys and Diagonal Edges" for panel thermal movement considerations and to "Gutters" section for thermal movement considerations which generally also apply to valley design. Because the valley is a common area for walking loads, it should be uniformly supported even if the roof itself spans between purlins. Provide room for this support and its attachment in structural drawings. In addition, it is recommended that ALL valley flashings be designed with a secondary weatherproofing membrane beneath the metal flashing as insurance against leakage into the building envelope. Roofing & Siding Design Guidelines -- p.m XEYHIXE RIB CLOSURE, FIE1➢5EML=HTFT$T0 SOILVPTUNOORDITION. VfLLAUEDLAHINOITT., d'OFALEOIFP.IBWFB. INSIALLROSINKH— SNETTELAV TIN O EV0.LETM'9 ME ICEBWREROHIEN 8T" 1.1WA1EASHIELDS TOEXTFUBYPSLOPE3dmn. WNHTAA M(FSITT NO UEN wnx TAPESFAUNT IsxI EEIWEFN N111ANDLOYFRd%LI. SBAAN,PRMROSNIIN �� < PFAUM,PRRATO _ PANEL IN0i0.1AF10P. - - K'2r WN1EiAPESEPlAN1ISt) i Basic Valley Detail Plate: ZR -401 Since edge stiffening is required for diagonal cut ZIP -RIB, The valley flashing should have a return or drip angle for stiffness. Where the valley must drain back onto the panel, as at a dormer, it should be flush with the underside of the pan. Valleys must accommodate any difference in roof expansion or contraction by flexure in the "V" or in the sidewalls themselves, if the valley is deep. Deep valleys offer increased drainage capabilities as well as the ability to easily seal the panels to the return flange and accommodation for thermal movement by "flexing" similar to the flexing ridge concept found on Page 18. Valleys can be made effectively watertight with proper sealing of rib ends to the valley flanges. In heavy snow areas, valley conditions should be avoided with standing seam roofs because diagonal movement of dense snow masses can deform ribs. Contact IMETCO engineering for assistance on rib reinforcement and other potential solutions for extreme climate conditions. Penetrations Pipe Jacks or Vents As with any metal roof, flashing around openings for utilities is more economical if they are grouped and located near the ridge. However, unlike typical corrugated metal roofing, the ZIP -RIB configuration is particularly suitable for adapting to flashing around roof jacks, vents or skylights. STARLESSSIEELORAWEARDEYMNERS. LW 1 E.RM.IULKIIIBSNTONATCHROCF. EXTEtID TO C W ER RM T. R & sEALPM RL90ERBOOI(EENTREBYI1"NS10E% OR APPROYEO wm) RY Or.. I 1 CUIIOSIAIPIPEPDIETINUM ` f RVETRO0TTOPA RN`7I@Tub j1 ONT.E.I. EPAOOESEOU ON ALLOD NSMTIPANEL 6'NENiNEPIPEISFINE➢TOIM STRICIIWENYOtp10ESIONED lOR0ATIYNH R00i PANELS _. CMHGEINPANELTOALLOW f9R 11&MAOLLF 'OL .9L EI DEN - - TEuAO.Y 1'NSDER tlWl%PEI . TMIN TYP. � .... NOTE: THIS DETAIL IS ONLY SUITABLE FOR PENEIP W TIONS THAT ALLOW FOR PAIN.CI£PAANCE FROM OUTSnE OF BOOT BASE TO PANEL RIB. THE INSTALLER MUST COORDINATE YVRH GC AND OTHER THATCHER, FPC EXIRENE TEMPEROIUHE AWUCAF10NE EPOM1I ROO15A4E AVAIUBLE VMNACCNTIWOUE EENJ E TEMPERATURE RANGE OF WF TO 1L E SRb]NE SOOTS ARE W UNELEWITH A COHTM1dIS SEMICE TEAPFIUNRE RANGE OF 4770 SOW Pipe Penetration with Rubber Boot Detail Plate: ZR -606 and Storm Collar ®®®®� wwru.imetcu.com • (800) 646-3826 • vrwwcom.ziprib.• (800) 2576215 Pedormmae Inspired S.hu'r—. �' Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 29 RfPiF/N' StWCi L' YM54 Roofing & Siding Design Guidelines The most effective seal is made by use of one of many available (20+ year life expectancy) proprietary flexible rubber boot flashings. These are relatively easy to seal to the flat of the ZIP -RIB pans and provide an effective weather seal. However, it is recommended that an additional metal storm collar be attached to the pipe penetration to protect the rubber material from UV degradation. Always specify storm collars on projects requiring a weathertight warranty. In snow areas where the risk of damage to flashings and pipes is high due to sliding snow and ice, the cone width should be minimized and additional stiffening in the form of gussets may be required. The addition of non -penetrating diverters and/or snow guards placed strategically above a penetration will help to alleviate damage from sliding snow and ice. Always specify flashing materials with durability comparable to the roof material. Do not use short -life accessories with ZIP -RIB as premature maintenance will be required to achieve maximum performance of the metal roof system. Large Penetrations: Curbs When large penetrations occur at the ridge, they may be easily handled with the standard details for headwalls and sidewalls. However, a large opening that occurs part way down a slope requires a curb with means of diverting flow around the opening. These details apply to chimneys, ventilator openings or skylights. As with smaller openings, the flashing itself must have clearance around any structural supports involved, so it can be sealed to the roof and move with it. The following detail provides for folded corners that can be fabricated from pre -painted sheet or other material that is not readily welded. With unpainted panels, the entire curb may be welded or soldered into a single unit for greater weathertightness and durability. All welded, one piece curbs must be specified whenever a weathertight warranty is required for the project. In all cases, the assembly is capped by a collar or skirt that extends down over the curb. For additional weathertightness in deep snow or extreme wind areas, it may be desirable to specify a secondary weatherproofing membrane under all critical flashing details. Note that for a secondary weatherproofing membrane to be fully effective, it must carry through to the outside of the building envelope. Adding membranes to the underside of critical flashing details is not an excuse for poor workmanship. Curb Plan Detail Plate: ZR -601 Evsxrlceromws. Li— WRBCWMFAFUSIPoIGFpRIFl1F➢ -... iO FYE➢VItltAXVf1AXXE0 OKR � �...�_. VERXCRLI£6CF dfldIMSHIItG. rs IX..XXICFKRXE0 WI0 RJAmE9YSI .re A.. FPO%IFDm. II'tiHSIXi SI0E5. 11� r .1.1NLLWOM PPNflS -- j W iRtl1I0FCUP8 � YEIALBEQW LtXSXFESYSid1 - 11 g SEE CIMVFECEi0.45 1 - PauEiay. T _• CORS FLASHING IS DESIGNED TO FLOAT MIH EXPANSION 8 CONDUCTION OF PANELS Curb Detail A Detail Plate: ZR -602 Continued on next page ®®®®� www.imetco.com • (600) 646-3826 • www.ziprih.rom • (800) 257.6215 Performance Inspired solutions. �' Merchant & Evans, Inc: 308 Connecticut Drive a Burlington • NI • 08016 30 1 6#OLLYM16' ^sYR+GS t.4?fsd NmfUM WTPTp:PuiN w[WSiu5N1A\ '� PSN ' OF. WIMr'MCE E 6isRtl5SAP5 L\NM E>N%E BrA 1 ma a er wwrtas 1 i.. tea YE O.W [PLL P0.`&[tl�LI4W1 Ul i„ CURB FMSNING IS DESIGNED M FLOAT WIM - E ANSIONECO.NIRACNONOFPANELS. Curb Detail 8 Detail Plate: ZR -603 Siding Roofing & Siding Design Guidelines Curb Detail C Detail Plate: ZR -604 For weathertightness and economy, ZIP -RIB siding should be installed with the ribs out. Design criteria are essentially the same as for roofs except that the thermal fixed point also carries the full weight of the panel. The Zipper tool will readily climb a vertical wall, but lengths over sixty feet can be difficult to raise into a vertical position. Windows or penetrations should be designed with a projecting "picture -frame" at head, jamb and sill equal to the rib height. Where lengths are long enough to require provision for thermal movement, these frames should provide for panel expansion and contraction. Good curtain wall practice suggests that the joints have an interior air barrier or seal which is protected from direct exposure to the weather by an exterior "rain screen". Outside and inside corners may utilize clips but for improved weathertightness, corner trim should be secured directly to the panels. Longer lengths may require the continuous hold down as similarly shown in Detail Plate ZR -502. ®®®®®pQqp �wt.e vaMa www.imetto.com • (800) 6463826 • www.ziprib.com • (800) 257-6215 31 Performance Insp red Solutionz. Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington a NJ • 08016 I gNBO.TgII S i IA ED rEmeuP LFcoµicwmiuswrm PIpB5.0EFlP5MNc 55rkPI1F➢ irnocurunswnz 111' ' liPtCALLE0 i0SNlMIPL�lR \ Pu wwasasELaxicxwPF � kVOPW rON , M19CEM PNrtL \ VEPIttgSiNCF—� FROGPoSiOCMB i P4emrP� �wM�Pa,Nneru eprt hon APNP�M¢ A eljf[MPmtl iveAesMNA Lafplryd Aw6ta4wp Sv1 aMn d1 L�PbrNeba aNN.aa�mxz.. _______ onm.Fm:re. arFnnueva FreNbMik9. crIF1MlEP18 .... CMS FMSNING ISDESIGNO M FLOAT WIM WMS1ON 8 CUITRAC71M OF PANELS. Curb Detail C Detail Plate: ZR -604 For weathertightness and economy, ZIP -RIB siding should be installed with the ribs out. Design criteria are essentially the same as for roofs except that the thermal fixed point also carries the full weight of the panel. The Zipper tool will readily climb a vertical wall, but lengths over sixty feet can be difficult to raise into a vertical position. Windows or penetrations should be designed with a projecting "picture -frame" at head, jamb and sill equal to the rib height. Where lengths are long enough to require provision for thermal movement, these frames should provide for panel expansion and contraction. Good curtain wall practice suggests that the joints have an interior air barrier or seal which is protected from direct exposure to the weather by an exterior "rain screen". Outside and inside corners may utilize clips but for improved weathertightness, corner trim should be secured directly to the panels. Longer lengths may require the continuous hold down as similarly shown in Detail Plate ZR -502. ®®®®®pQqp �wt.e vaMa www.imetto.com • (800) 6463826 • www.ziprib.com • (800) 257-6215 31 Performance Insp red Solutionz. Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington a NJ • 08016 �� R6LLlPS'•StNCC F0H3 Curved Roofs Natural Curves & Machine Induced Curves Roofing & Siding Design Guidelines Straight ZIP -RIB panels may be formed in place on curves such as circles or parabolas. Both steel and aluminum panels can be "naturally" without the use of special curving machines, contact IMETCO for limitations. Machine curved panels provide smooth, unstressed panels to radii of 8 foot in aluminum and 65 feet in steel. Contact IMETCO for specific gauge and width requirements to produce a desired radius. At the time of this publication, machine curving is limited to aluminum, copper, zinc and lead -coated copper materials, and steel. Convex curves add compression in the flats (thus the reason for expecting oil canning in "naturally" radiused applications) and concave curves add compression in the ribs. Concave curved ZIP -RIB panels are in the same materials as convex curved panels. Contact IMETCO's engineering department for product limitations. Note that perimeter flashings can be either fabricated in smooth curved sections or field assembled from straight sections (e.g. segmented) and specifying which option is appropriate for any specific project is at the sole discretion of the designer. Developed Curve on Gable Roof The expense and potential leaks of ridge flashings can be eliminated by bending straight roof panels over a ridge so they run from eave to eave. Smooth curves can be developed with variable height purlins. Ridge Bend for 1/4:12 Slope When a roof slope is 1/4" per foot, aluminum panels may be bent over the ridge between purlins spaced four feet apart located either side of the ridge. Concave Bend @ Transitions For steep slope to shallow slope transitions, a curve can avoid a costly flashing detail if a concave radius can be achieved provided it is within the limits shown above for minimum radii of concave sections Factory curved panels awaiting shipment from Burlington plant. ®®®®� D„ a www.imetto.com • (800) 646-3826 • www.ziprib.mm • (800) 251.6215 32 Perfo ..e. Inspired 5orufions. �r ' 0. Merchant 8 Evans, Inc: 308 Connecticut Drive • Burlington • NI • 08016 I�kPdGfA�'-'3dFfYi�-' 53[?tA Warped Surfaces & Cones Roofing & Siding Design Guidelines Warped surfaces such as hyperbolic paraboloids that are generated by straight lines can be covered with ZIP -RIB panels. Each panel is twisted and ribs spread to accommodate the surface transition without adverse affect on the ZIP - RIB panel performance. If the required spread is greater than 2%, a mockup should be made to see if the distortion will be acceptable. (See examples.) In general, panels can be spread to accommodate 1/4" or 2% variation in width. To find the difference in roof widths required. e Example A: for AB = 80 ft. u' Allowable CD = 1.02 x 80 = 81.6 feet t - Actual CD= V-(80x80)+(5x5) = 80.16 feet - O.K. Example B: for AB = 20 ft. Allowable CD = 1.02 x 20 = 20.4 feet Actual CD= ✓-(20x20)+(5x5) = 20.6 feet - may be excessive is, 35 For a sleep pitch, measure de perpendicular to plana ab -ac During installation, care must be taken to maintain the uniform spreading of the panels. If panels do not fall on straight lines that generate this surface, they will become curved in the longitudinal direction which may detract from appearance or cause other difficulty. Cone surfaces could occur where a radius corner is designed instead of an angled hip for a mansard roof. Practical dimensions for such surfaces usually exceed the spreading capability of the ZIP -RIB joint and require that tapered panels be fabricated from matching sheet. These can be fabricated to match the ZIP -RIB profile but various length, minimum width, and maximum width dimensions cause all tapered ZIP -RIB inquiries to be on a job to job basis. Please contact the IMETCO Engineering Department for specific manufacturing limitations. Note that perimeter flashings can be either fabricated in smooth curved sections or field assembled from straight sections (e.g. segmented) and specifying which option is appropriate for any specific project is at the sole discretion of the designer. Cylinders (Longitudinal Radii) Because of its unique characteristics, ZIP -RIB can be used to cover cylinders (convex or concave walls) by flexing between or at ribs to fit the structural supports. Cylinders as small as about four feet can be wrapped with ZIP -RIB panels. Because the wrapping tightly compresses the joint, the coverage should be figured at 1/8" less than the standard panel module on convex surfaces. On concave surfaces or inside corners, the panel tends to remain flat and the rib spreads slightly. In this instance, panel coverage is slightly greater than standard modules and varies with the radius being covered. Concave Wall: Co Convex Wait; Coverage shrinks .nn ®®®®®� � www.imelco.rom • (800) 646.3826 • www.ziprib.com • (800) 251-6215 33 Performa... Inspired Solutions. Merchant 8 Evans, Inc.: 308 [enneziicut Drive •Burlington • NJ • 08016 Mfl 4YbGLFN' SthFC� 1?5eR Flashing Lap Joints Roofing & Siding Design Guidelines The principles of good sheet metal practice are covered in publications by SMACNA and NRCA. However, considerable latitude is given with regard to lap joints, and mere reference to a standard may not be adequate to obtain specific appearance, cost and performance objectives. The architect should specify the type of joints desired for the project. The following basic treatments offer a range of joints to meet specific requirements for appearance, economy, mechanical integrity and weathertightness. Fasteners through lap joints should be prohibited since they inhibit relative thermal movement; except in cases where Hashing expansion joints are specifically engineered into a particular detail so accumulated expansion and contraction forces are relieved. When several lengths are joined together (typically 30 feet or more for aluminum and 50 feet or more for steel), thermal stresses can elongate holes or shear fasteners and cause leaks. The addition of a soft sealant that permits thermal movement will improve weathertightness of these joints. Flashing lap joints generally occur on 10' or 12' centers. ehdslda WVH plamy aR for horizontal flooleradan, m mile, Butter d lmmmal4 May are 6' ame, ream oovm peels b eauh - aie, f7dm. Apply seolen1100% beach and otcover A.W. NRxvasnoxm. 6'wide �o—lFld61) JoMl �- ouzM. cam Pbk J--4—Bud ONadeeoraOMr. dlralflashi,Applyyaelzsde%0 milnausedtastan. Apply mealanitW%W me 6 -amp, Atmaa[Me unm pmdhmAtld Baan ma d armor wam..mela mown. 6"Wada � lap �_--InamzwnpMa kaiieCax%9e — $901inl UplanLsare fmskpedllashlnBs. LvareP low Wanoll100% sealed tarot fasten laps tpeelhm. Laps snnam be enhgladb deaden of flow. Ups me not mommadled b hormalalruns. "em`... Marne tonaelonk , Hashing eq mfm peels me mcuimcl b acmmmmem Me Iirar Ih&R31 elryntim and veabmaton IIIat Nip MU" it WJJI Ne theme or lemparatum. Almal flostMBs Wits. are mMe and eery 30 mal and for died flafilrga, mmtall emery 5e leaL Fam%n am meal mLmtlecomerylatelomeeideotolnL FZAmoMsmlilnide ON&eideel Nepmosameae'gapheMcen�- flasfltlB. 00aalaove-Dlale6l'brelVetdmrarm. oon,leloto DI'Ie -T 07 rr 1R -e V'— —� I;-, Llavtle 1 dAMd.Cww Pak wxNM Flashing Joints Detail Plate: ZR -908 www.imetm.com • (800) 646.3826 • www.ziprib.com • (800) 257-6215 4-4wPerformonae inspired Solmions. �` �' , Merchant 8 Evans, Inc: 308 Connecticut Drive • Burlington • NJ • 08016 34 ROLLfM' SINGE i6Ei�Y Walkways & Solar Panels Roofing & Siding Design Guidelines Where continued foot traffic on the roof indicates the need for a permanent walkway or for solar panels, the use of S5 -Z clamps permit installation without penetrating the panels. The frame may be wood or metal. The total dead load (roof plus walkway or equipment) must be distributed sufficiently to prevent excessive wear of panels moving over the support structure and/or clips. Clamps should be spaced so that total dead load will not exceed 20 pounds per support clip. Perpendicular Walkway For walkways perpendicular to ribs, cross members may be set on top of the horizontal flat of the Leg Clamp and secured through the upstanding leg into the crosspiece. Parallel Walkway For walkways or platforms parallel to ribs, upstanding leg of clamp may be screwed into side of crosspiece. Crosspiece should span at least twopanels for stability. An additional clamp could be added at the center rib to distribute the load over more support clips. Solar Panel The solar panel weight should not exceed the limit of 20 pounds per clamp. Clamp capacity to resist pull off is 208# for .040" and 168# with .032" ZIP -RIB. Higher values can be achieved with alternate clamps, thus, inquire with the IMETCO Engineering Department for alternative attachment devices. Skylight Panels Skylight panels may be mounted on curbs installed as penetrations through the ZIP -RIB roof. Small units may be supported by the flashing curb and move as a unit with the roof. Large units supported directly by the structure should have a curb sealed to the roof and provide for thermal movement by means of a storm collar as illustrated in the section on large penetrations in Detail Plates ZR -601, ZR -602, ZR -603, and ZR -604. Curb mounted units have flexibility in location because they can be positioned independently of the roof width module. Consult the applicable code concerning permissible location and number of units for specific projects. In general, building code restrictions vary with construction or occupancy and apply to: a. Maximum area of skylight within a curb b. Allowable aggregate skylight area as percentage of floor area c. Separations etween skylights and proximity to fire resistant walls Insulating a fWroof. ZIP -RIB lends itself to use with most standard insulating materials but should never be sprayed with urethane or cellulose fiber insulation, since all sprayed on materials bond the roof to the supports. Condensation in non -faced porous material is a corrosion hazard. Use of either of these will void the product warranty. Good practice in cold climates generally requires an air and vapor retarder on the warm side of the roof insulation joined to the retarder on the wall and sealed at penetrations. In warm humid climates, a vapor permeable air barrier is preferred under the insulation. To avoid condensation on structural members, there should be a thermal break on the cold side. Follow ASTM E 241 "Standard Recommended Practices for Increasing Durability of Building constructions Against Water -Induced Damage" or other recognized insulation guidelines and utilize the mechanical engineer to determine appropriate type and location of vapor retarder acceptable for conditions of the project. Failure to consider these factors may result in condensation on the metal roofing structure or anchor screws. wwwAnneumorn • (800) 6463826 • www.ziprib.com • (800) 257.6215 35 ve.ro.ma�a m.r, .ea somro�,. Merchant 8 Evans, Inc: 308 Connecticut Drive • Burlington • NI • 08016 FiPGLfN' �dlSCE' P9 w^6 Insulated Steel Deck (Rigid Insulation) Roofing & Siding Design Guidelines Vapor retarders, when specified by designers, should be sealed at edges, perimeter conditions and penetrations. Secondary weatherproofing membranes, when specified by designers, must always be lapped in accordance with manufacturers' installation instructions and attention must be given to their terminations so that drainage is allowed to the outside of the building envelope. Structural attachment of ZIP -RIB clips to decking can either be achieved by way of direct attachment to the decking below or by attachment to "Z" sub -purlins which are in turn attached to the structure beneath. All attachments must be engineered to meet specific project Toads, thus, consultation with your nearest ZIP -RIB Engineering Department is crucial to the structural performance of any given project. When clips are mounted on top of rigid insulation, the insulation must have a minimum density of 2 pounds per cubic foot and a minimum 6 -inch by 6 -inch by 22 GA spreader plate must be located between the clip and the top of the insulation board. This application is better known as the "bearing -plate -detail" and is illustrated in the photo to the right. When bearing plate installations are specified, it is critical that fixed points be rigidly connected to the sub -structure by means other than that of long fasteners surrounded by insulation. See the section on fixed points for additional details. Insulated Panels on Open Framing (Blanket Insulation) Typical Bearing Plate on Rigid Insulation A wood sleeper or other high-density rigid insulation board is recommended as a thermal block to compress flexible blanket insulation over metal purlins. Fiberglass over four inches thick exerts sufficient upward pressure to bow flat pans upward and results in telegraphing of the purlins below. Guarded hotbox tests show that compressed blanket insulation with through fasteners will lose a significant portion of its insulation value. (See chart). Thermal blocks of wood or rigid insulation can more than pay for themselves by reducing the blanket thickness required to meet in-place insulation requirements. Insulation Theoretical U Value Measure U with 2x4 Value without 2x4 Thickness R -Value 2" R6 0.14 0.14 0.17 2.5" R8 0.11 0.11 0.14 3" R10 0.10 0.10 0.13 Tests were made with purlins 5 foot on center and with attachment screws 12" on center. Soft blanket insulation up to 6 inches thick has been compressed under thermal blocks. A more solid anchorage will result by using a thinner blanket across supports and filling the space between purlins with non -faced fiberglass batts. To control sag between structural members, the vapor barrier face may be supported by a network of wires or wire fabric. Several proprietary systems are currently commercially available. Due to corrosion of steel fasteners, ARMA, NBCA, RIC/TIMA and SPRI recommend corrosion resistant fasteners through insulation. ®®®�� www.imetm.wm • (800) 646.3826 • www.zip0b.com • (800) 257-6215 Atte' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • N1.08016 36 Performance Inspired Solutions. � � ; sxoe i rr<r sRucr= ass,+ Roofing & Siding Design Guidelines ZIP NB PAWL *2080 SLIDING HOOK CLIP. THERMAL BLOCK TWO SCREWS PER CLP. BLANKET INSIRATtON. ZEE PVRUN. Typical Open Purlin Application Using Thermal Block & Blanket Insulation Snow Area Precautions This section is not intended as a complete reference on the subject of metal roof design for snow conditions. It covers some basic principles and known performance of specific ZIP -RIB details. Architects should recognize that a heavy snow area is a hostile environment where snow tends to compact or refreeze into solid blocks of ice and where re- freezing melt water will expand to develop tons of force. The unwary designer may find that his structure cannot resist these natural conditions. The shappe of the building will have a significant bearing on roof and flashing performance and must be a key consideration by the designer. In general, metal roofs are selected for snow areas because of their durability and snow shedding capability. Studies by others report that snow will not remain on a metal roof above 12:12 pitch. At less slope snow can accumulate until heat flow produces a film of water at the surface. The effect of a sudden avalanche or slow glacier-like movement of large solid masses must be considered on penetrations and at changes of direction as well as on people or structures below. Ice Dams The classic ice dam occurs when snow melts water re -freezes on a cold overhang, but a dam can form at areas of heat loss at mid - slope on intermittent or partially heated structures. Cold overhangs can be eliminated by heating the roof all the way to the eave, but melted water must fall free of the structure before re -freezing or icicles will develop. Heat escape through the roof can be eliminated by a "cold roof" design that circulates cold exterior air through a cavity designed to vent building heat to the outside. Vents may be blocked by deep snow, and the cold roof function is questionable where daytime winter temperatures rise above freezing. Size and location of vents should be determined to suit local conditions. Ice Do Basic ice dam formation at a cold overhang. =111110,p� www.imetto.com • (800) 646.3826 • wwwAinrib.orn • (800) 257-6215 Pcrfarm . 1n,4ed Solmionz. tiJ ��' Merchant & Evans, Inc: 308 Connecticut Drive • Burlington • NJ • 08016 37 ZI Re`s L!_/NL' E^INrEE 44..62 Roofing & Siding Design Guidelines Sealed Seams - Underlayment Whenever snow depth exceeds seam height, conditions may develop to force water through unsealed metal joints. Minor leakage through a seam of flashing can be handled by secondary weatherproofing membranes. Where ice dams can occur, underlayment needs to be sealed in accord with local practice to handle backup from the eave. Where underlayment is not practical or desirable, ZIP -RIB seams may be additionally sealed in the field (in addition to factory applied sealants) for all or part of their length before being zipped. In heavy snow areas, the entire seam length should be sealed with a non -curing tape in favor of total reliance on a membrane under the roof covering. Where there is a vapor retarder under the insulation, the roof covering underlayment may need to be a vapor permeable water resistant material. In all circumstances, it is the designer's responsibility to analyze roof deck assemblies for proper vapor -drive control including the interaction of specified secondary weatherproofing membranes. Sealing - Valleys, Gutters & Downspouts Exposed gutters and downspouts are subject to ice damming and freeze -thaw cycles that can deform profiles and spread seams. Gutters and hanger straps should be below the line of sliding snow or strong enough to resist impact. Unless downspouts pass through a heated space, they can freeze. Maintaining large exposed sheet metal surfaces above freezing is not practical with heat tapes, but tape along valley or gutter and inside a downspout may keep a flow path clear. Where icing is likely to occur, sheet metal joints should be fully sealed to prevent water intrusion. Differential movement from expansion and contraction of roof and flashing can break these seals and should be eliminated at these locations. Under these circumstances, either "fix" the roof panels at the eaves or use the sealed flexing eave. Avoid sheet metal protrusions that can catch ice such as the wrap around eave with knee joints or gable end flashing at a stepped eave. Sealed gables shown in Detail Plates ZR - 504 and ZR -502 allow for roof movement yet maintain a seal that has performed well in heavy snow conditions. Penetration flashings need supplemental reinforcing to ensure the structural integrity of the flashing is maintained in a sliding snow and/or ice event. Snow Movement Snow movement on standing seam roofs is channeled by the rib. In heavy snow areas, the ideal roof would avoid conditions such as wrap- around eaves, penetrations, valleys, drop to lower elevations or changes of direction. Entries and utility access would be at gable end conditions; vents and chimney stacks would be at the ridge or out a sidewall. These conditions impose significant restraints on building design and depending upon the severity of the snow conditions may be disregarded only with care. ZIP -RIB engineering can provide information on the capacity of ribs and stiffeners to resist lateral pressure and of attachments to resist forces tending to dragppanels from the roof. Design values established by the project engineer should be based upon code or local experience. T. SMa,A Ilda A 1� Iwatlwrc / Plpe Sry a,lam lm u+eelN IM1n ZIPM=1 panels. Mwnb diaeey to Ne penal n➢a uh"'""'a' almNaNg NNy11/eOernal payima....ly Nb - MgM1hNSne"'euadW yarnitlemepa aux. W aWYp k and amx. M. earlanal nnam.Doak a, 04.1t clasps.wM Wawad poen, yuem brea,en W peel Hb. mal No aWUed wl.. Qa lubbp b lenpN a,uned d lnaml / IMbl..,1.11 Mlem.I aou1a pv., ea..ad.(.nal W. aVMehla) br and corm on..a end 0 peen pipe m ae.a wbme Iran Media, Z-; (anexlevenare.dIM MaMlleMapa MNaniwn....t Ne aper 0 a.. paean. W%,appa Oluenuam9ual lm— P. huhAalkn maEuanlel `� MebrIW 6Flnb11 #3OWZpl(GanPA&akel YdOOOi11(C6npA&erkel Ganpa80muPen-BOW 9edea AluMnum Emf ppe-BO15aInHasaN TubMp. C.NdIrpA End WleaBb Flaps-Numinumar9WNwflaN ehnHN FNW Is. MlllllnleM1. PoxEw GahgeutllabM al ad�BdwlMmal pvpreeesanalaeq Heeler 6 EnninNNn. }plppy Mary vWdas as rpo wO, moW dealpn. TM dealAl pd.nbnal Mould m+plN aeaN ap w Woe., balm, dealBn."'M and .1aNk m mW Ba Meda d e .padre pab0. wbureda veal .ages. m M9re .. 8 ne .+Tawe Inael. pwua., ,Jaaq amaraµ and . MueB . M:Wqa eupyuynwtruipyi Lanpld MenneN A Evac w Np4u Sam Waalit kr ultlnmie nape penal IwldM ap.NIY.MO Ian ISPoNAa law. S5!Tedrbba GannAoedmaN S5! Snow Guard Detail Plate: ZR -904 ®®®®®e www.imet(o.com a (800) 646-3826 a www.ziprib.com a (800) 251.6215 BKY�6' Merchant & Evans, Inc.: 308 Connecticut Drive a Burlington a NI • 08016 38 perform pee Inspired Soluliens. 9 :� R$bLLPFY' E6iiCP. 4_ifld Snow Guards Snow guards may be used to protect gutters, penetrations, valleys, sidewalks, or entryways from massive falling snow. Some are small protrusions closely spaced to hold snow in place until it melts or evaporates. These operate on the principle that it is easier to hold snow in place than to stop it once it starts to move. Others are massive braced units located at the eaves to divert or stop a snow slide. One type recommended for ZIP -RIB is the proprietary S51 System illustrated in Detail Plate ZR -904 on the previous page and in the photo to the right. Roofing & Siding Design Guidelines Roof fixed point design is critical to a successful design, thus, specifying loads which are required to be resisted as well as the engineering analysis confirming the anchorage must be required by the designer. The design strength of some fixing methods is as follows: Condition Design Capacity Parallel to Roof Slope 114" through bolt in #2006 clip 270 lbs per clip #14 screw through .032" ZIP -RIB 194 lbs each #14 screw through .040" ZIP -RIB 242 lbs each #14 screw through 24 GA ZIP -RIB 405 lbs each #14 screw through 22 GA ZIP -RIB 522 lbs each In all cases, the above values assume the lateral capacity of the fastener into the support structure is adequate. The sliding forces generated at Fixed points of roofs cannot be resisted by long fasteners in bending (e.g. bearing -plate -detail), thus transfer of these loads to the substructure must be accommodated by other means. For reference: the NDS for Stress Grade Lumber allows 267 lbs. snow load on a #14 screw embedded a minimum of 1.7 inches in Group II species wood. Special anchorage devices can be designed to meet specific requirements (see section on fixed points for additional design considerations). Normal Prmoun, / I Snow Load Typical force diagram used to determine loads on fixed points, snow guards, etc. 9090130Z'` d www.imetto.com • (800) 6463826 • wwwaiprib.mm • (800) 2576215 39 Per(ormanoe Inspmed Solufions. ' Merchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 . anEc rnr�enr�s- esra If penetrations must be made on roof slopes subject to heavy compacted snow slides, they should be as narrow as possible and well anchored to the structure below. Ordinary sheet metal crickets need to be reinforced to perform like a snow plow, and there must be sufficient area around the penetration clear of ribs so that packed snow can move laterally to pass around the obstruction (see illustrations to the right). On sidewalls, deep moving snow masses can deform vertical ribs or battens and corner trim. Vertical siding of any type is subject to sideways scrapes, and ZIP -RIB panels are not recommended for use on sidewalls in such instances. Any wall projections in the flow path, such as for chimneys, architectural features or trim, should be considered the same as a penetration and, if possible, avoided. Failing that, minimize necessary projections and reinforce and provide for lateral movement of snow to clear any obstruction. Designers should give careful attention to the effect of snow cascading from a roof to a lower level. light snow can flow like a liquid, turn corners and fill covered walkways to block exits. Piles of snow on the ground can divert pressure to impact on walls or windows sheltered by an overhang. Where impact from snow can damage sheet metal profiles, ribs can be reinforced to provide more resistance. However, excessive heat escaping through the roof can turn a soft mass of snow into an ice pack rigid enough to break through ordinary roof and deck materials. Roofing & Siding Design Guidelines Heavy steel Gusset Inside flashing R16 Capt - - - I_ — Anchor Bolts S51 Snow fence System retaining snow on a ZIP -RIB roof www.imetEo.com • (800) 6463826 • www.ziprib.com • (800) 2576215ey"40 Performance Inspned Solmions. Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 Policy Statement Roofing & Siding Design Guidelines Project designers (architects and engineers) are in the best position to evaluate their client's needs for cost, performance or appearance. Frequently, optimum performance of one element will be compromised to accommodate other factors of the design. Technical service by the manufacturers of ZIP -RIB is aimed at providing designers (architects and engineers) with information based on prior experience of given details under similar conditions as a guide for consideration for individual projects and leaves selection of specific details to the designer and/or owner. ZIP -RIB is installed by independent contractors who are responsible for maintaining good workmanship on a day-to- day basis and for guaranteeing their own work. Contractors authorized to install ZIP -RIB panels are selected on the basis of having the facilities and organization to execute a proper installation of ZIP -RIB in a manner consistent with good sheet metal practice and as covered in the ZIP -RIB training sessions. ZIP -RIB manufacturers will provide a product that meets the published tolerances and testing standards in accord with the conditions covered in their standard product warranty which is available upon request. In review of details or of jobs in progress, the manufacturers of the ZIP -RIB system assume no responsibility beyond that covered in standard product warranties. Contact the ZIP -RIB manufacturers or your local representative for sample warranties. Information in this Design Guide is based upon established engineering principles, industry publications, research with tests simulating field conditions and from field experience with a variety of installations. The many variables associated with building design and local site conditions preclude absolute statements regarding performance of specific details, and the designer (architect or engineer) is urged to consult with others having specialized experience. In presenting these details, ZIP -RIB manufacturers are providing information only and make no warranty as to performance and accept no liability for the application of the principles or techniques described in this manual. The Design Guide is believed to be current with respect to information available at the time of publication. The ZIP - RIB manufacturers reserve the right to make future revisions to this guide to remain current with the state-of-the-art. Designers and installers are urged to check with the nearest manufacturer to ensure the use of the latest information. ZIP -RIB® Roofing and Siding: Design Guide for the Architect or Design Engineer Original Edition - February 1979 Edition 2 - May 1981 Edition 3 - November 1985 Edition 4 - October 1989 Edition 5 - September 1999 Edition 6 - December 2019 ©2020 Innovative Metals Company, Inc. ZIP -RIB® is a proprietary Trademark of Merchant & Evans, Inc. U.S. Patent Numbers 3,312,028 and 3,555,758 and 4,417,431 www.imefm.mm • (800) 6463826 • www.ziprib.com • (800) 2576215 Pedormause Inspired Solmions, `- �11BjGive, Merchant 8 Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 41 R(SLLFPo' a6fifCF £E -G4 Notes: Roofing & Siding Design Guidelines ZI RIB'i,o, �,,d,d--t Mr chani86n.z l army, Inc J E is v d tm la-av I h nova. i,c Wi F r �, oe�, l m Z)2020 Lt Is C,, p—,, Inc. www.1mef(mom • (800) 6463826 • www.ziprib.mm • (800) 2576215 42 ve,ro,ma... 1„,, dMerchant & Evans, Inc.: 308 Connecticut Drive • Burlington • NJ • 08016 APPENDIX F - EAGLEVIEW REPORT (FOR REFERENCE ONLY) ALL BIDDERS RESPONSIBLE FOR THEIR OWN MEASUREMENTS. THE CITY IS NOT RESPONSIBLE FOR ANY DISCREPANCIES BETWEEN THIS REPORT AND FIELD CONDITIONS. 77777771 1■ Report Images ......... 1 Date: 06/07/2024 Length Diagram ..........................4 Report: 59423296 Pitch Diagram .............................5 Building: 1 AreaDiagram .............................6 Penetrations Diagram .................7 Roof -tails N Notes Diagram ...........................8 _ Total Area: ' 12,229 sq ft - Property Info ..............................9 Report Summary .......................10 Total Roof Facets: 4 Predominant Pitch: 4/12 Number of Stories: <=1 Total Ridges/Hips: 284 ft Total Valleys: 122 ft Total Rakes: 87 ft Total Eaves: 323 ft Total Penetrations: 79 Total Penetrations Perimeter: 415 ft Total Penetrations Area: 198 sq ft In this 3D model, facets appear as semi -transparent to reveal overhangs. Contact Us Contact: Austin Hansen Company: The Garland Company, Inc. Address: 3800 East 91St Cleveland OH 44105 Phone: 714-745-5317 Measurements provided by www.eaeleview.com a Certified Accurate www. eagleview.com/Guarantee.aspx ®2008-2024 Eagle YewTe"nologles.Inaand V4,reelyInternal onal Col'' —rdl Rlgbta Reserved— Covered by one or more al U.S. Patent Noe.ep78,426; 0,145,578; 8,170,840;8,209,152:8,515.125;8.825,454; 9.135,737; 8,670,a61; 9,514,568; 8,810]70:8,542,880; 9,244,689; 9.329J49. Other Patenta Pending. .- eaglemew ROOF MEASUREMENT REPORT The following aerial images show different angles of this structure for your reference. Top View ®2000-2024 Ea01e Yew Technologies, Inc. and Picromehy Inlemelional Ca@. - NI Rights Reserved- Covered by one of more oft. 5. Palen) Nov. 8.078,436; 8,145,5]4 8.170,840:8,209.152; 8,515,125; 8,826.464: 9,135,737:8.670,961;9,514.568;8818,))0;8,642,000;9,244,589;9,329,749.0N.,Polen6 PanJng. �111?4s�l .J x North View East View 02008-2024 E.O. New Techr dagies, Inc. end Piet.—Ir, International Corp. -NI Rights Reserved- Covered by one or more of Palen Nos. 0,070,436: 5,145,578; 8.170,840; 8,209,152; 0,515,125; 8,625,454; 9.135,737: 6.670,961; 9,514,560; 8,010,770; 8,542,080; 9,244,509; 9,329,749. Other Parents Pending. South View West View 02008-2024 Eagle View Technologies, Inc. on" Micrometrym6on y Inleeal Carp.—NI MOM Reserved— Corned by one or more aN.6. Parent Nos. 8,078,436; 8,145,578; 8,170,840; 8,209,152; 0,515,125; 8,825,454; 9,135,737; 8,670961; 9,614.568; 8918,]]0; 0,542,880; 9,244,589; 9,329,749. Other Presto Poodle,. LENGTH DIAGRAM Total Line Lengths: Ridges = 284 ft Valleys = 122 ft Hips = 0 ft Rakes = 87 ft Flashing = 0 It Eaves = 323 it Step flashing = 87 ft Parapets = 0 ft W + E Note: This diagram contains segment lengths (rounded to the nearest whole number) over 5 feet in some cases, segment labels have been removed for readability. Plus signs preface some numbers to avoid confusion when rotated (e.g. +6 and +9). ®200&2024 Eagle Yew Technologies, lnc. and Plclome0y loteme6onal Cory.—NI Rights Reserved— Sweet by one or more ofU.S. Patent Nos. 8,078.436; 8,145.578; 6,170,e4o; 6,209,152; 8$15,125; 8,625,454; 9,135.737; 6,670,961; 9,514,568; 0,010,770; 0,542,080; 9,244,589; 9,329,749. Other Pnlenb Pending. " ROOF MEASUREMENT REPORT M � Pitch values are shown in inches per foot, and arrows indicate slope direction. The predominant pitch on this roof is 4/12. i a v -1 a a y N W E S Note: This diagram contains labeled pitches for facet areas larger than 20 square feet. In some cases, pitch labels have been removed for readability. Gray shading indicates flat, 1/12 or 2112 pitches. If present, a value of To indicates a flat facet (no pitch). 82008-2024 Ea91e Yew Teehnolopes, lne. and %clome1ry 1n1ema5onal Cory.—NI Rights Reserved— Caeored by one on- more of U.S. Palen Noe. 8,078.43;8,145.578; 6,170S,W;0 209,152;8.515,125;8,825,454; 9,135,737;0,670,961;9,514,568;8,818,770;8,542,880;9,244,589; 9,329,749. Ober Paonis Pending. GAR-DROOF MEASUREMENT REPORT 3 Total Area = 12,229 sq ft, with 4 facets. W + E Note: This diagram shows the square feet of each roof facet (rounded to the nearest foot). The total area in square feet, at the top of this page, is based on the non -rounded values of each roof facet (rounded to the nearest square foot after being totaled). ®20082024 Eagle View Teebnalogies, Ow. and Piatomelry lntemational CmP.—Add Rights Reserved— Crooned by one or more of U.S. Patent Nor. 8,0]6,436;0,145,90;0,170,640;8.209,152;6.515,125;0.825,454; 9,135,]37;8,6]0,961;9,514,568;0,818,]]0;8,542,880;9,244,589; 9,329,749. (Mer Paters Pending. Penetrations Notes Diagram Penetrations are labeled from smallest to largest for easy reference. Total Penetrations: 79 Total Penetrations Area: 198 sq ft Total Penetrations Perimeter = 415 ft Total Roof Area Less Penetrations = 12,031 sq ft 5• 2so VA 43- 2 26° 26. 24° 430 22• 31° 27• 21.20. 19 700 23- 62 63 34• 64 65 fib 15° 5216516 �2 49 5o 57 50 14- 1211-13- 690 4°12%1°13°690 390400 35° to - 78C 79[�:p 5 6 53 54 55 58 0 fi0 fit 44 7 45 46 47 40 37 38 2• 3• 1 4° 360 670 • 5° 6 N w + E 5 Note: Any measured penetration smaller than 3x3 feet may need field verification. Accuracy is not guaranteed. The total penetration area is not subtracted from the total roof area. ® 2008-2024 Eagle View T¢hnologies.lnc and Rostome4y Inlemational Cary. - NI Rights Reserved- Covered by one or mare of U.S. Patent Nos. 8,078,436;8.145.578;8.170,840:a.209.152;8,515,125;8,825,454; 9,135,]3];8,6]0,961;9,514,568;8,818,770;5,542,880;9,244,589;9,329,749.ONer Paten.Pending. Roof facets are labeled from smallest to largest (A to Z) for easy reference. W + E 02008-2024 Eagle Mew Technologies, Inc. and Pictomrry lnlemellonel Corp. —At RIghls Reserver Scorned by one or more at V.S. Patent Nos. 8.a70,436:8.145 6711: M]0,840;0.209,152;8.515,125;8.025,454; 9,135,737;0,670,951;9,514,568:8,818,110;8,542,000;9,244,509;9,329,749.OIher Patenh Pending. " ROOF MEASUREMENT REPORT Property Location Longitude = -118.0727556 Latitude = 34.0612678 Online map of property: http://maps.google.com/maps?f=g&source=s q&hl=en&geocode=&a= 2714+River+Ave,Rosemead,CA 91770 Property Info Year Built: Effective Year Built: Notes This was ordered as a commercial property. There were no changes to the structure in the past four years. ® 2008-2024 Es01e View TecFndo9lea, Inc,ea"Pinlometty International Cap.—NI Rights Reaerved— Coeered by one or more a1 U.S, Palen Nos. 8,078,436; 8,145,578; 6,170,840; e,209,15R; 8,515,125; B,825,454; 9,135,737; 0,670,961; 9,514,568; 8,818.770; 8,542,880. 9,244,589; 9,329,749. Othm Patents Pmtling. ROOF MEASUREMENT REPORT Below is a measurement summary using the values presented in this report. Ridge..................................................284 ft (2 Ridges) Hips...........................................................0 ft (0 Hips) Valleys................................................122 ft (1 Valleys) Rakes*..................................................87 ft (4 Rakes) Eaves/Starter** ....................................323 ft (3 Eaves) Drip Edge (Eaves + Rakes).................410 ft (7 Lengths) Parapet Walls........................................0 ft (0 Lengths) Flashing................................................0 ft (0 Lengths) Step Flashing.......................................87 ft (4 Lengths) Total Area ..................................................12,229 sq ft Total Penetrations Area....................................198 sq ft Total Roof Area Less Penetrations ................12,031 sq ft Total Penetrations Perimeter.................................415 ft Predominant Pitch..................................................4/12 *Rakes are defined as roof edges that are sloped (not level). ** Eaves are defined as roof edges that are not sloped and level. 4/12 Waste% 0% 10070 Area (sa ft) 12,229 13451. Total Roof Facets = 4 22% Squares 122.3 134.5 137.0 140.6 143.1 146.7 149.2 This table shows the total roof area and squares (rounded up to the nearest decimal) based upon different waste percentages. The waste tactor is subject to the complexity of the roof, individual roofing techniques and your experience. Please consider this when calculating appropriate waste percentages. Note that only roof area is included in these waste calculations. Additional materials needed for ridge, hip, valley, and starter lengths are not included. 02008-2024 Eegle VI Tehnol0"'Tlnc.andp""l'OlnNmafionAlCw.-NIRigMReserved-Covme4 by one o1 more of U.B.PaimfNos.0,078,436;0,145,570;8,170,840;8.209,152;8.515,125;8,825.454; 9,135.737; 0,670.981; 9,514.MB; 8,810,7]0; 8,542,080; 9,244,509; 9.329,749. 0Me1 Pafenia Pending. ROOF MEASUREMENT REPORT Area (sq ft) 0.2 1 1 1.5 1.2 2 2.5 3 3.7 4 Perimeter (ft) 2 4 5 5 6 6 7 7 8 8 Area (sq ft) 4.9 5 6.2 7.5 9 12.3 15.7 22 22.1 Perimeter (ft) 8.9 9 10 11 12 14 15.8 20.8 21 Any measured penetration smaller than 3x3 feet may need field verification. Accuracy is not guaranteed. The total penetration area is not subtracted from the total roof area. ®20082024 Eagle UewTeehnologies,Ina, add Planned, International Coq.—NI Rlghte Reserved— Covered by one w more r 5, Patent Nine. 8,0]0,636;8,145,5]0;8,170,840;0$09,52;8,515,125;8,825,454; 9,135,737; 0,870,981; 9,514,588; 8,818,770; 0,542.080; 9,244.589; 9,329,749. Cher PaRnk Pending. f e V W .M Legal Notice and Disclaimer June 7, 2024 Notice and Disclaimer No Warranty: The Copyrighted Materials are provided to you "as is," and you agree to use it at your own risk. EagleViewTechnologies makes no guarantees, representations orwa rranties of any kind, express or implied, arising by law orotherwise, including but not limited to, content, quality, accuracy, completeness, effectiveness, reliability, fitness fora particular purpose, usefulness, useorresultsto be obtained from the Copyrighted Materials. Contractors agree to a [ways conduct a preliminary site surveyto verify Roof Reportordered. In the event of an error in a Report, your sole remedy will be a refund of the fees paid by you to obtain this Report. 02008-21124 Eagle View Tedmologl , Inc. and Pittometry Infemetned Cap.—,UI Rig Its Re Nml— r Uaa by one at more a U.S. Patent Nita. 8,028,436;8,145,578;8,1)0,840;8,289,152;8,515,125;8,825,454; 9,135,737; 9,670,961; 9,514,568; 8,818,770; 8,542,880; 9,244,589; 9,329,749; 9,599,466. rate, Patents Pending. Danny Letner, Inc. dba BIDDER: Letner Roofing Company PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 IB- Signature Stuart Hein Type or Print Name Secretary Treasurer Title Danny Letner, Inc. dba BIDDER: Letner Roofing Company 1490 N Glassell St. Business Street Address Orange, Ca. 92867 City, State and Zip Code 714-633-0030 Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Not Applicable. Bidder's License Number(s): Department Industrial Relations Registered No. 1000002763 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -8 A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 18 day of December 2024 by Stuart Hein proved to me on the basis of satisfactory evidence to be the person who appeared before me. INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Public Contract Code 10232 Statement (Ttle or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date Additional information 2015 Version veww.NotaryClasses.com 800-873-9865 •� ti JANETTE VALLE Notary Public - California t •� o Los Angeles County Commission; 2401880 (Seal) `My Comm. Expires Apr 24, 2026 INSTRUCTIONS The wording of all Jurats completed In California after January 1, 2015 must be In the form as set Podh within this Jurat There are no exceptions. If a Jund to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. In addition, the notary must require an oath or afirmadon from the document signer regarding the buthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If fhe document was previously signed, 8 must be re-signed in front of the notary public during the jurat process. • State and county Information must be the state and county where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of the document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal Impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. •? Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document with a staple. Danny Letner, Inc. dba BIDDER: Letner Roofing Company SECTION 2 BID DATA FORMS W1 BIDDER: Danny Leiner, Inc. dba Leiner Roofing Company Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Danny Letner, Inc. dba Letner Roofing Company as Principal, and Western Surety Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT of the Total Amount of the Bid in DOLLARS ($ 10% of Bid in Dollars ), being not less than ten percent (101/6) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 18, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this CBF -10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document. to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA )ss. COUNTY OF LOS ANGELES On December 16, 2024 before me, Rolando Lopez. Notary Public, personally appeared Martha I Chasewho proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ere subscribed to the within instrument and acknowledged to me that lie/she/gwy executed the same in his/her/thm authorized capacity(ies), and that by his/her/thew signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ROLANDO Lopez c (Seal) N�t�AS ANGELES LIC -N PoN1YRNIA 'z olando Lopez, No Public MY COMM IXP RES y0V L30�2025 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Martha J. Chase, Individually of Los Angeles, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 22nd day of December, 2023. s9E*Yco WESTERN SURETY COMPANY s�4seon�r �b State of South Dakota anw Larry Kasten, Vice President County ofMinnehaha ss On this 22nd day of December, 2023, before me personally came Larry Kasten, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his time thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires : M. BENT F�Suornar rueuc March 2, 2026 # sourx axma a , ,,.......... M. Bent Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof t have hereunto subscribed my name and affixed the seal of the said corporation this I& day of December , 2024. '� RE^rOo WESTERN SURETY COMPANY emeV�PopRr2= S�Tjt ROW L. Nelson, Assistant Secretary ADOPTED BY THE Authorizing By -Laws and Resolutions OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate time of the Company by the President Secretary, and Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten, Vice President, who bas been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27" day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the set and deed of the Company." Go to www.cnasuretv.com> Owner I Obligee Semites> Validate Bond Coverage, if you want to verify bond authenticity. Form F4200.62023 Danny Letner, Inc. dba BIDDER: Letner Roofing Company 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -11 Danny Letner, Inc. dba BIDDER: Letner Roofing Company 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Address: 1835 Fioradale Ave. South EI Monte, CA License No.: 780316 Department of Industrial Relation Registration No. 1000000934 Line item #2 as per Bid Schedule. Name and Location Description of Work of Subcontractor to be Subcontracted Name: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. CBF -12 Danny Letner, Inc. dba BIDDER: Letner Roofing Company 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: of Ontario - 303 East 'B" Street Ontario, CA. 91764 Name and Address of Owner Adrian Escamilla, 909-395-2012 and telephone number of person familiar with project Reroof Cold Applied & $697,834.00 Single Ply Tremco Roof 01/2023 Contract amount Type of Work Date Completed 2. Azusa Unified School District - 546 S Citrus Ave. Azusa, CA Name and Address of Owner Name and telephone number of person familiar $1,999,100.00 Reroof Tremco Roof System 04/2024 Contract amount Type of Work Date Completed 3. Beaumont Unified School District - 350 W. Brookside Ave. Beaumont CA. Name and Address of Owner Robin Wise (w/Ledesma & Meyer - CM) 909-476-0590 Name and telephone number of person familiar with project Single Ply Sika Roof System $1,756,723 and related sheet metal 03/2022 Contract amount Type of Work Date Completed CBF -13 Danny Letner, Inc. dba BIDDER: Letner Roofing Company 4. Corona -Norco Unified School District - 2820 Clark Ave. Norco CA Name and Address of Owner Tim Russell 951-736-5050 Name and telephone number of person familiar with project $6.362.157.48 Reroof Henry Roof System 08/2024 Contract amount Type of Work Date Completed CBF -14 Danny Letner, Inc. dba BIDDER: Letner Roofing Company SECTION 3 NON-COLL USION AFFIDA VIT CBF -15 Danny Letner, Inc. dba BIDDER: Letner Roofing Company NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the parry making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. and sworn before me This Notary Public in and for the State of California My Commission Expires: Stuart Hein Typed or Printed Name Secretary Treasurer Title Danny Letner, Inc. dba Letner Roofina Companv Bidder "See attached Jurat" 20_ (Seal) CBF -16 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 18 day of December 2024 by Stuart Hein proved to me on the basis of satisfactory evidence to be the personwho appeared before me. Voun Notary Public -California s Angele Los Angeles County Commission; 2401880 Comm. Expires ure Apr 24, 2026 (Seal) OPTIONAL INFORMATION INSTRUCTIONS The wording of all Jurats completed in California after January 1, 2015 must be in the Lone as set forth within this Jurat. There are no exceptions. M a Jurat to be completed does not follow this form, the notary must correct the verblage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. In addition, the notary must require an oath or DESCRIPTION OF THE ATTACHED DOCUMENT affirmation from the document signer regarding the "Moses of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document Non -Collusion Affidavit was previously signed, It must be re-signed in front of the notary public during the jurat (Tide ordescripdon of sl ached document) process. • State and county information must be the state and county where the document signer(s) personally appeared before the notary public. (Tide or description of attached document continued) • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. Number of Pages _Document Date • Print the name(s) of the document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the Additional information office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal Impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. P Additional Information Is not required but could help to ensure this jurat is not misused or attached to a different document. •'r Indicate title or type of attached document, number of pages and date. 2015 Version www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. ACTION BY UNANIMOUS WRITTEN CONSENT OF DIRECTORS OF DANNY LETNER, INC. IN LIEU OF ANNUAL MEETING Pursuant to California Corporations Code § 307(b), the undersigned, constituting all of the directors of Danny Lerner, Inc., a California corporation (the "Corporation"), hereby unanimously adopt, approve and consent to the following actions and resolutions without a meeting: 1. Ratification of Past Acts RESOLVED, that all actions taken by the officers of the corporation in furtherance of its business during the preceding year are hereby confirmed, ratified and approved. -.&;'2. Election of Officers WHEREAS, the directors have determined that it is in the best interests of this Corporation to elect new officers; RESOLVED, the following persons are duly nominated and unanimously elected to the offices indicated after their name: Dennis K. Olson - President/Chief Executive Office Richard B. Olson - Vice President/Chief Financial Officer German Gonzalez Assistant Vice President Stuart Hein - Secretary IN WITNESS WHEREOF, the undersigned have executed this Action by Unanimous Written Consent of Directors on the date below written. Dated: April 20, 2018 Dennis K. Olson, Director„ w LJ 4419687.1 2273.2.4616 _I_ 3153670.1 2273-2A616 Page 2 of 2 2233889.1 2273.2A616 tT Ate OF OALf-WAHI4 STATE LICENSE BOARD 0EP0"WfOF CCa9MM AFFAIRS ACTIVE LICENSE 7 License Number689961 EntRy CORP Business Name DANNY LETNER INC DBA LETNER ROOFING COMPANY Classmeation(s) B C43 C39 ExpirattonDate 06/30/2026 www.cslb.ca.gov 0. CONTRACTORS NATE LICENSE BOAR Contractor's License Detail for License # 689961 DISCLAIMER: A license status check provides information taken from the CSL8 license database. Before relying on this information, you should be aware of the following limitations. I 6t0 mmpli ini dull,eure is vshidetl 0ylaw(al111,1111 enury U whkR le publlcmmplalnldi,ve, kk onlinksM1abvNla,iI've,fir moreinfom,ation.cbh here fora dennXionoidsUosableaNans. Only mwarlo , Wind their rydementsre..Ae to Isis wvw1lo1ed(Me 1.1Lnl. a,bitradonsare nos listed - 11. he cour2Mrfals to—,P, with the terms. I nue to --M-d, rive may be nesivanlNlmmadhe Na has noryel bewrwax d I. the Erwal', fans. dabble, Data current as of 9/10/2024 9:35:45 AM u .� i nu v ice DANNY LETNER INC ODA LETNER ROOFING COMPANY 1490 N GLASSELL STREET 0RANGCCA9286T Business Phone Nu ,8,11714) 6330030 En&y Cmporallan Issue Date 06/08/1994 EsPbObete 08/30/3036 This ticeme 4 current and BNve. All infmmatlon below should be revlewed. s B -GENERAL BUILDING a C43-SHEETMETAL s C39 -ROOFING io Contncter's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY Bond Humber: 58685073 Band AreonbF$1s,0o0 Effective Dale: 01/01/2023 Contractor's Bond Histery Bondof(Ur.ifying Indivldml The qualifying individual DENNIS KEITH 01 -SON cedified that he/she owns 100ercenl or more of the voting tock/membership interest of this company, therefore, the Bond of Qualifying individual is not required. Effective Date: 94/12/2016 BEirs Bond History W.I,fs' k iop","o, ) This license has workers compensation lnsmancewith the FEDERAL INSURANCE COMPANY Policy N umber:543265T0 EDeaive Date: OT/01/2023 EaPlre Date: 07/01/2025 WorkersCompensation History Workers'mmpensation Aassn'tation cadets): 54822 - Waterproofing -high wage 5553 - Roofing,high wage 55421- Sheet Metal Worilogh wage For a description of the Workers' compensation classification coders) listed for license, contact the licensees Insurance carries Contact information for the licensee's insurer is available by clicking the )wore, link above. Classihcation codes are also available on the Workers Compensation Insurance Rating Durxao's classification search page. The board does not vainer investigate she accuracy of ctassl0imU.. codes displayed. r Personnel listed On[his license(current ordisassociatedl are liskd on otherlicenses. ""d-, Top i ':y Polis% A¢cssibiliry Ce:Id i dlion Copyright © 2024 State of California onJ eCPR Public Search Login Public Works Support Contractors Projects Register Nome ) Customer Arcountinekuo ) LETNER ROOFING COMPANY LETNER ROOFING COMPANY Customer Account Lookup Name LErNER ROOFING COMPANY (empty) Email amata@letn".com a State �CA._.__ Zip Contractor Status CSLB Legal Name DANNY LETNER, INC DBA LETNER ROOFING Business Structure -None-- Business Phone .____— - (714)633-0030 Registration Number C3881341 President Dennls Olson PWCR 1000002763 l Registration Start Date —._._.—. .______ Registration End Date Doing Business As (DBA) Crafts Copyright 2024 Sete of Califamia CONTRACTORS STATE LICENSE BOAR( OContractor's License Detail for License # 780316 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this informations you should be aware of the following limitations. a CSLBwmP.lenfedomrter.arnica! by few (Me nN.S) discasuredla on linkthet 01 career below for more mimmation. Click Nee for a definition of credentials colons. a enlymnarucllon rebleddWiludgmenca reamed b CSW a,e dlulmed(UP ]011.1n. a W.Va. ub netlirted unless the mnlracwrb eto mmPlywab lbekrses. r Dice to workload, Uere ri I.kct lnlemmtion Nal Me not Yet been entoel into the beard's license database. Data current as of 12/18/20247:41:53 AM Business Inlnnnalion GAMACONTRACTING SERVICES INC 1835 FLORADALE AVE SOUTH EL MONTE, 091733 Business Phone Numbe i (626) 442-7200 Entity Corporation Issue Date 06/15/2000 Reissue Date 03/28/2008 Expire Date 03/31/2026 Linnse SWUS This Bcense is current and active. Ali Information below should be reviewed. Classifications I B-GENERALBUILDING I C21- BUILDING MOVING, DEMOLITION I C20 -WARM -AIR HEATING, VENTILATING AND AIR-CONDITIONING k 09. ROOFING I C22- ASBESTOS ABATEMENT(Check DOSH Asbestos Registration) Certifications I ASS -ASBESTOS (Check DOSH Asbestos Registration) a HAZ- HAZARDOUS SUBSTANCES REMOVAL Bonding Information Contractor's Bond This license filed a Contre f or'i Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 100839379 Bead Amount: $25,000 Effective Data: 04/01/2024 Contmctn'.Bond History send of Quallfyfc; Individual The qualifying individual JOSE SERG10 DUENAS certified that he/she owns 10 percent or more of the voting stocWmembership interest of this cram Plays therefore, the Bond of Qualifying Individual is not required. Effective Date: 05/24/2012 WQrs Bond History Workers' Compensation This license has Workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY Policy NumbenWC184342203 Elective Date: 03101/2024 Eapin Date:03/01/2025 Workers' Compensation History hlisceilanous Intonmafion t 09109/2015- DOSH REGISTRATION VERIFIED FOR C22 Back to Tap Privacy Policy Accessibility Certification Copyright © 2024 State of California Conditions of Use Accessibility 12/18/24, 7:42 AM =fis's,.roaL GAMA CONTRACTING SERVICES, INC. flow >CustomerAaount tnokuo i GAMACONTRACTING SERVICES, INC GAMA CONTRACTING SERVICES, INC. Customer Account Lookup Name GAMA CONTRACTING SERVICES. INC. Customer Account _6 (GAMA CONTRACTING SERVICES. INC. eCPR Public Search Login Public Works Support Contractors Projects Register Type Contractor Website (empty) ! _8 Email patnaa@gamacsixom Address 1 1835 FLORADALE AVENUE Address -2 city SOUTH EL MONTE State CA Zip 91733 Contractor -Status DIRAPProved ', CSLB 780316 ( I https.11services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2 csm_portal_customer_account_lookup&sys_id=290888cbc38706906d519fee05013... 1/2 12118/24, 7:42AM GAMA CONTRACTING SERVICES, INC. Legal Name GAMA CONTRACTING SERVICES, INC. Business Structure Business Phone 6264427200 Registration Number 3022888 President Jose Duenas PWCR 1000000934 (' Registration Start Date Registration End Date Doing Business As (DBA) GAMA CONTRACTING SERVICES, INC. Crafts Legacy Registration Date 2022-07-01 Legacy Registration Expiration 2025-06-30 ldist¢dral.Reglsltatinn.Datgs.Q Terms & C nd'Eons ed2acY-UNsr. Disclaimer Nnndiscdmination Notice Aaesslbiity diro e� Copyright 2024 State of Uiifomia https://se"lces.dlr.ca.govlgsp?id=dir_public form&table=x_cdoi2_csm_portal_customer_account lookup&sys_id=290888cbc38706906d5l9fee05013... 2/2 BIDDER: C.I. Services, Inc. CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION 1- BID SCHEDULE CBF -1 C.I. Services, Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PPn_TP.CT Na- 31031 NO, ITEM DESCRIPTION v EST. QTY, UNIT UNIT PRICE ITEM COST Temporary Restroom Facilities - work shall include rental of one portable restroom and one hand washing station. The contractor shall ensure 1 LS $ 3,000.00 $ 3,000.00 that the portable restroom and hand washing station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies, For abatement scope of work and 2 requirements, see Appendix A and B 1 LS $_68_,820 00 $86,820.00 (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 3 Rosemead Public Works Office & Warehouse 1 LS $421,767.0 $ 421 767 00 Building, as detailed per Part C: Technical Provisions, Appendix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and 1 LS $ 4,000.00 $ 4,000.00 replacement of the barbed wire. Barbed wire replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 517,587.00 TOTAL BASE BID AMOUNT IN WORDS: Five hundred seventeen thousand five hundred eighty seven dollars The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. CBF -2 BIDDER: C.I. Services, Inc. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govern over fi ures. Full compensation for the items listed to the right as Items A, B, C, D and E are considered as inclusive in each Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization /Demobilization B Traffic Control C. NPDES, W WECP, and Best Management practices (BMPs), Public Convenience and Safety D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of forty eight thousand Dollars ($48 000.00 ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 BIDDER: C.I. Services, Inc. Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall annly to this Contract in the amounts the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 BIDDER: C.I. Services, Inc. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Art Jones 12/5/2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. 1 Dated 12/11/20j24 Addendum No. Z Dated 1z� tz Addendum No. Dated Addendum No. Dated rNAAM BIDDER: C.I. Services, Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats, 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space. l BIDDER: C.I. Services, Inc. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 By:C� gnat, re Andrew Wolstan Type or Print Name President Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): 701434 Department Industrial Relations Registered No. 1000005311 NOTES: C. I. Services, Inc. 23052 Alicia Parkway #H374 Business Street Address Mission Viejo CA 92692 City, State and Zip Code 714-867-9178 Telephone Number California I) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation partnership or joint venture has the authority to do so. 30 AUTHORIZED SIGNATORY Contract NO.: Project No. 31031 -Roof Replacement at Public Works Office & Warehouse Building Company: C.I. Services, Inc. Address: 23052 Alicia Parkway #H374 City: Mission Viejo Phone: 714-867-9178 Date: 12/17/2024 State: CA Zip: 92692 Email: service@cisroofing.com This affirms that the signatories below have the authority under penalty of perjury to affirm that required forms and certified payroll records are originals and are full, true and correct. That forms and certified records depict the Trades, Crafts and Classifications of work performed, the hours and days worked, the amounts by category listed and disbursed by way of cash, check or whatever manner to each person by job classifications and/or skill pursuant to a public works contract. (1) As identified below, must be an Owner or Officer (2) As identified below, is the individual delegated to sign/enter payrolls (1) Andrew Wolstan Print Name of Owner/Officer -IZA_ Sig atu a of Owner/Officer President Title of Owner/Officer (z) Alexander Marcinkowski Print Name of Authorized Signatory Signature of Authorized Signatory President Title of Authorized Signatory BIDDER: C.I. Services, Inc. SECTION 2 BID DATA FORMS CBF -9 BIDDER: C.I. Services, Inc. Bond No.: GIC10100-3 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT C.I. Services, Inc. as Principal, and The Gray Casualty & surely Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of rortv Eieht Thousand and 00/100 ($_±,000 00 ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sun will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 18th, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this Iain day of December , 20 24 . (SEAL) The Gray Casualty & Surely Company (SEAL) Principal Surety By: By: 0a" y ray or : ilo nTcr', Ig at e Andrew Wolstan, President Signature CBF -10 CCI Surety 12/13/2024 14:07 651114067660 THE GRAY INSURANCE COMPANY THE CRAY CASUALTY At SURETY COMPANY GENERAL POWER Or ATTORNEY Bond Number: GIC10100-3 Principal: CA, Services, Inc. Project: ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT NO. 31031 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Jeremy Crawford, Michael D. Williams, Andrea Haight, Ethan Baker, and Brad Quiri of Golden Valley, Minnesota jointly and severally on behalf of each of the Companies named above its true and lawful Altorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature urn bond, as surety, contracts of suretyship as are or may be required or permitted by luw, regulation, conhacl or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duty called and held on the 26a' day of 1une,2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 4"' day of November, 2022. S8$L By: Michael T. Gray (/ Cullen S. Flake $EHL � _ u •' President President a, 9 The Gay Insurance Company The Gray Casualty &Surety Company R •k State of Louisiana ss: Parish of Jefferson On this 41h day of November. 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President ofThe Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals ol'the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. Leiyh A;,ne IienicE ; (J) Notary Public Leigh Anne , Pa Notary ID No. 92653 Parish Notary Public, Parish of Orleans State of Louisiana Orleans Parish, Louisiana My Commission is far Life 1, Mark S. Mangano, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 18th day of oseember , 2024 Y&J4 - 1, Leigh Anne Henican, Secretary of The Gray: Casually &Surely Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is stillin full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this -)81W day of December , 2024 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 Minnesota County of On 12/18/2024 before me, 1-1annah Lamski (insert name and title of the officer) personally appeared Jeremy Crawford, Attorney -In -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Minnesota that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature -�-- HANNAH M LAMSKI Notary Public !! ( Minnesota \ P My Commission Expires (Seal) .tan 31, 2027 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 12/17/2024 before me, Christopher D. Porter, Notary Public (insert name and title of the officer) personally appeared Andrew Wolstan , who proved to me on the basis of satisfactory evidence to be the persons) whose name(a) is/afe subscribed to the within instrument and acknowledged to me that heltheAFiey executed the same in hislhafkheif authorized capacity(4*, and that by hisAiedtheir signature(a)• on the instrument the person(e), or the entity upon behalf of which the persona) 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. •;,% cNaismPHeRo. PORTER Notary Public • Callfornla - Orange County Commission d 2452589 ��•e "��� My Comm. Expires Jul b, 2021 Signature � (Seal) BIDDER: C.I. Services, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of I percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -11 BIDDER: C.I. Services, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Sheet Metal Name: Elite Sheet Metal Inc. Address: 1802 East Cedar Street, Ontario, CA 91761 License No.: 918127 Department of Industrial Relation Registration No. 1000004761 Name and Location of Subcontractor Description of Work to be Subcontracted Tear Off Name: Klondike Construction Services Inc. Address: 592 East State Street, Ontario, CA 91761 License No.: 990645 Department of Industrial Relation Registration No. 1000008336 License No.: _ Department of Name and Location of Subcontractor Name: License No.: Department of Industrial Name and Location of Subcontractor Iii Description of Work to be Subcontracted Description of Work to be Subcontracted Registration No. of Work License No.: Department of Industrial Relation Registration No. CBF -12 BIDDER: C.I. Services, Inc. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. Moreno Valley Unified School District, 13911 Perris Blvd, MOreno Valley, CA 92553 Name and Address of Owner Ryan Beckham, 951-823-9845 Name and telephone number of person familiar with project $1,978,814.00 Metal, BUR 7/30/2024 Contract amount Type of Work Date Completed 2. City of Anaheim 200 South Anaheim Blvd Anaheim CA 92805 Name and Address of Owner Jon Leggett, 714-412-5714 Name and telephone number of person familiar with project $567,520.70 M Contract amount Type of Date 3. Anaheim Union High School District, 501 N. Crescent Way, Anaheim, CA 92801 Name and Address of Owner Letty Hauck, 714-999-5454 Name and telephone number of person familiar with project $1,015,168.00 BUR Contract amount Type of Work CBF -13 11/14/2024 Date Completed 9 BIDDER: C.I. Services, Inc. Rancho Santiago Community College District, 2323 N. Broadway, Santa Ana, CA 92706 Name and Address of Owner Victor Munoz, 562-544-0051 Name and telephone number of person familiar with $210,370.96 BUR 7/15/2024 Contract amount Type of Work Date Completed CBF -14 � It SECTION3 NON-COLLUSIONAFFIDAVIT CBF -15 C.I. Services, Inc. BIDDER: C.I. Services, Inc. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. ig atur Andrew Wolstan Typed or Printed Name President Title C.I. Services, Inc. Bidder Subscribed and sworn before me This day of Notary Public in and fot the State of Califo SEE ATTACHED Expires: CBF -16 (Seal) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Oranqe Subscribed and sworn to (or affirmed) before me on this 17th day of December 20 24, by Andrew Wolstan proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 0° q CHRISTOPHER �. PORTER <� ""' - Notary Public California 50 ,, c Orange County r: ` Commission N 2452589 °•'..c""' My Comm. Expires Jul 6, 2027 (Seal) Signatur Lo BIDDER: C.I. Services, Inc. 2.111 LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location of Subcontractor Name: GLi'1c>G r c'� U't.:Q •( Address: License No.: Department of Industrial Relation Registration No Description of Work to be Subcontracted Name and Location Description of Work of Subcontractor to be Subcontracted Name: L � c r%,Ai(--( License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Address:_ License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration Name and Location of Subcontractor Name: Address:_ License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration CBF -12 BIDDER: Courtney CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION I -BID SCHEDULE CONTRACT BID FORMS CBF -1 BIDDER: Courtney Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING DDAYiWVT Vn zto'tt NO. ITEM DESCRIPTION v EST. QTY. UNIT UNIT PRICE ITEM COST Temporary Restroom Facilities - work shall include rental of one portable restroom and one 1 hand washing station. The contractor shall ensure 1 LS $_ $ fJ that the portable restroom and hand washing station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and requirements, see Appendix A and B 1 LS._ 2 (Asbestos and Lead -Based Paint Inspection -- Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at Rosemead Public Works Office & Warehouse 1 LS $K7✓ $ s O®® 3 Building, as detailed per Part C; Technical Provisions, Appendix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and 1 LS $ f Z- $ replacement of the barbed wire. Barbed wire replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 6�57 TOO- TOTAL BID AMOUNT IN WORDS: ;,, . The award of Contract shalt be based on the TOTAL BASE BID AMOUNT only. CBF -2 BIDDER: Courtney Inc. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govern over fi ores. Full compensation for the items listed to the right as Items A, B, C, D and E are considered as inclusive in each Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization /Demobilization B. Traffic Control C. NPDES, W WECP, and Best Management Practices (BMPs), Public Convenience and Safety D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid rices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily corn Meted. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of dIOVV Ted Dollars ($t�_" _ ) said amount being not less than ten sL__ I ry .o a+a Y percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 BIDDER: Courtney Inc_ Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar day if project is not completed within the working days specified on the Notice Inviting Bids The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described iri the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 Courtney Inc. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: _ Joseph Sabolboro Date of Inspection: 12-05-2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No Addendum Addendum No. Addendum 1 Dated 12-11-2024 2 Dated_ 12-18=2024 Dated_ . __ Dated _ BIDDER: _ Courtney Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has noV in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No X If the answer is yes, explain the circumstances in the following space. CBF -6 BIDDER: courtnev Inc, PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 B/Sign e Robert Gilbert Type or Print Name CFO Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): BIDDER: Courtney Inc. 16781 Ivlillikan Avenue Business Street Address Irvine, CA 92606 ity, State and Zip Code 9492222050 Telephone Number California Not applicable 699236_09 C43 C33 C61/1)12 C8 Department Industrial Relations Registered No. 1000007792 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -8 BIDDER: Courtney Inc. SECTION" BID DATA FORMS CBF -9 BIDDER: Courtney, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Fonns are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Courtney, Inc. as Principal, and Liberty Mutual Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of the Total Amount Bid ($ 10% of Bid ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORDS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 18, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this i6th day -of December , 20 24 Courtney, Inc. _(SEAL) Principal 0 Signature to CBF -10 Liberty Mutual Insurance Company (SEAL) Surety y� Signature HaresonYoshioka Attorney -in -Fact CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On December 18th, 2024 Date before me, Bria Bryant - Notary Public Here Insert Name and Title of the Officer personally appeared George Courtney Name(s) of Signer(s) XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. BRIA RRG1NT Noary public • CalNmnla Orange County Commission N 2499611 0y, Comm. Expires Sep 12, 2018 + Place Notary Seal and/or Stamp 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. Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Public Description of Attached Document Title or Type of Document: Bid Bond (Roof Replacement at Public Works Office&Warehouse Bldg- City of Rosemead) Document Date: December l6th,2024 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: George Courtney t'N Corporate Officer — Title(s): CEO D Partner — D Limited D General D Individual D Attorney in Fact D Trustee ❑ Guardian or Conservator D Other: Signer is Representing: Courtney Inc. NO OTHER SIGNERS Signer's Name: NO OTHER SIGNERS D Corporate Officer — Title(s): D Partner— D Limited D General D Individual D Attorney in Fact D Trustee D Other: Signer is Representing: D Guardian or Conservator *�;M„�<<:�ii„ 02019 National Notary Association 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 DEC 1 6 2024 before me, Date personally appeared Leigh McDonough, Notary Public Here Insert Name and Title of the Officer Harrison Yoshioka Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. _ CMCOONOOGN roUry Public- California Orange County Cemmisslon N 2752964 mm. Expires Nar 25, 2075 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 _ Signature of Nota ublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name , .._ Corporate Officer — Ti ie(s): Partner — Limited General Individual x Attorney in Fact Trustee Guardian or Conservator Signer is Representing:4_—_— ame Signer's Name:,----- P_,_Corporate CorporateOfficer — Title(s): . ......-,- Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing � { � - S�r. v4td V "Y{'✓i'Yf ✓ "+� "'V Y<'V Y 'Y: +r v ✓ `✓ u 'w. e, V4 Vl Y '✓ Y Y Y '✓. 'ry r r ✓ "✓ ✓' y - wr rp r►7►� 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: 8212108471958 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, Jessica m.>..«..i, uo.d., r•�.r,,.�.. Drt�.r� r.,,;�o Ternh T a„r Eric i nwev. Kim T.vu- T.cieh McDoncu ah. Michael D. Parizino, Rachelle Rheault Mark Richardson, Heather all of the city of Irvine state of CA -- each individually if them be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on 7ts 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 15th day of July , 2024 . P`• WSUr� POSY INSU � \NSUgq AJ LO0.POggJ 4'C\ 4iJ LepPe�l� UP L���e91 y� FO Ie P � FO n � 3 FO t0. � 1912 � 0 1919 � s 1991 %• i //.. O 4 W O 6 O Yd�r9Pe9CNJSE',aD O-NAMPeA.aD'Z Y,S, MOIPN\' jD Bh x 1•� '�Hl y AP dM r F� Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Assistant Secretary County of MONTGOMERY as On this 15th day of July 2024 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 themin contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WRNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. yp 001,4111 hofPNlSeal ryCounisxpNearch022aBy. Member. Pennsylvania Ass Iadon of Notades Teresa Paste ls, Notary Public 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 fame 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 -fad, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such affomeys-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 affomey-in-fact under the provisions of this articie may be revoked at any time by the Board, the Chairman, the President orby the officeror officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bands 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 attomeys-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, moognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Dimchum, 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. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certity that the original power of attorney of which the foregoing is a full, We and correct arpy 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 affix -ed the seals of said Companies this 16th day of December , 2024 . \• \NSUR 0§11Et- 00441� e y: Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 02121 BIDDER: Courtney Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 "/o) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of I percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF - 11 BIDDER: Coetrtney Inc. 2.11 LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Klondike Construction Services Inc. Address: 592 E. State Street, Ontario CA 91761 _ License No.: 990645 Department of Industrial Relation Registration No. 1000008336 Name and Location Description of Work of Subcontractor to be Subcontracted Name: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name:— Address: License ame:Address:License No.: _ Department of industrial Name and Location of Subcontractor A ddrrcc- Description of Work to be Subcontracted Registration Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration Name and Location of Subcontractor Name: Description of Work to be Subcontracted License No.: Department of industrial Relation Registration CBF -12 BIDDER: Courtney[nc. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. Rancho Santiago Community College District, 2323 N. Broadway, Santa Ana 92706 Name and Address of Owner Ava Hill, PM, hill_ava@rsccd.edu Name and telephone number of person familiar with project $549,968 Re -root / Repairs / Add walkway 11-03-2024 Contmet amount Type of Work Date Completed 2• Capistrano Unified School District, 33122 Valle Road, San Juan Capistrano 92675 Name and Address of Owner Daniel Clem, Construction Mgr TELACU, dclem@telacu.com Name and telephone number of person familiar with project $662,691 Re -roof / Repairs / Gutters Downspout 8-24-2024 Contract amount Type of Work Date Completed 3. Mount Diablo Unified School District, 2326 Bisso Lane, Concord CA 94520 Name and Address of Owner Kevin Sanders, Construction Mgr, Name and telephone number of person familiar with project 075631 Fluid Applied over BUR, 072200 Roof Deck Insulation $4,429,323 076200 Sh— 12-22-2023 -eetMetalFlash&_Tr Contract amount Type of Work Date Completed CBF -13 BIDDER: Courtney Inc. _ 4. North Salinas high School Roof Replacement and Accessories Phase 2 Project Bid #21-015 Name and Address of Owner Salinas Union High School District, 320 Rose Street, Salinas 93901 Name and telephone number of person familiar with project $997,531 Re -roofing 12-31-2021 Contract amount Type of Work Date Completed CBF -14 BIDDER: Courtney Inc. SECTION 3 NON-COLL USIONAFFIDAVIT CBF -15 BIDDER: Courtney Inc, NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. ignature Robert Gilbert Typed or Printed Name CFO Title Courtney Inc. Bidder Subscribed and sworn before me This day of 20_ Notary Public in and for the State of California My Commission Expires: CBF -16 (Seal) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 k`��,.?.� k:7e<wtv'v'33�1 �+;sa'e§±rl�i*'�ea§`±y-� .T'.,',�,� �,=ta!,§r�S':,.:i1�Qa§'ztS,f�..w".'3�3i4`s"�z31�'`4v>?�.,�s.z:.z rr••.� �'es.�-§.Lel'u��xi�m 2 ?n",s.�'"y33-n�6 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 1 County of Orange J7 On December 18th, 2024 Date personally appeared before me, Bria Bryant - Notary Public Here Insert Name and Title of the Officer Robert Gilbert Name(s) of Signer(s) xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. + ' gRIA gMANT Notary Public • California w Orange County _ Commission M 1499614 r '�+ My Comm. Expires Sep 11, 2028 r r��wr Place Notary Seal and/or Stamp 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 OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Public Title or Type of Document: Non -Collusion Affidavit (City of Rosemead) December 18th, 2024 Number of Pa 1 Document Date: es: 9 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Robert Gilbert ® Corporate Officer — Title(s): CFO ❑ Partner — O Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Courtney Inc. 02019 National Notary Association NO OTHER SIGNERS Signer's Name: NO OTHER SIGNERS ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 11 General O Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n C)thpr Signer is Representing: Risher Sutherland Inc BIDDER: dba United Contractors CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION I -BM SCHEDULE CONTRACT BID FORMS . CBF -1 Risher Sutherland Inc BIDDER: dba United Contractors BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PRC1IRCT Nn_ 11031 NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE ITEM COST Temporary Restroom Facilities - work shall Include rental of one portable restroom and one 1 hand washing station. The contractor shall ensure 1 LS $1500 $1500.00 that the portable restroom and hand washing station Is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and 2 raquirements, see Appendix and B 1 LS $17,250 $17,250.00 (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Tip -Rib metal roofing system at 3 Rosemead Public Works Office & Warehouse 1 LS $ 542,000 $ 542;000.00 Building, as detailed per Part C: Technical Provisions, Appendix C and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and 1 LS $1,500 $1,500.00 replacement of the barbed wire. Barbed wire replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 562,250.00 TOTAL BASE BID AMOUNT IN WORDS: FIVE HUNDRED SIXTY TWO THOUSAND TWO HUNDRED FIFTY DOLLARS The award of Contract shall be based on the TOTAL BASE BHI AMOUNT only. CBF -2 BIDDER: Risher Sutherland Inc doe United Contractors In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govem over figures. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered C. NPDES, WWECP, and Best Management as inclusive in each Bid Item listed above in Practices (BMPs), Public Convenience and the Base Bid Schedule and Additive Alternate Safe ty Bid Schedule as applicable, and no additional D. Construction Stakin b Land Surveyor and/or separate compensation will be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of gffY SIx TNt°OAND fW HaM11 iucuT(bMars ($ 5L, Z2S 00 ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and famish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 BIDDER: Risher Sutherland Inc dba United Contractors Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid, Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. the Contract Form and the Contract Documents. Bidder aelmowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents, if this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 R1shwrSdbWdadd n1nc BIDDER: dbaUUTli o#b;tot*rs EXAMINATION OF SPECIFICATIONS AND SITE OF WORI{ The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: John Rosedale 12-05-24 ADDENDA ACKNOWLEDGMENT The Bidder aclmowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No.1 Dated 12-11-24 Addendum. No. 2 Dated 12-18-24 Addendum No. Dated Addendum No. Dated CBF -5 Risher Sutherland Inc BIDDER: dba United Contractors PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not x been convicted within the preceding three years of any offenses referred to in that section, Including any charge of fraud, bribery, collusion, conspiracy, or any other act In violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire; Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes— No x If the answer is yes, explain the circumstances in the following space. Risher Sutherland Inc BIDDER: dba United Contractors PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been Issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution, CBF -7 MA iron t nnsuansen Risher Sutherland Inc dba United Contractors 334 West Oak Street Business Street Address San Bernardino 92401 Type or Print Name City, State and Zip Code President Title 909-388-7400 Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 416125 Department Industrial Relations Registered No. 1000001724 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. Risher Sutherland Inc BIDDER: dba United Contractors SECTION 2 BID DATA FORMS W-11wo Risher Sutherland Inc dba United Contractors Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Risher Sutherland, Inc. DBA United Contractors as Principal, and Harm National Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the total amount bid by the Principal DOLLARS being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 1a 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court, SIGNED AND SEALED, this 11th day of December 2024 Risher Sutherland, Inc. DBA United Contractors !BR A T \ Harco National Insurance Jon Christiansen - President CBF -10 Samantha A notarypublic 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. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On December 11, 2024 before me Dylan Parker, Notary Public, personally appeared Samantha Orf , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herffii,& authorized capacity(ieO, and that by 44wher/#i& signaturew 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. SyDYLAN PARKERNotary Putak- CaliforniaRiverside County Commission 0 2384867Signature (Seal) Comm. Expires Nov 302025 POWER OF ATTORNEY Bond# nta HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint SHANNON LOPEZ, ELIZABETH D. KOLPIEN, SAMANTHA ORF, EPI CARTER, GEORGE A. DECRISTO Redlands, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on as behalf as surely, any and all bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such Instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as If the same had been duty executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and Is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly heli on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attomeys-in-Fact or agents with power and authority as defined or limited In their respective powere of attorney, and to execute on behalf of the Corporation and offix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents Por acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's east maybe affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of Indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporatlon with the some force and effect as though manually affixed' IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December,2023 STATE OF NEW JERSEY STATE OF ILLINOIS 4'`, PSVRse SRI County of Essex County of Cook`, SShC t8tt4 an �y,� *ass �8 Michael F lurcher Executive Vice President, Harco National Insurance Company r'"••++_�*'" and International Fidelity Insurance Company On this 31st day of December, 2023 , before me came the Individual who executed the preceding Instrument, to me personally known, and, being by me duly swom, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and — - --INTERNATIONAL PIDELIT1`INSURANCPf.OMPAN�I;thetthe-seaTsafgxediosaitlirisfriimenfare=ttre-Oorpomte�3ealsvf=said-t;ompanies; said e--- said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, �R fa^aGP�M?Y (isi'i New Jersey the day and year first above written. '9pp Nj ay'�` Cathy Cruz a Notary Public of New Jersey "'°•w,,.,,,,u•"O' My Commisslon Expires April 16, 2029 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the $aid Power of Attorney has not been revoked and is now In full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, December 11, 2024 A00395 Irene Martins, Assistant Secretary Risher Sutherland Inc dba United Contractors 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Pair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0, 5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which .will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -11 BIDDER: Risher Sutherland Inc dba United Contractors 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted TEAR OFF AND ABATEMENT Name: KLONDIKE CONSTRUCTION SERVICE INC. Address: 592 E STATE STREET, ONTARIO, CA 91761 License No.: 990645 Department of Industrial Relation Registration No. 1000008336 Name and Location of Subcontractor N Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted License No,: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Address: License No.: Description of Work to be Subcontracted Department of Industrial Relation Registration CBF - 12 Risher Sutherland Inc BIDDER: dba United Contractors 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: t see attached Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner 93 Name and telephone number of person familiar with project Contract amount Type of Work Date Completed and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work CBF -13 Completed a BIDDER: Risher Sutherland Inc Me United Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -14 1. Project Name/Identification: a. Prime Contract or Subcontract: PRIME b. Project Name: MSJC - Menifee Campus - Stadium C. Project address/location: 28237 La Piedra Road, Menifee, CA 92346 d. Owner (name of District reference and tel. #): Mt. San Jacinto Community College District c/o Balfour Beatty, David Dearborn 951-232-8262 e. Architect (name and tel. #): Baker Nowlcki 619-795-2450 f. a Construction Manager (name and tel. #): Balfour Beatty, David Dearborn 951-232-8262 Scope of Work: Phenolic Panels, Metal Wall Panels, Sheet Metal, Weather Barrier h. Original completion date: 10/31/2023 I. Actual date of completion: 12/31/2023 j. Time extensions granted: Yes k. Initial contract value: $ 1,902,020.00 I. Final contract value: $1,955,000.00 I certify under penalty of perjury under the laws o the State of alifornieAhat the foregoing is true and correct. Date: Name: _.. r 1. Project Name/Identification: a, Prime Contractor Subcontract: Prime b. Project Name: Etiwanda District Operations Center c. Project address/location: 6061 East Avenue, Etiwanda, CA 91739 d. Owner (name of District reference and tel. #): Etiwanda School District c/o Miller Const. Pete Clinton 909-484-1009 e. Architect (name and tel. #): Ruhnau/Clarke Architects 951-684-4664 f. Construction Manager (name and tel. #): Miller Construction Pete Clinton 909-484-1009 g. Scope of Work: Standing seam roof, Wall Panels Canopy Metal roofs, Sheet Metal h. Original completion date: 01/31/2024 I. Actual date of completion: 12/31/2023 j. Time extensions granted: n/a k. Initial contract value: $ 1,892,000.00 I. Final contract value: $ 1,892,000.00 I certify under penalty of perjury under 'he11aws the State of Cliforni fhat the foregoing is true and correct. Date: /��(� Name: 1, Project Name/Identification: a. Prime Contract or Subcontract: Subcontract b. Project Name: Grapeland Elementary School C. Project address/location: 7171 Etiwanda Ave., Etiwanda, CA 91739 d. Owner (name of District reference and tel. #): Etiwanda School District c/o Miller Const. Pete Clinton 909-484-1009 e. Architect (name and tel. #): Ruhnau/Clarke Architects 951-684-4664 f. Construction Manager (name and tel. #): Contractor Spec Construction Co., Inc. Heather 909-947-4601 g, Scope of Work: Sheet Metal, Metal Roofing h. Original completion date: 07/31/2023 I. Actual date of completion: 07/31/2023 j. Time extensions granted: n/a k. Initial contract value: $ 1,159,000.00 I. Final contract value: $ 1,159,000.00 I certify under penalty of perjury under the laws o the State is true and correct. Date: 0 44 _ 7 / Name: v s the foregoing 1. Project Name/Identification: a. Prime Contract or Subcontract: Prime b. Project Name: Arlington Recovery COmmL C. Project address/location: 10001 County Farm Rd., Riverside, CA 92503 d. Owner (name of District reference and tel. #}: County of Riverside Facilities c/o Tilden -Coil Constructors Matthew Graham 909-841-5112 e. Architect (name and tel. #): westgroupdesigns.com 949-250-0880 f. Construction Manager (name and tel. #): Tilden -Coil Constructors Matthew Graham 909-841-5112 Scope of Work: Metal Roof, Metal Wall Panels, Sheet Metal, Solutubes Original completion date: 11/2021 Actual date of completion: 01/2022 Time extensions granted: yes Initial contract value: $ 656,489.00 I. Final contract value: $ 656,489.00 I certify under penalty of perjury under the laws o the Stateof alifor ' that the foregoing is true and correct. �,/ � Date: C i --t "7 Name: 107� LZ C� Risher Sutherland Inc dba United Contractors SECTION 3 NON -COLLUSION AFFIDAVIT CBF -15 Risher Sutherland Inc dba United Contractors NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the parry making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. S'A Jon Christiansen Typed or Printed Name President Title Risher Sutherland Inc dba United Contractors Bidder sworn before me This 18 day Janice R. Guinn -Matin Notary Public in and for the State of California My Commission Expires: August 21, 2026 2024 CBF -16 (Seal) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino Subscribed and sworn to (or affirmed) before me on this 18th day of December 20 24 , by Jon Christiansen proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. lANICE R. GUINN-AVITIU Notary Public - Califatnfa San Bernardino County Commission X 1471911 My Comm. Expires Aug i1. 1026 _ o t (Seal) AME Builders, Inc. CITY OF ROSEMEAD ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 SECTION 1- BID SCHEDULE REM BIDDER: AME Builders, Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING PROJECT No. 31031 NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT PRICE ITEM COST Temporary Restroom Facilities - work shall include rental of one portable restroom and one 1 hand washing station. The contractor shall ensure 1 LS $ 700.00 $ 700.00 that the portable restroom and hand washing station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and 8,251.00 8,251.00 2 requirements, see Appendix A and B 1 LS $ $ (Asbestos and Lead -Based Paint Inspection Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 550,549.00 550,549.00 3 Rosemead Public Works Office & Warehouse 1 LS $ $ Building, as detailed per Part C: Technical Provisions, A an ix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and 1 LS $ a,aln no $ 4,910.00 replacement of the barbed wire. Barbed wire replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 564,410.00 TOTAL BASE BID AMOUNT IN WORDS: Four Hundred Ten Dollars Five Hundred Sixty Four Thousand The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. CBF -2 BIDDER: AME Builders, Inc. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govern over figures. A. Mobilization / Demobilization Full compensation for the items listed to the B. Traffic Control right as Items A, B, C, D and E are considered C. NPDES, W WECP, and Best Management as inclusive in each Bid Item listed above in Practices (BMPs), Public Convenience and the Base Bid Schedule and Additive Alternate Safety Bid Schedule as applicable, and no additional D. Construction Stakin b Land Surve or and/or separate compensation will be allowed. E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices, All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Fifty Six Thousand Four Hundred Dollars ($ 56,441.00 ) said amount being not less than ten 'Forty One percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton RTMM BIDDER: AME Builders, Inc. Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) per calendar day if project is not completed within the working des specified on the Notice Inviting Bids The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 BIDDER: AME Builders, Inc. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Date of Inspection: Rick Delaloza 12/05/2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No. Addendum No. 2 Addendum No. Addendum No. Dated 12/11/24 Dated 12/18/24 Dated Dated 107 l.'r�.". BIDDER: AME Builders, Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No X If the answer is yes, explain the circumstances in the following space. CBF -6 BIDDER: AME Builders, Inc. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 By: _J Srgnature Don Seo vve or Print Name President Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): Department Industrial Relations Registered No. NOTES: N/A 1057266 1000455020 BIDDER: AME Builders, Inc. 2095 W Arrow Route Business Street Address Upland, CA 91786 City, State and Zip Code 909-766-3200 Telephone Number 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -8 BIDDER: AME Builders, Inc. SECTION 2 BID DATA FORMS BIDDER: AME Builders. Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT AME Builders Inc dba AME Roofing as Principal, and NATIONWIDE MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID (S 10% ), being not less than ten percent 00%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated DECEMBER 18TH, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 11TH day of DECEMBER 2024 . AME Builders, Inc.(SEAL) Principal By: y= Signature e President CBF -10 NATHIRWRIEMUTUAL INSURANCE COMPANY Surety ;ii NfYINVE6 RNtYdn-FA6f^,.� Sign re CODE ZAUFORNIA ALL-PURPosE ACKNOWLEDGMENT CIVIL A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ San Bernardino ) On Nl//I before me, Hv mho Phillip Goo Notary pl hfic ( Date Here Insert Name and Title of the Officer personally appeared von seo Name(e) of Signer(e) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s), is/ark subscribed to the within Instrument and acknowledged to me that he/Shefthey executed the same in his/Rerltheir authorized capacity0eQ, and that by hWherfttlak signature(s)on the instrument the persons), or the entity upon behalf of which the persons) acted, executed the instrument, �HY TA HO PHILLIP 000 COMMA 2413446 �nn (� p NOTARY PUBLIFCAUFCANIA Yl lOS ANGELES Cp. 17,Y f +e,.wo` My Ceev. Eu. 8[e. 77, 2828 I certify under PENALTY OF PERJURY under the laws of the State of California that the for ' g pa ph is true and correct. / WITNESS my hand and off)dial seal. Signature Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotaty.org 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual insurance Company, an Ohio oegwrallon hereinafter referred to severally as the'Company' and collectively as "the Companies does hereby make, constitute and appoint: PHILIP E VEGA, MYRNA F SMITH, KEVIN VEGA, BRITTON CHRISTIANSEN each in Meir individual CepackY. ds We and lawful attaneyin-fact with full power and authority to sign, seal, and execute on He behalf any and ail bonds and undertakings, and other obligatory instruments of aimilarnatao, In penalties not exceeding the Sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as If such instruments were signed by the duty authorized officers of the Company; and all ads of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney Is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company. 'RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint aaomeys-In•fact of the Company, and to authorize them to execute and deliver an behalf of the Company any and all bonds, forms, apPleattons, memorandums, undedoldngs, recognizanees, transfers, contrasts of indemnity, policies, contracts guaranteeing the tidally of persona holding positions of public or private trust, and other writings obligatory in nature that the business ofthe Company may requite; and to modify or revoke, with or without cause, any such appointment or authority; provided. however, that the authority granted hereby shall In no way limit the authority of other duty authorized agents to sign and countersign any or said documents on behalf of the Company.' 'RESOLVED FURTHER that such aaomays-In-fact shag hews full power and authority to exeeule and deliver any and all such documents and to bind the Company subject to the tams and Imitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said aeai shall not be necessary for the validity of any such documents.' This power of attorney is signed and seated under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments, Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approvetl acumen s, rumenis, contracts, or other papers In connection with the operation of the business of the company In addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any or them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duty attested by the signature of its officer the 201h day of August 2021. so_ Antonio C. Albanese, Vice Presldent of Nationwide Mutual Insurance Company ACKNOWLEDGMENT M®� STATE OF NEW YORK COUNTY OF NEW YORK: as 10 WANIRI .r ®♦ On thio 20th day of August, 2021, before me mine ft aboverremed oflicerfa the Company T P aforesaid, to me personally known to be the officer described in and who executed the preceding i stri meal and he acknowledged the execution of the same, and being by me duty `: swom, deposes and says, that he is the otficerof the Company aforesaid, that the seal affixed �® '�.� hereto is the corporate seal of said Company, and the said corporate cast and his signature were*`♦ duly affixed and subscribed to said instrument by the authority and direction of said Company. aWpMMa NuNnDMWrhur ,r�l`�..-�„ fes( 0,7'(.4.ifix� Notary Publc,BWkd Ncw Yak '�`yj�K[ir _,I` No. Nile zrottr nuaYfisa in N tura Yak GeuNy Nch'Pero Comm6abnf}' Ocborr t9 9 rb'� � CERTIFICATE L Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing Is a ful, true and eoncet copy of the original power of attorney Issued by the Company; that the resolution Included therein is a true and coned transcript from the minutes of the meetings of the hoards of directors and the same has W been revoked or amended In any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duty elected Macer of the Company, and the corporate Gaal and his signature as officer were duly affixed and subscribed to the sold Instrument by the authority of said board M directors; and the foregoing power of attorney Is stili in full force and effecL IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary. and affixed the corporate seal of soldcompanythis t1N day or December 2024 a4L o- AJ• �� Assistant Searetary SDJ 1(O1-21)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, ar validity of that document. State of California j ss. County of LOS ANGELES On December 11th, 21124 before me, Philip Vega, Not Public Here InsertName and TUe o the Olfieer personally appeared Kevin Vega Attorney -in -Fact Names) aTSlgner(s) PHILIP VECA NoraryPubi1C ! %adromia Lor Ar"" County CommBNan P 24905 Lstyzw�� mm. EVIrn May 3 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherkheir authorized capacity(ies), and that by hfslhedthelr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and yorrect WTNESS my hand and official OPTIONAL Though the ft*=aUort 6elowfs notmquiredby dr11g„a�enfamwrotoF Description of Attached Document Title of Type of Document Document Date: Signer(s) Other Than Named Above. Capacity(les) Claimed by Signer(s) Signer's Name: ❑ individual ❑ Corporate Officer Title($): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in fact ❑ Trustee ❑ Guardian or Conservator ❑ Other; Number of Pages: Signet's Name: ❑ Individual ❑ corporate Officer Tae(s): ❑ Partner - ❑Limited 13 General ❑ Attorney to Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. cAOD102000.50111%10161781.2 22 ., (UPDATED: 01-19) BIDDER: AME Builders, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -11 BIDDER: AME Builders, Inc. 2.111 LIST OF PROPOSED SUBCONTRACTORS (continued) [**Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Klondike Construction Service ACM Abatement Address: 592 E. State St. Ontario, CA 91751 License No.: 990645 Department of Industrial Relation Registration No. 1000008336 Name and Location of Subcontractor Address: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name:_ Address: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Address: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. CBF -12 BIDDER: AME Builders, Inc. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. Department of General Services, 707 Third St., Suite 2-300., West Sacramento, CA 95605 Name and Address of Owner LENARD LaCHAPPELL, (279) 946-7863 Name and telephone number of person familiar with project $1,410,000.00 SSMR 10/7/2024 Contract amount Type of Work Date Completed 2, San Bernardino USD, 956 W 9th St. San Bernardino, CA 92411 Name and Address of Owner Kevin Emenaker, (951) 310-3830 Name and telephone $5,056,480.00 of person familiar Roof Replacement Contract amount Type of Work 99% Date 3, San Bernardino CCD, 550 E. Hospitality Lane, Suite 200., San Bernardino, CA 92408 Name and Address of Owner Riza Rana (prime GC - Icon West, (310) 415-8389 Name and telephone number of person familiar with project $2,710,077.00 Roof Replacement 99% Complete Contract amount Type of Work Date Completed CBF -13 BIDDER: AME Builders, Inc. 4. City of Calabasas, 100 Civic Center Way., Calabasas, CA 91302 and Address of Owner Erica Green, (818) 224-1654 Name and telephone number of person familiar with project Roof Replacement - $1,358,583.83 Sarnafil PVC Decor Rib 10/19/2023 Contract amount Type of Work Date Completed CBF -14 BIDDER; AME Builders, Inc. SECTION 3 NON-COLLUSIONAFFIDAVIT CBF -15 BIDDER: AME Builders, Inc. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. e _ Signature Don Seo Typed or Printed Name President Title AME Builders Inc. dba AME Roofing Bidder Subscribed and sworn before me My Commission Expires: 20 24 CBF - 16 (Seal) _telcct'�� w HYUN HO PHILLIP 600 COMhO PHIL446 IP44 NOEMY PUBIIC CAL FORNIA "� MY CORM, �EXP ESP 117,1026 "' BIDDER: Commercial Roofing Systems, Inc. BASE BID SCHEDULE SCHEDULE OF PRICES FOR ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING NO. ITEM DESCRIPTION iw. J1 EST. W1 UNIT ITEM Temporary Restroom Facilities - work shall QTY. UNIT PRICE COST include rental of one portable restroom and one 1 hand washing station. The contractor shall ensure that the portable restroom and hand washing 1 LS $ 3.290.00 $_ 329000 station is regularly maintained (cleaned and stocked) throughout the construction duration. Pre -Demolition Haz-Mat Abatement, including all necessary relevant work, and notices and processing through AQMD and other required Agencies. For abatement scope of work and 2 requirements, see Appendix A and B (Asbestos and Lead -Based Paint Inspection 1 LS $ 7,175.00 $ 7,175.00 Reports). Prime Contractor must list HazMat subcontractor that holds a Hazardous Substance Removal Certification on their submitted subcontractor list. Installation of Zip -Rib metal roofing system at 3 Rosemead Public Works Office & Warehouse Building, as detailed per Part C: Technical 1 LS $675,660 00 $_675,660 00 Provisions, Appendix C, and Appendix D. Removal and replacement of existing barbed wire located along the south side roof perimeter. The awarded contractor will be 4 responsible for removal, disposal and replacement of the barbed wire. Barbed wire 1 LS $__T320 .00 $ 7,320.00 replacement shall match existing conditions as it relates to gauge type, barbs spacing, etc. TOTAL BASE BID AMOUNT IN NUMBERS $ 693,445.00 TOTAL BASE BID AMOUNT IN WORDS: Six hundred ninety three thousand four hundred fortv five The award of Contract shall be based on the TOTAL BASE BID AMOUNT only. I CBF -2 BIDDER: Commercial Roofing Systems, Inc. In the case of discrepancies in the amount of bid, unit prices shall govern over extended amounts, and words shall govern over fi ures. Full compensation for the items listed to the A. Mobilization /Demobilization right as Items A, B, C, D and E are considered B. Traffic Control as inclusive in each Bid Item listed above in C. NPDES, W WECP, and Best Management the Base Bid Schedule and Additive Alternate Practices (BMPs), Public Convenience and Bid Schedule as applicable, and no additional Safer and/or separate compensation will be allowed. D. Construction Staking by Land Surveyor E. Clearin and Grubbin The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to ad'ust unit bid prices. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Sixtyninelhou he hereto is a certified check, a cashier's check or a bid bond in the amount of three hundred forty four & fifty cents Dollars ($ 69.344.50 J said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -3 BIDDER: Commercial Roofing Systems, Inc. ��� �� ���� cum teres witnm the workin days specified on the Notice Inviting Bids The Contract Time will begin to run ten 0 0) Working Days from the date of the Notice of Proceed and subiect to the terms and conditions described in the Contract Form and the Contract Documents Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. BIDDER: Commercial Roofing Systems, Inc. EXAMINATION OF SPECIFICATIONS AND SITE OF WORK The Bidder declares that he/she has carefully read and examined the project plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project. Name of Person who inspected the site: Jonathan Castillo Date of Inspection: December 5, 2024 ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum Addendum No. Addendum Addendum Dated December 11 2024 Dated Dated Dated CBF -5 BIDDER: Commercial Roofing Systems, Inc. PUBLIC CONTRACT CODE STATEMENT AND QUESTIONAIRE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not ✓ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not' in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire; Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes — No V If the answer is yes, explain the circumstances in the following space. CBF -6 BIDDER: Commercial Roofing Systems, Inc. PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. CBF -7 By: t Si ature Glenn P. Hiller Type or Print Name President Title BIDDER: Commercial Roofing Systems, Inc. 11735 Goldring Rd. Business Street Address Arcadia, CA 91006 City, State and Zip Code 626-359-5354 Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): Department Industrial Relations Registered No. 1000000838 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. F rther discussed in the Instructions to Bidders, Bidder will be ed to provide evidence that the person signing on behalf of the ration, partnership or joint venture has the authority to do so BIDDER: Commercial Roofing Systems, Inc, SECTION2 BID DATA FORMS CBF -9 BIDDER: Commercial Roofing Systems, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Commercial Roofing Systems, Inc. as Principal, and The Ohio Casualty Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Amount Bid DOLLARS ($ 10% of Bid ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROOF REPLACEMENT AT PUBLIC WORKS OFFICE & WAREHOUSE BUILDING as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated December 18, 2024 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 13th day of December 20 24 Commercial Roofing Systems, Inc. (SEAL)The Ohio Casualty Insuran ompany E Principal Surety By. f """ By: S' nature Signature 6��nh �t„Q✓ P f�$t4 David Noddle, Attorney- -Fact CBF -10 ACKNOWLEDGMENT Lnolary public or other officer completing this certificate verifies only the identity of the individual who signed the ment to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On Dec'Q.*Ab'er X31 2024 before me, Natasha Renee Rodriguez Notary Public (Insert name and title of the officer) personally appeared G.6 nn?. 41 ( ler , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �, NA ASFA RENEE ROUI'IGGFG � uoory P biic C Ino nia m WITNESS my hand and official seal._ j` `- Antics C nPy Ccr0t55ron, t i� 7 �Mj COnr, EXplres r 7r 16 Signature (Notary 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 Los Angeles On before me, A. Bisordi, Notary Public (insert name and title of the officer) personally appeared David Noddle who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. A. BiSORDi NOTARY ESCODUNN COUNTY � (� COMME22MY COMM. XP RES ON *MAY 8, 027 Signature "'x I " \ (Seal) 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. Libert , y Liberty Mutual Insurance Company Mu6Uie The Ohio Casualty Insurance Company Certificate No: 8205727-974881 SURETY West American Insurance Company POWER OF ATTORNEY 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 WestAmedcan 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, Angela Bisordi: David Noddle; Sheila Noddle all of the city of Tarzana slate of CA each individually if there be more than one named, its he and lawful altorney-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 affoced thereto this 10th day of June , 2021 . Liberty Mutual Insurance Company ZY ws� 1NSU The Ohio Casualty Insurance Company (0(90 %P°onpOWrQ4yoP °oePOW,�'f'c,West American Insurance Company 3 `Oo ° + 'b ra1919 �� 1991 °� xW o2 O yNAMes �.aD Ys� H°IANP�,AD By: ��. 1 * h M ♦ A ❑841d M. CnIP.V. AFSIAIAOr $P.HP.fAN of MONTGOMERY ss On this 10th day of June , 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, an the day and year first above written. 5P PAST Q0 y,°awp `�( Connn¢mreellh MPenn¢yNanb-Notary Seal tiq tie 4iy Teresa Paslella, Ndery Pubec V OF Manteomery county /,// My cmnml¢¢lon e�pkes March 2e, 2025 By; Camm.slon camber 11.6044 Teresa Pasteila, Member, PennrylveNe Aasode6on al Nolerles Notary PUNIC 7Agy 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 wilting by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such affomeys-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, recognizanoss and other surety obligations. Such attomeys-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 aftomey-in-tact 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 wdfing 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 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 attomeys-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 cenified 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, 1, 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,hue and correct copy of the Power of Attorney executed by said Companies, is in fun force and effect and has not been revoked. IDEC A �o�B 9 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the skeals of said Companies this day of E — SUR�(V 1NSU �Poryr�y°socJdu°Fr°n4A6'Pq��(90( s-12 oc 7919 �Y} e rasa�Ox,M�v� a By Renee C. Llewellyn, Assistant SeZr-etary LMS -12973 LMIC OCIC WAIC Mule Co 02Yt1 - BIDDER: Commercial Roofing Systems Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF - 11 BIDDER: Commercial Roofing Systems, Inc. 2.11 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location of Subcontractor Description of Work Roof Demo & to be Subcontracted Asbestos Abatement Name: B & M Tear -off, Inc. Address: 2420 Sand Creek Rd. #280 Brentwood CA 94513 License No.: 769864 OSHA Req # R-747 Department of Industrial Relation Registration No. 1000009312 Name and Location of Subcontractor Name: Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Address: Description of Work to be Subcontracted License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Name: Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Address: License No.: Department of Industrial Relation Registration No. CBF -12 BIDDER: Commercial Roofing Systems, Inc. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: Antelope Valley College 3041 West Ave K Lancaster CA 93536 Name and Address of Owner Landress 760-662-1192 Name and telephone of person tamiliar with $597,350.00 Install Roof on New Discovery Lab August 2022 Contract amount Type of Work Date Completed 2. Pomona Unified School District 321 W. Lexington Ave Pomona, CA Name and Address of Owner Name and telephone of person familiar with $3,892,308.00 Reroof entire High School Campus December 2021 Contract amount Type of Work Date Completed 3. Walnut Unified School District 21400 Pathfinder Rd. Diamond Bar, CA 91765 Name and Address of Owner Jeff Roule 909-730-5208 Name and telephone number of person familiar with project $179,900.00 Install Roof on New Band Music Room August 2022 Contract amount Type of Work Date Completed CBF -13 BIDDER: Commercial Roofing Systems, Inc. 4. Irvine Unified School District 655 West Yale Loop Irvine CA 92614 Name and Address of Owner Name and telephone number of person familiar project $932,502.00 Reroof entire High School Campus August 2022 Contract amount Type of Work Date Completed CBF -14 BIDDER: Commercial Roofing Systems, Inc. SECTION3 NON -COLL USIONAFFIDAVIT CBF -15 BIDDER: Commercial Roofing Systems, Inc. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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. Sigp ture Glenn P. Hiller Typed or Printed Name President Title Commercial Roofing Systems, Inc. Bidder Subscribed and sworn before me This 17th day of December 20 24 Notary Publi to and for the State of alifornia My Commission Expires: �K 01-(0 CBF -16 (Seal) NA A�5H H 4°Vf rcC�lC' cr is :� , � i Conris ion 2 -125 M2 COMM. ExplreS Aug 7, 2026 '