Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-1858 7 'ZO—e/,
C l �.
s: 4c,
ti
CITY OF ARCADIA
SHORT-FORM CONSTRUCTION CONTRACT
DEMOLITION OF THE CITY OF ARCADIA
OLD HISTORICAL MUSEUM BUILDING
PROJECT NO. 2855032
1. PARTIES AND DATE.
• This Contract is made and entered into this 701 day of
(n , 2002 by and between the City of Arcadia, a municipal
organization organized under the laws of the State of California with its principal place
of business at 240 West Huntington Drive, Arcadia, California 91007 -("City") and
INTERIOR DEMOLITION, INC., a California CORPORATION, with its principal place of
business at 6708 Foothill Boulevard, #106, Tujunga CA 91042 ("Contractor"). City
and Contractor are sometimes individually referred to as "Party" and collectively as
"Parties." City and Contractor are sometimes individually referred to as "Party" and
collectively as "Parties" in this Contract.
2. RECITALS.
2.1 City. City is a municipal corporation organized under the laws of the State
of California, with power to contract for services necessary to achieve its purpose.
2.2 Contractor. Contractor desires to perform and assume responsibility for
the provision of certain construction services required by the City on the terms and
conditions set forth in this Contract. Contractor represents that it is experienced in
providing demolition 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 it is familiar with the plans of City.
•
2.3 Project. City desires to engage Contractor to render such services for the
Demolition of the City of Arcadia Old Historical Museum Building ("Project") as set forth
in this Contract. •
2.4 Project Documents & Certifications. Contractor has obtained, and delivers
concurrently herewith, the applicable Performance Bond, Payment Bond and Insurance
Documents as required by the Contract.
Short Form Construction Contract
Page 1
3. TERMS
3.1 Incorporation of Documents. This Contract includes and hereby
incorporates in full by reference the following documents, including all exhibits,
drawings, specifications and documents therein, and attachments and addenda.
3.2 Contractor's Basic Obligation; Scope of Work. Contractor promises and
agrees, at its own cost and expense, to furnish to the Owner all labor, materials, tools,
equipment, services, and " incidental and customary work necessary to fully and
adequately complete the Project, including all structures and facilities necessary for the
Project or described in the Contract (hereinafter sometimes referred to as the "Work"),
for a Total Contract Price as specified pursuant to this Contract. All Work shall be
subject to, and performed in accordance with the above referenced documents, as well
as the exhibits attached hereto and incorporated herein by reference. The plans and
specifications for the Work are further described in Exhibit "A" attached hereto and
incorporated herein by this reference. Special conditions, if any, relating to the Work
are described in Exhibit "B" attached hereto and incorporated herein by this reference.
3.3 Change in Scope of Work. Any change in the scope of the Work, method
of performance, nature of materials or price thereof, or any other matter materially
affecting the performance or nature of the Work shall not be paid for or accepted unless
such change, addition or deletion is approved in advance and in writing by a valid
change order executed by the City.
3.4 Period of Performance and Liquidated Damages. Contractor shall perform
and complete all Work under this Contract within ten (10) calendar days beginning the
effective date of the Notice to Proceed ("Contract Time"). Contractor shall perform its
Work in strict accordance with any completion schedule, construction schedule or
project milestones developed by the City. Such schedules or milestones may be
included as part of Exhibits "A" or "B" attached hereto, or may be provided separately in
writing to the Contractor. Contractor agrees that if such Work is not completed within
the aforementioned Contract Time and/or pursuant to any such completion schedule,
construction schedule or project milestones developed pursuant to provisions of the
Contract, it is understood, acknowledged and agreed that the City will suffer damage.
Since it is impractical and infeasible to determine the amount of actual damage, it is
agreed that the Contractor shall pay to the City as fixed and liquidated damages, and
not as a penalty, the sum of Two hundred fifty dollars ($250) 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.
3.5 Standard of Performance; Performance of Employees. Contractor shall
perform all Work under this Contract in a skillful and workmanlike manner, and
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 Work. Contractor
warrants that all employees and subcontractors shall have sufficient skill and
experience to perform the Work assigned to them. Finally, Contractor represents that it,
Short Form Construction Contract
Page 2
which is required by this Contract and such other documentation as the City may
require. The Contractor shall certify that the Work for which payment is requested has
been done and that the materials listed are stored where indicated. Contractor may be
required to furnish a detailed schedule of values upon request of the City and in such
detail and form as the City shall request, showing the quantities, unit prices, overhead,
profit, and all other expenses involved in order to provide a basis for determining the
amount of progress payments.
City shall review and pay all progress payment requests in accordance
with the provisions set forth in Section 20104.50 of the California Public Contract Code.
No progress payments will be made for Work not completed in accordance with this
Contract.
3.8.3 Contract Retentions. From each approved progress
estimate, ten percent (10%) will be deducted and retained by the City, and the
remainder will be paid to Contractor. All Contract retainage shall be released and paid
to the Contractor and subcontractors pursuant to California Public Contract Code
Section 7107.
3.8.4 Other Retentions. In addition to Contract retentions, the City
may deduct from each progress payment an amount necessary to protect City from loss
because of: (1) liquidated damages which have accrued as of the date of the application
for payment; (2) any sums expended by the City in performing any of Contractor's
obligations under the Contract which Contractor has failed to perform or has performed
inadequately; (3) defective Work not remedied; (4) stop notices as allowed by state law;
(5) reasonable doubt that the Work can be completed for the unpaid balance of the
Total Contract Price or within the scheduled completion date; (6) unsatisfactory
prosecution of the Work by Contractor; (7) unauthorized deviations from the Contract;
(8) failure of the Contractor to maintain or submit on a timely basis proper and sufficient
documentation as required by the Contract or by City during the prosecution of the
Work; (9) erroneous or false estimates by the Contractor of the value of the Work
performed; (10) any sums representing expenses, losses, or damages as determined
by the City, incurred by the City for which Contractor is liable under the Contract; and
(11) any other sums which the City is entitled to recover from Contractor under the
terms of the Contract or pursuant to state law, including Section 1727 of the California
Labor Code. The failure by the City to deduct any of these sums from a progress
payment shall not constitute a waiver of the City's right to such sums.
3.8.5 Substitutions for Contract Retentions. 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. For purposes of this Section
and Section 22300 of the Public Contract Code, the term "satisfactory completion of the
Short Form Construction Contract
Page 4
)
contract" shall mean the time the City has issued written final acceptance of the Work
and filed a Notice of Completion as required by law and provisions of this Contract. 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 of this Section shall be in the form provided by the City.
3.8.6 Payment to Subcontractors. Contractor shall pay all subcontractors
• for and on account of work performed by such subcontractors in accordance with the
terms of their respective subcontracts and as provided for in Section 10262 of the
California Public Contract Code. Such payments to subcontractors shall be based on
the measurements and estimates made and progress payments provided to Contractor
pursuant to this Contract.
3.8.7 Title to Work. As security for partial, progress, or other payments,
title to Work for which such payments are made shall pass to the City at the time of
payment. To the extent that title has not previously been vested in the City by reason of
payments, full title shall pass to the City at delivery of the Work at the destination and
time specified in this Contract. Such transferred title shall in each case be good, free
and clear from any and all security interests, liens, or other encumbrances. Contractor
promises and agrees that it will not pledge, hypothecate, or otherwise encumber the
items in any manner that would result in any lien, security interest, charge, or claim
upon or against said items. Such transfer of title shall not imply acceptance by the City,
nor relieve Contractor from the responsibility to strictly comply with the Contract, and
shall not relieve Contractor of responsibility for any loss of or damage to items.
3.9 Termination. This Contract may be terminated by City, at any time by
giving Contractor three (3) days advance written notice. In the event of termination by
City for any reason other than the fault of Contractor, City shall pay Contractor for all
Work performed up to that time as provided herein. In the event of breach of the
Contract by Contractor, City may terminate the Contract immediately without notice,
may reduce payment to the Contractor in the amount necessary to offset City's resulting
damages, and may pursue any other available recourse against Contractor. Contractor
may not terminate this Contract except for cause.
In the event this Contract is terminated in whole or in part as provided, City may
procure, upon such terms and in such manner as it may determine appropriate, services
similar to those terminated. Further, if this Contract is terminated as provided, City may
require Contractor to provide all finished or unfinished documents, data, diagrams,
drawings, materials or other matter prepared or built by Contractor in connection with its
performance of this Contract.
3.10 Completion of Work. When the Contractor determines that it has
completed the Work required herein, Contractor shall so notify City in writing and shall
furnish all labor and material releases required by this Contract. City shall thereupon
inspect the Work. If the Work is not acceptable to the City, the City shall indicate to
Contractor in writing the specific portions or items of Work which are unsatisfactory or
incomplete. Once Contractor determines that it has completed the incomplete or
Short Form Construction Contract
Page 5
unsatisfactory Work, Contractor may request a reinspection by the City. Once the Work
is acceptable to City, City shall pay to Contractor the Total Contract Price remaining to
be paid, less any amount which.City may be authorized or directed by law to retain.
Payment of retention proceeds due to Contractor shall be made in accordance with
Section 7107 of the California Public Contract Code.
3.11 City's Representative. The City hereby designates Philip A. Wray, City
Engineer, or his or her 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 here
designee.
3.12 Contractor's Representative. Before starting the Work, Contractor shall
submit in writing the name, qualifications and experience of its proposed representative
who shall be subject to the review and approval of the City ("Contractor's
Representative"). Following approval by the City, the 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
Work, using his best skill and attention, and shall be responsible for all construction
means, methods, techniques, sequences and procedures and for the satisfactory
coordination of all portions of the Work under this Contract. Contractor's Representative
shall devote full time to the Project and either he or his designee, who shall be
acceptable to the City, shall be present at the Work site at all times that any Work is in
progress and at any time that any employee or subcontractor of Contractor is present at
the Work.site. Arrangements for responsible supervision, acceptable to the City, shall
be made for emergency Work which may be required. Should Contractor desire to
change its Contractor's Representative, Contractor shall provide the information
specified above and obtain the City's written approval.
3.13 Contract Interpretation. Should any question arise regarding the meaning
or import of any of the provisions of this Contract or written or oral instructions from City,
the matter shall be referred to City's Representative, whose decision shall be binding
upon Contractor.
3.14 Loss and Damage. Contractor shall be responsible for all loss and
damage which may arise out of the nature of the Work agreed to herein, or from the
action of the elements, or from any unforeseen difficulties which may arise or be
encountered in the prosecution of the Work until the same is fully completed and
accepted by City. However, Contractor shall be responsible for damage proximately
caused by Acts of God, within the meaning of Section 4150 of the California
Government Code, only to the extent of five percent (5%) of the Total Contract Price as
specified herein. In the event of damage proximately caused by "Acts of God," the City
may terminate this Contract upon three (3) days advanced written notice.
3.15 Indemnification. Contractor shall defend, indemnify and hold the City, its
officials, officers, employees, volunteers and agents free and harmless from any and all
Short Form Construction Contract
Page 6
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 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, 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.
3.16 Insurance.
3.16.1 Time for Compliance. Contractor shall not commence Work
under this Contract until it has provided evidence satisfactory to the City that it has
secured all insurance required under this section. In addition, Contractor shall not allow
any subcontractor to commence work on any subcontract until it has provided evidence
satisfactory to the City that the subcontractor has secured all insurance required under
this section.
3.16.2 Minimum Requirements. Contractor shall, at its expense,
procure and maintain for the duration of the Contract insurance against claims for
injuries to persons or damages to property which may arise from or in connection with
the performance of the Work hereunder by the Contractor, its agents, representatives,
employees or subcontractors. Contractor shall also require all of its subcontractors to
procure and maintain the same insurance for the duration of the Contract. Such
insurance shall meet at least the following minimum levels of coverage:
3.16.2.1 Minimum Scope of Insurance. Coverage shall be at
least as broad as the latest version of the following: (1) General Liability: Insurance
Services Office Commercial General Liability coverage (occurrence form CG 0001); (2)
Automobile Liability: Insurance Services Office Business Auto Coverage form number
CA 0001, code 1 (any auto); (3) Workers' Compensation and Employers' Liability:
Workers' Compensation insurance as required by the State of California and Employer's
Liability Insurance; and (4) Builders/All Risk: Builders'/AII Risk insurance covering for all
risks of loss, including explosion, collapse, underground excavation and removal of
lateral support (and including earthquakes and floods if requested by the City).
3.16.2.2 Minimum Limits of Insurance. Contractor shall
maintain limits no less than: (1) General Liability: $1,000,000 per occurrence for bodily
injury, personal injury and property damage. If Commercial General Liability Insurance
or other form with a general aggregate limit is used, either the general aggregate limit
Short Form Construction Contract
Page 7
shall apply separately to this Contract/location or the general aggregate limit shall be
twice the required occurrence limit; (2) Automobile Liability: $1,000,000 per accident for
bodily injury and property damage; (3) Workers' Compensation and Employer's Liability:
Workers' compensation limits as required by the Labor Code of the State of California.
Employers Liability limits of $1,000,000 per accident for bodily injury or disease; and (4)
Builders'/All Risk: Completed value of the project.
3.16.3 Insurance Endorsements. The insurance policies shall
contain the following provisions, or Contractor shall provide endorsements on forms
supplied or approved by the City to add the following provisions to the insurance
policies:
3.16.3.1 General Liability. (1) The City, its directors, officials,
officers, employees, agents and volunteers shall be covered as additional insureds with
respect to the Work or operations performed by or on behalf of the Contractor, including •
materials, parts or equipment furnished in connection with such work; and (2) the
insurance coverage shall be primary insurance as respects the City, its directors,
officials, officers, employees, agents and volunteers, or if excess, shall stand in an
unbroken chain of coverage excess of the Contractor's scheduled underlying coverage.
Any insurance or self-insurance maintained by the City, its directors, officials, officers,
employees, agents and volunteers shall be excess of the Contractor's insurance and
shall not be called upon to contribute with it.
3.16.3.2 Automobile Liability. (1) The City, its directors,
officials, officers, employees, agents and volunteers shall be covered as additional
insureds with respect to the ownership, operation, maintenance, use, loading or
unloading of any auto owned, leased, hired or borrowed by the Contractor or for which
the Contractor is responsible; and (2) the insurance coverage shall be primary
insurance as respects the City, its directors, officials, officers, employees, agents and
volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the
Contractor's scheduled underlying coverage. Any insurance or self-insurance
maintained by the City, its directors, officials, officers, employees, agents and
volunteers shall be excess of the Contractor's insurance and shall not be called upon to
contribute with it in any way.
3.16.3.3 Workers' Compensation and Employers Liability
Coverage. The insurer shall agree to waive all rights of subrogation against the City, its
directors, officials, officers, employees, agents and volunteers for losses paid under the
terms of the insurance policy which arise from work performed by the Contractor.
3.16.3.4. All Coverages. Each insurance policy required by this
Contract shall be endorsed to state that: (1) coverage shall not be suspended, voided,
reduced or canceled except after thirty (30) days prior written notice by certified mail,
return receipt requested, has been given.to the City; and (2) any failure to comply with
reporting or other provisions of the policies, including breaches of warranties, shall not
affect coverage provided to the City, its directors, officials, officers, employees, agents
and volunteers.
Short Form Construction Contract
Page 8
3.16.4 Builders'/All Risk Policy Requirements. The builders'/ail risk
insurance shall provide that the City be named as loss payee. In addition, the insurer
shall waive all rights of subrogation against the City.
3.16.5 Separation of Insureds; No Special Limitations. All
insurance required by this Section shall contain standard separation of insureds
, provisions. In addition, such insurance shall not contain any special limitations on the
scope of protection afforded to the City, its directors, officials, officers, employees,
agents and volunteers.
3.16.6 Professional Liability Insurance. All architects, engineers,
consultants or design professionals retained by Contractor shall also 'procure and
maintain, for a period of five (5) years following completion of the Contract, errors and
omissions liability insurance with a limit of not less than $1,000,000 per occurrence.
This insurance shall name the City, its directors, officials, officers, employees, agents
and volunteers as additional and insureds with respect to Work performed, and shall
otherwise comply with all requirements of this Section.
3.16.7 Deductibles and Self-Insurance Retentions. Any deductibles
or self-insured retentions must be declared to and approved by the City. Contractor
shall guarantee that, at the option of the City, either: (1) the insurer shall reduce or
eliminate such deductibles or self-insured retentions as respects the City, its directors,
officials, officers, employees, agents and volunteers; or (2) the Contractor shall procure
a bond guaranteeing payment of losses and related investigation costs, claims and
administrative and defense expenses.
3.16.8 Acceptability of Insurers. Insurance is to be placed with
insurers with a current A.M. Best's rating no less than A:VIII, licensed to do business in
California, and satisfactory to the City.
3.16.9 Verification of Coverage. Contractor shall furnish City with
original certificates of insurance and endorsements effecting coverage required by this
Contract on forms satisfactory to the City. The certificates and endorsements for each
insurance policy shall be signed by a person authorized by that insurer to bind coverage
on its behalf, and shall be on forms supplied or approved by the City. All certificates
and endorsements must be received and approved by the City before work
commences. The City reserves the right to require complete, certified copies of all
required insurance policies, at any time.
3.16.10 Subcontractors. All subcontractors shall meet the requirements of
this Section before commencing Work. In addition, Contractor shall include all
subcontractors as insureds under its policies or shall furnish separate certificates and
endorsements for each subcontractor. All coverages for subcontractors shall be subject
to all of the requirements stated herein.
3.17 Bond Requirements.
Short Form Construction Contract
Page 9
I � /
3.17.1 Payment Bond. If required by law or otherwise specifically
requested by City in Exhibit "B" attached hereto and incorporated herein by reference,
Contractor shall execute and provide to City concurrently with this Contract a Payment
Bond in an amount required by the City and in a form provided or approved by the City.
If such bond is required, no payment will be made to Contractor until the bond has been
received and approved by the City.
3.17.2 Performance Bond. If specifically requested by City in Exhibit "B"
attached hereto and incorporated herein by reference, Contractor shall execute and
provide to City concurrently with this Contract a Performance Bond in an amount
required by the City and in a form provided or approved by the City. If such bond is
required, no payment will be made to Contractor until the bond has been received and
approved by the City.
3.17.3 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 effected bond within (ten) 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 Contract Price is increased in accordance with the Contract,
the. Contractor shall, upon request of the City, cause the amount of the bond 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 Contract
Price, 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 the Contract for cause.
3.17.4 Surety Qualifications. Only bonds executed by an admitted surety
insurer, as defined in California 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:Vlll 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.
3.18 Safety. Contractor shall execute and maintain its work so as to avoid
injury or damage to any person or property. Contractor shall comply with the
requirements of the specifications relating to safety measures applicable in particular
operations or kinds of work. In carrying out its Work, 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
Short Form Construction Contract
Page 10
i
precautions as applicable shall include, but shall not be limited to, adequate life
protection and life saving equipment; adequate illumination for underground and night
operations; instructions in accident prevention for all employees, such as machinery
guards, safe walkways, scaffolds, ladders, bridges, gang planks, confined space
procedures, trenching and shoring, fall protection and other safety devices, equipment
and wearing apparel as are necessary or lawfully required to prevent accidents or
injuries; and adequate facilities for the proper inspection and maintenance of all safety
measures. Furthermore, Contractor shall prominently display the names and telephone
numbers of at least two medical doctors practicing in the vicinity of the Project, as well
as the telephone number of the local ambulance service, adjacent to all telephones at
the Project site.
3.19 Warranty. Contractor warrants all Work under the Contract (which for
purposes of this Section shall be deemed to include unauthorized work which has not
been removed and any non-conforming materials incorporated into the Work) to be of
good quality and free from any defective or faulty material and workmanship.
Contractor agrees that for a period of one year (or the period of time specified
elsewhere in the Contract or in any guarantee or warranty provided by any
manufacturer or supplier of equipment or materials incorporated into the Work,
whichever is later) after the date of final acceptance, Contractor shall within ten (10)
days after being notified in writing by the City of any defect in the Work or
non-conformance of the Work to the Contract, commence and prosecute with due
diligence all Work necessary to fulfill the terms of the warranty at its sole cost and
expense. Contractor.shall act sooner as requested by the City in response to an
emergency. In addition, Contractor shall, at its sole cost and expense, repair and
replace any portions of the Work (or work of other contractors) damaged by its defective
Work or which becomes damaged in the course of repairing or replacing defective
Work. For any Work so corrected, Contractor's obligation hereunder to correct defective
Work shall be reinstated for an additional one-year period, commencing with the date of
acceptance of such corrected Work. Contractor shall perform such tests as the City
may require to verify that any corrective actions, including, without limitation, redesign,
repairs, and replacements comply with the requirements of the Contract. All costs
associated with such corrective actions and testing, including the removal, replacement,
and reinstitution of equipment and materials necessary to gain access, shall be the sole
responsibility of the Contractor. All warranties and guarantees of subcontractors,
suppliers and manufacturers with respect to any portion of the Work, whether express
or implied, are deemed to be obtained by Contractor for the benefit of the City,
regardless of whether or not such warranties and guarantees have been transferred or
assigned to the City by separate agreement and Contractor agrees to enforce such
warranties and guarantees, if necessary, on behalf of the City. In the event that
Contractor fails toy perform its obligations under this Section, or under any other
warranty or guaranty under this Contract, to the reasonable satisfaction of the City, the
City shall have, the right to correct and replace any defective or non-conforming Work
and any work damaged by such work or the replacement or correction thereof at
Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for
any expenses incurred hereunder upon demand.
Short Form Construction Contract
Page 11
3.20 Laws and Regulations. Contractor shall keep itself fully informed of and in
compliance with all local, state and federal laws, rules and regulations in any manner
affecting the performance of the Contract or the Work, including all Cal/OSHA
requirements, and shall give all notices required by law. Contractor shall be liable for all
violations of such laws and regulations in connection with Work. If the Contractor
observes that the drawings or specifications are at variance with any law, rule or
regulation, it shall promptly notify the City in writing. Any necessary changes shall be
made by written change order. 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,
the Contractor shall be solely responsible for all costs arising there from. 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.
3.21 Permits and Licenses. Contractor shall be responsible for securing City
permits and licenses necessary to perform the Work described herein, including, but not
limited to, a City Business License. Contractor will be charged a fee for any City
permits, Contractor shall pay the City's applicable business license fee.
3.22 Trenching Work. If the Total 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 California
Labor Code, including Section 6705. To this end, Contractor shall submit for City's
review and approval a detailed plan showing the design of shoring, bracing, sloping, or
other provisions to be made for worker protection from the hazard of caving ground
during the excavation of such trench or trenches. If such plan varies from the shoring
system standards, the plan shall be prepared by a registered civil or structural engineer.
3.23 Hazardous Materials and Differing Conditions. As required by California
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.
3.24 U nderground Utility Facilities. To the extent required by Section 4215 of
the California Government Code, City shall compensate Contractor for the costs of: (1)
locating and repairing damage to underground utility facilities not caused by the failure
Short Form Construction Contract
Page 12
y�
I 1
of Contractor to exercise reasonable care; (2) removing or relocating underground utility
facilities not indicated in the construction drawings; and (3) equipment necessarily idled
during such work. Contractor shall not be assessed liquidated damages for delay
caused by failure of City to provide for removal or relocation of such utility facilities.
3.25 Hours of Work. Contractor is advised that eight (8) hours labor constitutes
a legal day's work. Pursuant to Section 1813 of the California Labor Code, Contractor
shall forfeit a penalty of $25.00 per worker for each day that each worker is permitted to
work more than eight (8) hours in any one calendar day and forty (40) hours in any one
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.
3.26 Payroll Records. In accordance with the requirements of California Labor
Code Section 1776, Contractor shall keep accurate payroll records which are either on
forms provided by the Division of Labor Standards Enforcement or which contain the
same information required by such forms. Responsibility for compliance with California
Labor Code Section 1776 shall rest solely with Contractor, and Contractor shall make all
such records available for inspection at all reasonable hours.
3.27 Contractor's Labor Certification. By its signature hereunder, Contractor
certifies that he is aware of the provisions of Section 3700 of the California Labor Code
which 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
Work. A certification form for this purpose, which is attached to this Contract as Exhibit
"C" and incorporated herein by reference, shall be executed simultaneously with this
Contract.
3.28 Labor and Material Releases. Contractor shall furnish City with labor and
material releases from all subcontractors performing work on, or furnishing materials for,
the work governed by this Contract prior to final payment by City.
3.29 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and that it shall not discriminate against any employee or
applicant for employment because of race, religion, color, national origin, ancestry, sex,
age or other interests protected by the State or Federal Constitutions. 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.
3.30 Anti-Trust Claims. This provision shall be operative if this Contract is
applicable to California Public Contract Code Section 7103.5. In entering into this
Contract to supply goods, services or materials, the Contractor hereby offers and
agrees to assign to the City 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, commencing with Section 16700, of Part 2 of Division 7 of
the Business and Professions Code) arising from purchases of goods, services, or
Short Form Construction Contract
Page 13
materials pursuant to the Contract. This assignment shall be made and become
effective at the time the City tender final payment to the Contractor, without further
acknowledgment by the Parties.
3.31 Notices. All notices hereunder and communications regarding inter-
pretation of the terms of the Contract or changes thereto shall be provided by the
mailing thereof by registered or certified mail, return receipt requested, postage prepaid
and addressed as follows:
•
City Contractor
City of Arcadia INTERIOR DEMOLITION, INC.
240 West Huntington Drive 6708 Foothill Blvd.
Arcadia, CA 91066-6021 Tujunga, CA. 91042
Attn: Philip A. Wray Attn: Marco Molina
City Engineer
Any notice so given shall be considered received by the other Party three (3) days after
deposit in the U.S. Mail as stated above and addressed to the Party at the above
address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
3.32 Entire Contract; Modification. This Contract contains the entire agreement
of the Parties with respect to the subject matter hereof, and supersedes all prior -
negotiations, understandings or agreements. This Contract may only be modified by a
writing signed by both Parties.
3.33 Time of Essence. Time is of the essence in the performance of this
Contract.
3.34 Assignment Forbidden. Contractor shall not, either voluntarily or by action
of law, assign or transfer this Contract or any obligation, right, title or interest assumed
by Contractor herein without the prior written consent of City. If Contractor attempts an
assignment or transfer of this Contract or any obligation, right, title or interest herein,
City may, at its option, terminate and revoke the Contract and shall thereupon be
relieved from any and all obligations to Contractor or its assignee or transferee.
3.35 Governing Law. This Contract shall be governed by the laws of the State
of California. Venue shall be in Los Angeles County.
3.36 Counterparts. This Contract may be executed in counterparts, each of
which shall constitute an original.
3.37 Successors. The Parties do for themselves, their heirs, executors,
administrators, successors, and assigns agree to the full performance of all of the
provisions contained in this Contract.
Short Form Construction Contract
Page 14
•
� )
3.38 ,Attorneys' 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 action shall be entitled to have and recover from
the losing Party reasonable attorneys' fees and all other costs of such action.
3.39 Claims of $375,000 or Less. Notwithstanding any other provision herein,
claims of $375,000 or less shall be resolved pursuant to the alternative dispute
resolution procedures set forth in California Public Contract Code §§ 20104, et seq.
3.40 Prohibited Interests.
3.40.1 Solicitation. 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 terminate this Contract without liability.
3.40.2 Conflict of Interest. 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 there from.
3.41 'Certification of License. Contractor certifies that as of the date of
execution of this Contract, Contractor has a current contractor's license of the
classification indicated below under Contractor's signature.
IN WITNESS WHEREOF, each of the Parties has caused this Contract to be
executed on the day and year first above written.
[SIGNATURES ON NEXT PAGE]
Short Form Construction Contract
Page 15
. . \
CITY OF ARCADIA INTERIOR DEMOLITION,INC.
By: •' PM,/ By: 14 glittli 77401
William R. Kelly Marco Mfolina
City Manager Vice Pre' ident [
Attest: l L �C Ci A516
J e Alford \ Classification of Contractor's License
City Clerk
Approved as to form:
S- ---L.2, 0-al-el,
Stephen Deitsch
City Attorney
Short Form Construction Contract
Page 16
EXHIBIT "A"
PLANS AND SPECIFICATIONS
The following plans and specifications are incorporated into this Contract herein
by this reference:
Short Form Construction Contract
Page 18
SUPPLEMENTARY GENERAL CONDITIONS
10-1 GENERAL
10-1.1 Description of Work - Demolition of City of Arcadia Old Historical Museum
Building
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 Arcadia 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 Subsection 3-2.2.1 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 PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS
Within the time specified, the Bidder to whom a Contract is awarded shall deliver
to the Owner a Performance Bond and Payment Bond in the form supplied by the
Owner and included in the Bid Documents. 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 Bond shall also be for one hundred percent (100%) of
the Total Bid Price.
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 ten (10) calendar days. Work on this project
shall commence no later than fifteen (15) days from the date of Notice to
Proceed. This work shall be done between May 13, 2002 and May 24,
2002.
Short Form Construction Contract
Page 19
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 5:00 p.m.
with no work on Saturdays, Sundays, Holidays, and alternate Fridays in
which City Hall is closed.
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 $45 per hour for inspection in excess of tie foregoing,
including legal holidays, City Hall closed Fridays, and weekends.
Construction on non-working days is subject to the Engineer's approval.
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 obtain an Arcadia 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.
In 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 DEMOLITION
10-4.1 PERMITS The Contractor shall obtain all permits and make
notifications incidental to the work or made necessary by its operations, and pay
all costs incurred by the permit requirements. The Contractor shall pay all'
business taxes or license fees that are required for the work.
10.-4.2 TEMPORARY FENCING The Contractor shall furnish, install, maintain
and remove all temporary fencing at its own expense. Temporary fencing shall
be chain link with non-transparent cloth or vinyl fabric.
10-4.3 IRRIGATION REPAIR The Contractor shall be responsible for
repairing damage to the irrigation system as a result of Contractor's operations.
Short Form Construction Contract
Page 20
Contractor shall protect and keep irrigation system operable for the duration of
the work.
10-4.4 LANDSCAPE RESTORATION Contractor shall restore landscaping to
its original condition prior to the commencement of work.
10-4.5 SITE RESTORATION In addition to irrigation and landscape repair,
Contractor shall grade remaining surface to a smooth, even plane draining to the
southerly direction. Contractor shall not leave pipes, boulders or debris exposed.
10-4.6 TEMPORARY FACILITIES Contractor may use the adjacent
parking, lot to store equipment. Contractor shall supply a "Parking Lot
Temporarily Closed" sign. Parking lot area shall be restored to its original
condition prior to the commencement of work by said Contractor.
10-4.7 SCHEDULING This work is to be done immediately following the
abatement of asbestos containing construction materials from the site performed
by separate contract. The work to be performed under this contract shall be
done on the dates of May 13, 2002 to May 24, 2002. The asbestos abatement
may be done by a separate contractor. It is the responsibility of the Contractor to
coordinate the work to be done under this contract with the work done by the
abatement contractor.
10-5 CONSTRUCTION YARD
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 or Arcadia Redevelopment Agency
(ARA) owned sites for his construction yard, the following provisions will apply:
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.
Short Form Construction Contract
Page 21
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.
10-6 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 to call Underground Service Alert at (800) 422-
4133 at least 72 hours prior to commencing any work.
10-7 CONSTRUCTION WATER
It shall be the responsibility of the contractor to furnish an adequate supply of
water for construction use. Necessary permit and fee schedule and water meter
shall be obtained from the Arcadia water Division.
10-8 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 municipal, industrial and construction stormwater
discharges under the National Pollutant Discharge Elimination System (NPDES)
program.
10-9 HAZARDOUS MATERIAL NOTIFICATION .
A material Safety Data Sheet (MSDS) is required by the City of Arcadia 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.
Short Form Construction Contract
Page 22
10-10 PUBLIC CONVENIENCE AND SAFETY
The contractor shall provide, throughout the period of construction, all signs
which may be deemed necessary for the safe and orderly conduct of vehicular
and pedestrian traffic as directed by the Engineer. All barricades used as
warning and guiding devices shall bear the name of the contractor in legible
letters.
10-11 PAYMENT
Payment shall be made -in accordance with Section 9 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. 10% retention will be paid 35 days after City's
• acceptance.
10-12 SURVEY MONUMENTS
All survey monuments, centerline ties and survey reference points shall be
protected in place or re-established where disturbed in accordance with section -
8771 of the Land Surveyors Act, prior to project acceptance. This work will be
the responsibility of the contractor and shall be at the contractor's expense.
10-13 LIQUIDATED DAMAGES
Section 8-1.07 of the Standard Specifications is amended by the following:
The term "liquidated damages" shall be considered to have the following
meaning.
The charges assessed against the contractor to cover additional cost
incurred by the City because of failure of the contractor to complete the contract
within the contract time. Assessment of liquidated damages will be by means of
deductions at a specified rate per day of overrun in contract time from payments
otherwise due the contractor for performance in accordance with the contract
terms.
The contractor shall pay to the City of Arcadia, the sum of $250 per day
for each and every calendar day's delay in finishing the work in excess of the
number of working days prescribed above.
Short Form Construction Contract
Page 23
L-
10-14 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 doe the work and the
contractor and his surety shall be liable to the owner for the cost thereof.
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 Subsection (a) hereof 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 Development
Services 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.
10-15 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.
Short Form Construction Contract
Page 24
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.
•
Short Form Construction Contract
Page 25
• EXHIBIT "B"
SPECIAL PROVISIONS
DEMOLITION
PART 1 - GENERAL
1.01 SUMMARY
A. Work In This Section: Perform demolition and removals as indicated,
specified, and required.
1. Demolish and. remove existing buildings including walks, paving,
fences, walls, and foundations.
2. Make all necessary arrangements and remove abandoned on-site
utilities including capping and sealing underground services at
points of connection indicated or directed.
3. Remove trees in new construction area and as indicated.
4. Clean up and disposal of demolition and removal of debris.
5. Salvage as directed by Owner, including delivery to Owner's
storage.
6. Electrical demolition.
B. Related Work Specified Elsewhere:
1. Temporary facilities.
2. Clean-up.
3. Earthwork.
1.02 RECORD DRAWINGS: Provide record drawings as specified in Section 01720.
Identify and accurately locate capped utilities and other subsurface structural,
electrical, or mechanical conditions.
1.03 QUALITY ASSURANCE:
A. Requirements of Regulatory Agencies: Secure and pay for demolition and
removal permits required by. public agencies having jurisdiction. Give
notices and comply with requirements of SCAQMD Rule 1403.
Short Form Construction Contract
Page 26
B. Public Utilities: Give all required notices, pay fees and charges, and
arrange for disconnection and removal of abandoned public utilities and
meters.
1.04 DEFINITIONS: The following terms have the meanings indicated when used in
this Section and on related drawings:
A. Remove: Remove and legally dispose of items except those indicated to
be reinstalled, salvaged, or to remain the Owner's property.
B. Remove and Salvage: Items indicated to be removed and salvaged
remain the Owner's property. Remove, clean, and pack or crate items to
protect against damage. Identify contents of containers and deliver to
Owner's designated storage area.
C. Existing to Remain: Protect construction indicated to• remain against
damage and soiling during demolition.
1.05 MATERIALS OWNERSHIP: Except for items or materials specified hereafter to
be reused, salvaged, or otherwise indicated to remain the Owner's property,
demolished materials shall become the Contractor's property and shall be
removed from the site with further disposition at the.Contractor's option.
1.06 ENVIRONMENTAL CONDITIONS:
A. . Dust Control: Take appropriate action to check the spread of dust, and to
avoid the creation of a nuisance in the surrounding area. Do not use
water if it results in hazardous or objectionable conditions, such as
flooding or pollution. Comply with all dust regulations imposed by local air
pollution agencies. Remove dust and dirt from work area at least daily or
more frequently as needed or directed.
1.07 PROJECT SITE CONDITIONS: •
A. The intent of the drawings is to show existing site conditions with
information developed from the original construction documents, field
surveys, and Owner's records, and to generally show the amount and
types of demolition and removals required to prepare existing areas for
new work. Contractor shall make a detailed survey of existing conditions
pertaining to the work before commencing demolition. Report
discrepancies between drawings and actual conditions to the Architect for
instructions, and do not perform any demolition or removals where such
discrepancies occur prior to receipt of the Architect's instructions.
B. Extent: Perform removals to extent required plus such additional
removals as are necessary for completion even though not indicated or
Short Form Construction Contract
Page 27
r
1 1
specified. More or less of the existing construction may be removed if
such variation will expedite the work and reduce cost to the Owner,
subject to prior approval in each case.
C. At completion of removal and demolition work, the Contractor shall
compare existing conditions with drawings and with new construction to be
attached to, aligned with or otherwise influenced by said existing
conditions. In all cases where modifications may be required because of
differences between existing conditions and assumed conditions shown or
not shown on the drawings, the Contractor shall provide detailed
information, dimensions, limitations and other documentation to enable the
Architect to design the necessary modifications.
1.08 PROTECTION:
A. Existing work: Protect existing work which is to remain in place, that is to
be reused, or which is to remain the property of the Owner by temporary
covers, shoring, bracing, and supports. Items which are to remain and
which are to be salvaged and which are damaged during performance of
the work shall be repaired to original condition or replaced with new.
B. Trees: Protect trees within the project site which might be damaged
during demolition, and which are indicated to be left in place, by a 6-foot
high fence. Erect fence a minimum of 5 feet from the trunks at the outer
perimeter of branches of individual trees or follow the outer perimeter of
branches of clumps of trees. Restore trees scarred or damaged by
Contractor equipment or operations to the original condition cr replace as
determined by the Architect.
C. Fire Protection: Maintain fully charged fire extinguishers and water hoses
readily available during all demolition operations. Test electrical
conductors for disconnection prior to removing.
D. Warning Signs: Adequate warning signs, lanterns, lighting, etc. for
vehicular and personnel protection shall be provided and maintained
during the period of work as required by applicable safety ordinances.
E. Construction Sign: A construction identification sign to be provided by the'
City of Arcadia shall be posted on the site as directed by the City.
1.09 EXPLOSIVES: Use of explosives will not be permitted.
1.10 BURNING: Burning will not be permitted.
PART 2 - PRODUCTS - Not Applicable
Short Form Construction Contract
Page 28
PART 3 - EXECUTION
3.01 EXAMINATION: Verify that utilities have been disconnected and capped.
3.02 PREPARATION: Conduct demolition operations and remove debris to ensure
minimum interference with roads, streets, walks, and other adjacent occupied
and used facilities. Do not close or obstruct streets, walks, or adjacent facilities
without permission from Owner and authorities having jurisdiction.
3.03 UTILITIES:
A. Drain, purge, or otherwise remove, collect and dispose of chemicals,
gases, explosives, acids, flammables, or other dangerous materials before
proceeding with demolition operations.
B. Prior to demolition or in the event unrecorded utilities are encountered,
notify Owner or serving utility companies, as applicable, for work
necessary and scheduled to be performed. Coordinate responsibility for
limits of utility removals and be responsible for the removal of all utility
installations both above and below grade except for those installations the
utility companies agree to remove. Use care to protect utility lines to
remain in service, repair all damage which does occur, and remove those
not to remain in service.
C. Interruption of .Service: In the event existing utility service requires
interruption to accomplish the demolition work, obtain written approval by
the Owner for interruption of service. Request approval not less than 48
hours prior to proposed scheduled interruption. State the exact services
involved and the expected duration. Except in an emergency affecting life
and limb, do not cause any interruption of utility service without,written
authorization from the Owner.
D. Provide for protection of utility lines to remain in service. Repair damage
done to these facilities as a result of the work of this Section, to the
satisfaction of the Owner. Locations of existing utilities to remain shall be
identified on record drawings, and their physical location shall be indicated
by tags or stakes as applicable.
3.04 WORKMANSHIP:
A. Protection of work to remain: Establish cut off points between work to be
removed and work to remain.
B. Partial demolition and removal: When portions of pavement, slabs,
sidewalks, curbs, curb and gutters and cross-gutters are to be removed,
cut with a concrete saw to a minimum of 2" depth along all joint lines
before breaking off the portion to be removed.
Short Form Construction Contract
Page 29
3.05 DEMOLITION OF SITE IMPROVEMENTS:
A. Site improvements: Remove walks and pavement, including herbicide
treated base courses, and fences, walls, stoops, and miscellaneous
improvements.
B. Paving and Slabs: Remove, grind, scarify, saw cut concrete and asphaltic
concrete paving and slabs including aggregate base as indicated.
C. Underground Utilities: Expose pipe, conduit, and cap at property line with
permanent waterproof plugs of seals of concrete or metal. Except for
items indicated to be abandoned in place, remove on-site abandoned pipe
and conduit, cap and seal remaining pipe or conduit ends, and backfill the
excavations as specified for new construction.
D. Concrete: Where concrete work is to be removed, core drill or saw
concrete as applicable. Square, straight edges shall be provided where
existing concrete adjoins new work and other locations. Existing steel
reinforcement shall be protected where indicated; otherwise, it shall be cut
off flush with face of concrete.
1 Saw cutting: Cut concrete along straight lines to a depth of not less
than 2 inches. Make each cut in walls perpendicular to the face
and in alignment with the cut in the opposite face. The remainder
of the concrete shall be broken out, provided that the broken area is
concealed in the finished work, and the remaining concrete is
sound. At locations where the broken face cannot be concealed, it
shall be ground smooth or the saw cut shall be made entirely
through the concrete. Cut off reinforcing bars, except where
bonded into new concrete or masonry, and paint ends with
bituminous paint before enclosing.
2. Core drilling: For small holes in concrete, use core drilling. Use
sharp tools to minimize spalling, control water on both sides of the
concrete floor or wall. Use minimum of water to avoid damage to
adjacent construction.
E. Compaction: Refill depressions excavated below grade for the removal of
objectionable materials with suitable materials compacted to a relative
density of 90% or more in accordance with ASTM D1557-70, or as
required by the Standard Specifications.
F. Limit of the work: The indicated items of demolition are not to be
construed by the Contractor as a complete list of the demolition work, but
as a guide to the.main areas of work involved. Other demolition shall be
Short Form Construction Contract
Page 30
•
• carried out by the Contractor, where it is required to complete the project
and carry out the intent of the Contract Documents.
3.06 DEMOLITION OF 'ELECTRICAL EQUIPMENT AND FIXTURES: Electrical
fixtures shall be removed, complete with lamps, wiring, conduit and controls.
Fixtures shall be salvage and delivered to the Owner. Other items shall become
the property of the Contractor.
3.07 TREES: Remove trees where indicated, using care to protect roots. Backfill
holes with compacted soil. Employ. a skilled nurseryman to remove and
transplant trees in the designated locations and maintain until re-established.
3.08 SALVAGE AND DISPOSAL:
A. General: Light standards, fixtures and benches shall remain the property
of the Owner. Other items Owner intends to retain will be designated by
the Owner prior to start of work. Contractor shall carefully remove,
salvage, box or bundle as approved, and deliver such items to storage as
directed.
B. Disposal: All removed material other than items to be salvaged or reused
shall become Contractor's property and be removed from Owner's
property. Clean up and dispose of debris promptly and continuously as
the work progresses, and do not allow to accumulate. Sprinkle water on
the surface to prevent dust nuisance. Secure and pay for required hauling
permits and pay dumping fees and charges.
3.09 CLEAN-UP:
A. Roadways: Maintain cleanliness on roadways and. other public areas
used by the equipment. Contractor will be held responsible for immediate
removal of all spillage on the pavement.
B. Site: All debris resulting from the work of this Section, together with all
tools, equipment, and appliances used shall be completely removed from
the site upon completion of the work.
•
Short Form Construction Contract
Page 31
ISSUE DATE MM/DD/YY
.�RO
P
.. 2002
4
24/
.. .................................................................................................................. .
.................................................................................................................................
PRODUUCECE OF INF RMATION ONLY AND
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
Commercial Carriers Ins . Agcy. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
12641 E. 166th Street POLICIES BELOW.
P.O. Box 3190 COMPANIES AFFORDING COVERAGE
Cerritos, CA 90703-3190
CA Lic . #0567750 COMPANY A
LETTER ti RANGER INSURANCE COMPANY
Phone : (562) 404-4_9_0_0 SLS COMPANY II
INSURED LETTER J�
INTERIOR DEMOLITION, INC. COMPANY C
6708 FOOTHILL BLVD LETTER
SUITE 106 COMPANY D
TUJUNGA, CA 91042 LETTER 11
COMPANY v
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER LIMITS
EFFECTIVE POLICY EXPIRATIOy LIMITS
LTR DATE(M M/DD/YY) DATE(MM/DD/YY)
GENERAL LIABILITY GENERAL AGGREGATE S
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $
CLAIMS MADE OCCUR. PERSONAL&ADV.INJURY $
OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $
FIRE DAMAGE(Any one fire) $
MED EXPENSE(Any one person) $
AUTOMOBILE LIABILITY COMBINED SINGLE
ANY AUTO LIMIT $
1, 000, 000
ALL OWNED AUTOS BODILY INJURY
$
A X SCHEDULED AUTOS TCF0114909 6/04/01 6/04/02 (Per Pers(n)
HIRED AUTOS BODILY INJURY
X NON-OWNED AUTOS (Per Accident) —
GARAGE LIABILITY
PROPERTY DAMAGE $
EXCESS LIABILITY EACH OCCURRENCE
UMBRELLA FORM AGGREGATE
OTHER THAN UMBRELLA FORM
STATUTORY LIMITS
WORKER'S COMPENSATION .
EACH ACCIDENT $
• AND
DISEASE-POLICY LIMIT $
EMPLOYER'S LIABILITY
DISEASE-EACH EMPLOYEE $
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS JOB ADDRESS : 355 CAMPUS DRIVE PROJECT #2855032
DEMOLITION AND ASBESTOS ABATEMENT.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO
Attn: TIM KELLEHER MAIL 1 GAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
CITY OF ARCADIA BUT FAILURETO MAILSUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILIT'OF ANY
240 W. HUNTINGTON KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES.
ARCADIA, CA 91007 AUTHORIZED REPRESENTATIVE )2161Alt6 Fax: 818-352 9104 NMR
ACORD 257S :©ACORD..CORPORATION 1990
. 05/07/2002 10.57 8183529:1Ad INTERIOR DEMOLIT""' PAGE 03
' 06%'03%2002 14:43 FAX quuua
i
•
UNLOAD/An OF ANY AUTO MINED, LEASED, HIRED OR BQ'•i;1 r► BY 'THE !CO U ACTOR OR
FOR WHICH THE CONTRACTOR IS RESPONSIBLE: AND (2) F INSURANCE Q NERAGE SHALL
•
BE PRIMARY INSURANCE AS RESPECTS THE CTFY, ITS D it u •• , OFFICIALS, OFFICERS
EMETWEES, AGENTS ANl VOLUNTEERS, OR Jr EXCESS, '�• STAND IN AN UNBROKEN
• CHAIN OF COVERAGE ExC SS OF THE o rU ACiUR'S W Q4 yr UNt;)ERL*In COVERAGE,
ANY INSURANCE OR SELF-INSURANCE MAINTAINER• 3Y f: CTIY, ITS DIRECTORS,
•
OFFICIALS, OFFICERS, EMPLOYEES, AGENTS AND' VOID: 1:14,.. SHALL BE EXCESS OF THg
•
CON'IACIOR'S INSURANCE AND SHALL NUr BE CAS •• Tn CONIRIBUIE WITH IT IN
• ANY WAY.
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
05/07/2002 10:57 8183529104 INTERIOR DEMOLITT"" PAGE 04
' Q 105'in/2002 14:48 FAX Lad uu4
RANGER INSURANCE COMPANY
ADDITIONAL INSURED ENDORSEMENT
•
This endorsement forms a part of the policy to which attached, effective ou the;inception date of the policy
unless otherwise stated hernia. (The following information is required only!when. this endorsement is
issued subsequent to preparation of policy).
Endorsewernt>ffective Date
4• ,24 i 02
Memel insured Pollc1 Number
To INC. TCFO 1.14909
6708 FOOTHILL BLVD
•
SUITE 106 Policy Effe, tive Date
•
TEL UNGA, CA 91.042 6/04/01
•
Policy Ex iration Date
6/04 02
$ta-
Countersigned by
• (Authorized Representative)
it is agreed that: •
The "Persons Insured' provision is amended to include as an ADDITIONAL INS>!JP Dthe person or
organization named below, but solely with respect to liability arising out of operations performed For such
ADDITIONAL INSURED by or on behalf of the NAMED INSURED. •
•
•
Name of Person or Organization(Additional Insured)
(1)11E CtIY, ]1S DIRIEL"C16, CEFTCIA[S, s IMAM, At NIS MI a narti ailL IrE CCVERID
AS Arill FIL INSLVEC6 tam ITT'm TEE cim8:14, OPREOM4, MINEIMICE, ` MUM CR
MUM m CF'AN MID Citif1), Y.FAS D, HE CR MEM BY 1FE ENWACiat CCt Rai 7iai mE
ailliVCER resErNsn 'F: AND (2) 'I}•F INIRWE CREWE 3ieLL BE BMW BE AS FESE= '
•
ari, umiatsg,.CFE C, S, CI YE S, MUMS, ACAM AI,Ut7iI S CR Ip ,
SiVirii S rN AN tl 1 CI:iA]N CF l S Cl'TIE Q S nial0 INHILuz
ccmERVE. ANL IMPART CR DSRAINXE 144111 AA*A BY'RE 01111Y, ITS , ctrinfitS,
OFFINS, MOM, Ai AtTJ MIMES SIAM EE WES CF aTlli 'S lama 41mD
S4WL NOT EE MUD D LET TO CallEME IT IN ANY 4Y. H
CANCELI..ATION:houkl the above described policy be cancelled before the expiration date thereof, the
issuing Company will endeavor to mail 30 days writteo notice, except for Non-Payment of Presniuv and
than 10 days will be given, to the above named ADDITIONAL INS"UREDbut failure.to mail such notice
shall impose no obligation or liability of any kind upon the comPenY•
•
Nothing in this endorsement shall be held to vary, alter, waive or sxterid any of the terms, conditions,
agreements or limitations of this policy other than as above stated. Nothing elsewhere in this policy shall
be held to vary, alter,waive or limit the terms, conditions,agreements or Limitations of this endorsement.
I
CCIA-01-CC'7430.1PD(12:98
•
lad R2002p$p31/1$2661
•
- A'CORD CERTIFICAT 3F LIABILITY INSURE CE 04/23/2002
PRODUCER (626)584-3040 FAX (626)795-4881 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Hayward Tilton & Rol app ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
License #0614365 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 25529
Anaheim, CA 92825-5529 INSURERS AFFORDING COVERAGE
INSURED INSURER& Royal Surplus Lines Ins Co
Interior Demolition Inc. INSURER B:
Attn: Maria Molina INSURER C:
6708 Foothill Blvd, Ste. 106 INSURER D:
Tujlunga, CA 91042 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE(MM/DD/YY) DATE(MM/DD/YY)
GENERAL LIABILITY KZB518971 12/23/2001 12/23/2002 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000
CLAIMS MADE X OCCUR MED EXP(My one person) $ 5,000
A X BI/PD DED $2500 PERSONAL&ADVINJURY $ 1,000,000
Per Claim GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,000
nPOLICY n 78- n LOC
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $ •
—
HIRED AUTOS
BODILY INJURY $
NON-OWNED AUTOS (Per accident) •
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
nOCCUR CLAIMS MADE AGGREGATE $
$
DEDUCTIBLE $
RETENTION $ $
WC STATU- OTH-4
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYERS'LIABILITY
E.L.EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT $ •
OTHER
DESCRIPTION OF OPERATIONS!LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: 355 Campus Drive
Project #: 2855032 Demolition & Asbestos Abatement
Additional Endorsement CG2010 Attached with respects to General Liability.
10 Day Cancellation Notice Issued for Non-Payment of Premium.**
CERTIFICATE HOLDER X I ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Arcadia 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: Tim Kel 1 ener BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
240 West Huntington OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES.
Arcadia, CA 91007 AUTHORIZED REPRESENT& E /
7%? i' ear G%/G' .
ACORD 25-S(7/97) ©ACORD CORPORATION 1988
•
-
Policy Number: KZB518971 COMMERCIAL GENERAL LIABILITY
Named Insured: Interior Demolition Inc. CG 20 10 03
99 A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -- OWNERS, LESSEES OR
CONTRACTORS -
SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
The City of Arcadia,its directors,officials,officers,employees,agents,and volunteers.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown
in the Schedule,but only with respect to liability arising out of your ongoing operations performed for that
insured.
Such insurance as is afforded by this endorsement for the Additional Insureds, shown in the schedule,
shall apply as primary insurance. Any other insurance maintained by the Additional Insured(s)or its
officers and employees shall be excess only and not contributing with the insurance afforded by this
endorsement, except in the event of sole or contributory negligence on the part of the Additional Insureds.
CG 20 10 03 99 a Copyright,Insurance Services Office,Inc., 1996 Page 1 of 1
-
. b
- - P.O BOX 420807, SAN;FRANGISCO ;CA 94142 0807 _
•- ' OMPEN.SATIQJV' ,}
V N' CERTIFICATE OF.WORKERS' COMPENSATION INSURANCE- ,
.1672409 02 "::
AF?RIL 29, 2002 - • POLICYNUMBER•._- 7 '
CERTIFICATE.EXPIRES:. , 6-4 02 . "-
CITY OF_ARCADIA :;
ATTN. TIM KELLENER •-
2`40`, W HUtIGTINGTON:.
ARCADIA 'CA 41007 .- JOB: 355. CAMPUS-DR PROJECT,
#2855032
•
L :'
•
This is to certify that-.we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated. .
- 30 - —
This policy isnot subject to cancellation by the Fund except upon)t n days'advance-written notice to the employer.
30 ..-........ .
We will also give younN>days'advance notice should this policy be cancelled prior to its normal expiration.
•
This certificate of insurance,is not an insurance.policy and does not amend, extend`or alter the coverage afforded by the '
. .policies listed herein. ,Notwithstanding any 'requirement, term, or condition of any contract,or other document with
respect to`:-which this certificate of insurance may be issued or may pertain;,the insurance afforded' by--.:the policies ..
described herein,s subject to all the terms exclusions::and conditions of such policies-
- =.77." .... ‘Z=-02-v--,2,-,:.-----,' : -• --- -. • •--, ii.' :' .
_
AUTf-IORE
IZD'REPRESENTATIVE: ++ PRESIDENT•
. .".
•EMPLOYERS LIABILITY LIMIT' INCLUDING_DEFENSE COSTS: $1,.000;000. PER OCCURRENCE ,...
ENDORSEMENT.#0015• ENTITLED ADDITIONAL'INSURED EMPLOYER EFFECTIVE ` - _
04/29/02 IS .ATTACHED TO'=AND=`-FORMS• A .FART OF:'THIS. POLICY.
NAME OF ADDITIONAL INSURED. CITY OF•ARCAD'IA- --
ENDORSEMENT #2065:ENTITLED CERTIFICATE:HOLDERS NOTICE. EFFECTIVE
0-1741•.,-1';:.0- '':11-:S,:4-.2 -T;f=ACHED-TO :AND•=FORMS".-A PART OF.-THIS=:<POLICY. - - t:
d t 6.
't.+ r .' '+. _ - I ' 1. r .. 1 St T>>..
... �,
.r"
'EMPLOYER - h f•
JG t
L -
INTERIOR DEMOLITION INC ', ,"�. '.--,, ;.
6708 FOOTHILL BLVD STE 106 '6
TU3UNGA CA<, '91:041 n- ".�k , :
1 E
Z
n .
,:
v M1
THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF10262(REV.5.01)
{
�._ i
PREMIUM BASED ON FIr- CONTRACT PRICE d Number: 3SM 046 409 00
•
; , �
~amium: $170.00
EXHIBIT"C"
PERFORMANCE BOND
WHEREAS the CITY OP ARCADIA (also herein "Obligee") has 'awarded
to Interior DmolitioA
(hereinafter"Contractor"), a contract for work consisting of but not limited to, furnishing
all labor, materials, tools, equipment, services, and incidentals for the Demolition of
the City of Arcadia Old Historical Museum Building Project 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 Interior Demolition : _.
• _ _ the undersigned Contractor, as •
Principal. and $ Y• • ; ;:► �r ,.__�._, 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
ARCADIA in the sum of
• Ei:ht Thousand Five Hundred And o Its_ dollars,
$B,5on-no 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 If the Principal,
•
his or its heirs, executors,administrators, successors or assigns, shell 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,
Sbott Focht Construction Contract
• Page 3'
61.0/M0 d 8 l: lZ (03M)Z00Z-trZ-ado
•
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 there under, or the specifications
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 Specifications.
IN WITNESS WHEREOF, we have hereto set our hands and seals this
25111 day of April , 2002.
•
Interior Demolition
PrinclpallC tractor
By: r1✓
Press nt
YI R 4.,':M0T0. T i s►� I lANY
Surety �-�� ..
Attome=in- act
George IYtunana The rate of premium on this bond is $20 per thousand.
The total amount of premium charged, S 170.o0
(The above must be filled in by corporate surety.)
Short Form Construction Contract
Pt+gc 1?
6 10/600 'd 61.: 2 (03M)Z00Z-17Z-tides
•
I . e ) ,
LCAWWIA All -MOS Attc.W WLED IVIRW OM .
State of California
County Of Los Angeles
On ?"r� 2 5 o C. Clarkson
Notary Public
NAME TITLE OF OFFICER
personally appeared George Munana
NAME OF SIGNER
Personally known to me - OR -❑ proved to me on the basis of satisfactory evidence
to be the persons) whose names) 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
c.cLAR�soN signatures) on the instrument the person(s), or the
wr � Ct7A1lF,A•�k1338S68
3, Notary PubHc•Californla i entity upon behalf of which the person(s) acted,
'�:�:���► LOS ANGELES CpUNTY ma
fly Comm.Exp.Jan 10,2006 executed the instrument.
WITNESS m hand and official seal.
4 ± /16--g -
ATURE OF NOTARY)
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
O INDIVIDUAL
CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
❑ PARTNER(S) 111 LIMITED
❑ GENERAL NUMBER OF PAGES
® ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
O OTHER
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S)OR ENTITY(IES)
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company SIGNER OTHER THAN NAMED ABOVE
Lumbermen Mutual Casualty Company
Lou Jones & Associates
•
• t' ', Bond Numb; } 3SM 046 409 00
EXHIBIT"D"
• •• PAYMENT(MATERIAL& LABOR) BOND
. • WHEREAS the CITY OF ARCADIA (hereinafter "Obligee") has awarded
• to Interior Demolition
(hereinafter"Contractor"), a contract for work consisting of but not limited to, furnishing
all labor, materials, tools, equipment; services, and incidentals for the Demolition of
the City of Arcadia Old Historical Museum Building Project 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
2002 _, (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 fall 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
32.48 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 attomey's fee In case suit Is
brought on the bond.
NOW, THEREFORE, we
Interior Demolition
, the undersigned Contractor, as
Principal and RIC j MOTORISTS INSUL$„AN COMPANY
corporation organized and existing under the laws of the State of
Illinois and duly authorized to transact business under the
•
we of the State of California, as Surety. are held and firmly bound unto the CITY OF
ARCADIA and to any and all material men, persons, companies or corporations furnish-
,, ing materials, provisions,and other supplies used in, upon,for or about the performance
of the said Public Work, end 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
Eight Thousand Five Hundred and No 0dollars $ 8,500.01 ,
said sum being not less than 100% of the fi0 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,
short Form Cottetruotioa Coldract
P ago 36
•
6 l0/01.0 'd 6 l: lZ (0JM)Z00Z-P -ddb'
•
•
for or about the performance of the Work contracted to
• thereon of any kind, or Pali to be done, or for work or lobar
Section 3181, or amounts due undee any Unem persons named in California Civil Cade
Work or labor performed by any such claimant,yorefor Insurance Code with respect to be
••
deducted, withheld, and paid over to the Employment Develoamounts e ammo to torn
•
the wages of employees Of the contractor and his subcontractors u
13020 of the Unemployment insurance Code with respect to such work Department from
all other applicable laws of the Star® of California and rules and Pursuant to Section
agencies, then said Surety will pay the same in or to an amount not eXeeand labor, and
regulations of its
specified herein. edJng the sum
In case legal action is required to enforce the provisions of this bond,
• prevailing party shall be entitled to recover reasonable attorneys• feeS in add t ondto
9
court costs, necessary disbursements and other consequential damages. In addition to provisions hereinabove, it is agreed that this bond will Inure to the benefit of any and
a
all persons, companies and corporations entitled to make claims under Sections 311 .
3711, 3112 and 3181 of the Callfomla Civil Coda, 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 la the terms of the said Public Work
Contract or to the Work to be performed there under 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 '
25th .day of` April
• — -��• 2002.
Interior Demolition
Prin a ilCantraatar ^~-
By:
424L___.t —`"_-
AMERICAN MOTORISTS IN URANC_ Co r•ANy
Surety ' aiiii_ ii_..o, iiiiii&r rie(,/ -
Attorneytn.pact
George Munana
- -
•
Shan Fora,l.onstruetiot Contract
Pape 37
l3/L l0'd 61: 13 (031n)i�303-P3-add
• -
• b r t.
�CALTEMNIA AI*.I:PUR ,01 O l I L'Pl7YI r Fx ' $ it r J i i V' / a r D W S
n..-:.�..�..:;..w_.r,�..w�.x.. .�.anm:�.a. �x.c.,..�.E...��......ti:s.w,.. a..r1,».U,a���re.a.v�uan.6J..,.uw�ua:;,!;.ru?..,-h.`.!:•:..n ...1.rrr,,.�x..�.�w rx..i:' a..1, ,. sr.,.> . ..x..>..4 w ti sxiG.. ..)„
State of California
County of Los Angeles
On AN 2 5 Nie. C. Clarkson Notary Public
NAME TITLE OF OFFICER
personally appeared George Munana
NAME OF SIGNER
Personally known to me - OR -❑ 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
.CLARKSOPJ signature(s) on the instrument the person(s), or the
= Notary P. Ijc.Ca sa m entity upon behalf of which the person(s) acted,
co 'fir;. Notary Public-California N
w 1 ?Xt LOS ANGLES COUNTY executed the instrument.
My Comm.Exp.Jan 10,2006
WIT ESS m and and official seal.
c ya Mr
( IGNAT •E C NOTA•Y)
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
n CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
PARTNER(S) 0 LIMITED
❑ GENERAL NUMBER OF PAGES
• ATTORNEY-IN-FACT
O TRUSTEE(S)
n GUARDIAN/CONSERVATOR
O OTHER
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S)OR ENTITY(IES)
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company SIGNER OTHER THAN NAMED ABOVE
Lumbermens Mutual Casualty Company
Lou Jones & Associates
•. ..
POWER OF, ATTORNEY
Know All Men By These Presents:
That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American
Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of
Illinois, having their principal office in Long Grove, Illinois (hereinafter collectively referred to as the "Company") do
hereby appoint
Michael E Cundiff , George Munana ,.Raymond E Gail , David Z. Noddle , Susan E Morales ,
Christina A. Clarkson and KeAna D. Conrad of Los Angeles , CA (EACH)
their true and lawful agent(s) and Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance
of this power for and on its behalf as surety, and as their act and deed:
vim
Any and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which
guarantees the payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged
by their regularly elected officers at their principal office in Long Grove, Illinois.
This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards
of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are
hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint a9ents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called
and held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their'appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such
power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall
continue to be valid and binding upon the Company." - .
FK 09 75 (Ed. 09 01) - Page 1 of 2 Printed in U.S.A.
In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be
affixed by their authorized officers, this December 21, 2001.
Attested and Certified: Lumbermens Mutual Casualty Company
American Motorists Insurance Company
American Manufacturers Mutual Insurance Company
a 4 4. �L
bi I II I ' CORPOSATI Y. ,,,ryryryggg AR�LLIROIS
!LI w " . SEAL COlPORAMM
Ilk Ai o m�'0� r 4O°v aO•° •
4:10 K.Conway, Corpor a Secretary Gary J. Iy, nior Vice Pres' t
STATE OF ILLINOIS SS - -
COUNTY OF LAKE SS
I, Maria I. Omori, a Notary Public, do hereby certify that Gary J. Tully and John K. Conway personally known to
me to be the same persons whose names are respectively as Senior Vice President and Corporate Secretary of the
Lumbermens Mutual CagEalty Company, the American Motorists Insurance Company, and the American
Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of
Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged
that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument
as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and
purposes therein set forth. •
°OFFICIAL SEAL" ? ,i .Q Cirri C/2.4..
MARIA I.OMORI
NOTARY PUBLIC,STATE OF ILLINOIS
MY COMMISSION SORES 9/17 2403 Maria I. Omori, Notary Public
My commission expires 9-17-03
CERTIFICATION
I, J. K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists
Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the
attached Power of Attorney dated December 21, 2001 on behalf of the person(s) as listed above is a true and
correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect
on the date of this certificate; and I do further certify that the said Gary J. Tully, who executed the Power of
Attorney as Senior Vice President, was on the date of execution of the attached Power of Attorney the duly
elected Senior Vice President of the Lumbermens Mutual Casualty Company, the American Motorists Insurance
Company, and the American Manufacturers Mutual Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens
Mutual Casualty Company, the American Motorists Insuran ompany, and the American Manufacturers Mutual
Insurance Company on this 'day ofAj°"'? 2 5 4UUL , 20
1 61 0 nn �,CORPOSATE 4u AR ILUROIS $ ,
UWfl7INOTFD 3 + SEAL 2 y COOPORATIOM g
urluw . a•
`°.)oWS' 6y'�Wr `� `0'B OW. Joh d onway, Corporate cretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein and they have no authority to bind the Company except in the manner and to the extent herein stated.
Home Office: Long Grove, IL 60049
FK 09 75 (Ed. 09 01) ' Page 2 of 2' _ Printed in U.S.A.