Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-4028 CITY OF ARCADIA
SHORT-FORM CONSTRUCTION CONTRACT
2016-2017 ADA IMPROVEMENTS
This Contract is made and entered into this kill day of Mardi , 2017
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,
CA. 91066 ("City") and Martinez Concrete, Inc., a California corporation, with its principal place
of business at 920 West Foothill Blvd., Azusa, CA. 91702 ("Contractor"). City and Contractor
are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract.
RECITALS
A. 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.
B. 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 concrete construction
services to public clients, that it and its employees or subcontractors have all necessary
licenses and permits to perform the Services in the State of California, and that is familiar with
the plans of City.
C. City desires to engage Contractor to render such services for the 2016-2017
ADA IMPROVEMENTS Project ("Project") as set forth in this Contract.
The City and the Contractor for the considerations stated herein agree as follows:
CONTRACT
1. Parties.
1.1 City's Representative. The City hereby designates Jason Kruckeberg, Assistant
City Manager/Development Services Director], or his designee, to act as its representative for
the performance of this Contract ("City's Representative"). City's Representative shall have the
power to act on behalf of the City for all purposes under this Contract. Contractor shall not
accept direction or orders from any person other than the City's Representative or his or her
designee.
1.2 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
24347.00006\9536520.2
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.
2. 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 thereto: None.
3. 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.
4. 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.
5. Period of Performance and Liquidated Damages. Contractor shall perform and complete
all Work under this Contract within 30 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. Pursuant
to Government Code Section 53069.85, Contractor shall pay to the City as fixed and liquidated
damages the sum of two-hundred fifty dollars ($250) per day 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.
6. 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, its employees and subcontractors have all licenses, permits,
qualifications and approvals of whatever nature that are legally required to perform the Work,
24347.00006\9536520.2 2
including a City Business License, and that such licenses and approvals shall be maintained
throughout the term of this Contract. As provided for in the indemnification provisions of this
Contract, Contractor shall perform, at its own cost and expense and without reimbursement
from the City, any work necessary to correct errors or omissions which are caused by the
Contractor's failure to comply with the standard of care provided for herein. Any employee who
is determined by the City to be uncooperative, incompetent, a threat to the safety of persons or
the Work, or any employee who fails or refuses to perform the Work in a manner acceptable to
the City, shall be promptly removed from the Project by the Contractor and shall not be
re-employed on the Work.
7. Substitutions / "Or Equal".
7.1 Pursuant to Public Contract Code Section 3400(c) the City may make a finding
that designates certain products, things, or services by specific brand or trade name. Unless
specifically designated in this Contract, whenever any material, process, or article is indicated or
specified by grade, patent, or proprietary name or by name of manufacturer, such Specifications
shall be deemed to be used for the purpose of facilitating the description of the material,
process or article desired and shall be deemed to be followed by the words "or equal."
7.2 Contractor may, unless otherwise stated, offer for substitution any material,
process or article which shall be substantially equal or better in every respect to that so
indicated or specified in this Contract. However, the City may have adopted certain uniform
standards for certain materials, processes and articles. Contractor shall submit requests,
together with substantiating data, for substitution of any "or equal" material, process or article no
later than thirty-five (35) days after award of the Contract. To facilitate the construction
schedule and sequencing, some requests may need to be submitted before thirty-five (35) days
after award of Contract. If the City has specified particular deadlines prior to the thirty-five day
period after contract award, such deadlines, if any, shall be set forth in the Special Conditions
attached hereto. Provisions regarding submission of "or equal" requests shall not in any way
authorize an extension of time for performance of this Contract. If a proposed "or equal"
substitution request is rejected, Contractor shall be responsible for providing the specified
material, process or article. The burden of proof as to the equality of any material, process or
article shall rest with the Contractor.
7.3 The City has the complete and sole discretion to determine if a material, process
or article is an "or equal" material, process or article that may be substituted. Data required to
substantiate requests for substitutions of an "or equal" material, process or article data shall
include a signed affidavit from the Contractor stating that, and describing how, the substituted
"or equal" material, process or article is equivalent to that specified in every way except as listed
on the affidavit. Substantiating data shall include any and all illustrations, specifications, and
other relevant data including catalog information which describes the requested substituted "or
equal" material, process or article, and substantiates that it is an "or equal" to the material,
process or article. The substantiating data must also include information regarding the durability
and lifecycle cost of the requested substituted "or equal" material, process or article. Failure to
submit all the required substantiating data, including the signed affidavit, to the City in a timely
fashion will result in the rejection of the proposed substitution.
7.4 The Contractor shall bear all of the City's costs associated with the review of
substitution requests. The Contractor shall be responsible for all costs related to a substituted
"or equal" material, process or article. Contractor is directed to the Special Conditions (if any) to
review any findings made pursuant to Public Contract Code section 3400.
24347.00006\9536520.2 3
8. Stormwater Pollution Prevention Plan. If applicable, the Contractor shall file a Notice of
Intent and procure a State Water Resources Control Board (State Water Board) National
Pollutant Discharge Elimination System General Permit for Waste Discharge Requirements for
Discharges of Storm Water Runoff Associated with Construction Activity (Permit). The
Contractor shall be solely responsible for preparing and implementing a Storm Water Pollution
Prevention Plan (SWPPP) prior to initiating work. The Contractor shall be responsible for
procuring, implementing and complying with the provisions of the Permit and the SWPPP,
including the standard provisions, monitoring and reporting requirements as required by Permit.
It shall be the responsibility of the Contractor to evaluate and include in the Total Contract Price,
the cost of procuring the Permit and preparing the SWPPP as well as complying with the
SWPPP and any necessary revisions to the SWPPP. The Contractor shall also include in the
Total Contract Price the cost of monitoring as required by the Permit.
9. Control and Payment of Subordinates; Contractual Relationship. City retains Contractor
on an independent contractor basis and Contractor is not an employee of City. Any additional
personnel performing the work governed by this Contract on behalf of Contractor shall at all
times be under Contractor's exclusive direction and control. Contractor shall pay all wages,
salaries, and other amounts due such personnel in connection with their performance under this
Contract and as required by law. Contractor shall be responsible for all reports and obligations
respecting such additional personnel, including, but not limited to: social security taxes, income
tax withholding, unemployment insurance, and workers' compensation insurance.
10. City's Basic Obligation. City agrees to engage and does hereby engage Contractor as
an independent contractor to furnish all materials and to perform all Work according to the terms
and conditions herein contained for the sum set forth above. Except as otherwise provided in
the Contract, the City shall pay to Contractor, as full consideration for the satisfactory
performance by the Contractor of the services and obligations required by this Contract, the
above referenced compensation in accordance with compensation provisions set forth in the
Contract.
11. Compensation and Payment.
11.1 Amount of Compensation. As consideration for performance of the Work
required herein, City agrees to pay Contractor the Total Contract Price of twenty six thousand
four hundred sixty dollars and zero cents ($26,460.00) ("Total Contract Price") provided that
such amount shall be subject to adjustment pursuant to the applicable terms of this Contract or
written change orders approved and signed in advance by the City.
1 1.2 Payment of Compensation. If the Work is scheduled for completion in thirty (30)
or less calendar days, City will arrange for payment of the Total Contract Price upon completion
and approval by City of the Work. If the Work is scheduled for completion in more than thirty
(30) calendar days, City will pay Contractor on a monthly basis as provided for herein. On or
before the fifth (5th) day of each month, Contractor shall submit to the City an itemized
application for payment in the format supplied by the City indicating the amount of Work
completed since commencement of the Work or since the last progress payment. These
applications shall be supported by evidence 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,
24347.00006\9536520.2 4
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.
11.3 Contract Retentions. From each approved progress payment, five percent (5%)
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.
11.4 Other Withholdings. 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.
11.5 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
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.
12. 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,
24347.00006\9536520.2 5
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.
13. Termination.
13.1 If Contractor fails to commence work as provided in this Contract, or fails to make
delivery of materials promptly as ordered, or to maintain the rate of delivery or progress of the
work in such manner as in the opinion of City's authorized representative will ensure a full
compliance with the Contract within the time limit, or if in the opinion of City's authorized
representative, Contractor is not carrying out the provisions of the contract in their true intent
and meaning, written notice will be served on Contractor and its Surety to provide, within a
specified time to be fixed by City's authorized representative, for satisfactory compliance with
the Contract. If Contractor neglects or refuses to comply with such notice within the time therein
fixed, he/she shall not thereafter exercise any rights under said Contract or be entitled to receive
any of the benefits thereof, except as hereinafter provided, and City's authorized representative
may, with the approval of the City Council, perform any part of the work or purchase any or all of
the material included in the Contract or required for the completion thereof, or take possession
of all or any part of the machinery, tools, appliances, materials and supplies used in the work
covered by the Contract or that have been delivered by or on account of Contractor for use in
connection therewith, and the same may be used either directly by City or by other parties for it,
in the completion of the work.
13.2 City has the right to terminate or abandon any portion or all of the work under this
Contract by giving ten (10) calendar days written notice to Contractor. In such event, City shall
be immediately given title and possession to all original field notes, drawings and specifications,
written reports and other documents produced or developed for that portion of the work
completed and/or being abandoned. City shall pay Contractor the reasonable value of services
rendered for any portion of the work completed prior to termination. If said termination occurs
prior to completion of any task for the Project for which a payment request has not been
received, the charge for services performed during such task shall be the reasonable value of
such services, based on an amount mutually agreed to by City and Contractor of the portion of
such task completed but not paid prior to said termination. City shall not be liable for any costs
other than the charges or portions thereof which are specified herein. Contractor shall not be
entitled to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work. A termination without cause by City shall not act as or be
deemed a waiver of any potential known or unknown City claims associated with Contractor's
performance prior to the date of termination.
13.3 Contractor may terminate its obligation to provide further services under this
Contract upon thirty (30) calendar days' written notice to City only in the event of substantial
failure by City to perform in accordance with the terms of this Contract through no fault of
Contractor.
14. 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 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
24347.00006\9536520.2 6
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.
15. 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.
16. Loss and Damage. Except as may otherwise be limited by law, the 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.
17. Indemnification.
17.1 To the fullest extent permitted by law, the Contractor shall defend, indemnify and
hold harmless the City, its respective officials, officers, agents, employees, and representatives
("Indemnitees") from any and all claims, demands, causes of action, costs, expenses, liabilities,
losses, damages (including without limitation the payment of all consequential damages and
attorney fees and other related costs and expenses) or injuries, in law or equity, regardless of
whether the allegations are false, fraudulent, or groundless, to tangible property or persons
(including wrongful death, accidents or injuries arising from the alleged failure to inspect or to
maintain traffic controllers or traffic signals, injuries or damages occurring during the transport of
products or in rendering services under the Contract Documents, such as automobile accidents,
trip/slip and fall accidents and third party assaults) arising out of or resulting from the
performance of the Work or this Contract (including claims made by subcontractors for
nonpayment), to the extent that the acts, omissions or willful misconduct are attributable to the
Contractor or anyone employed directly or indirectly by any of them. Contractor shall defend, at
Contractor's own cost, expense and risk, with legal counsel of Indemnitee's choosing, any and
all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or
instituted against the City, its respective officials, officers, agents, employees and
representatives. To the extent of its liability, Contractor shall pay and satisfy any judgment,
award or decree that may be rendered against the City and its respective officials, officers,
agents, employees, and representatives, in any such suit, action or other legal proceeding.
Contractor shall reimburse the City and its respective officials, officers, agents, employees, and
representatives for any and all legal expenses and costs incurred by each of them in connection
therewith or in enforcing the indemnity herein provided. The only limitations on this provision
shall be those imposed by Civil Code section 2782, related to claims arising out of the City's
active negligence or willful misconduct.
17.2 The duty to defend and to hold harmless, as set forth above, shall include the
duty to defend as established by Section 2778 of the California Civil Code, and the duty to
defend shall arise upon the making of any claim or demand against the City, its respective
officials, officers, agents, employees and representatives, notwithstanding that no adjudication
of the underlying facts has occurred, and whether or not Contractor has been named in the
claim or lawsuit.
17.3 Nothing contained in the preceding sections shall be deemed to obligate the
Contractor to indemnify the City or any of the other Indemnitees, against liability for damages or
any other loss, damage or expense sustained, suffered or incurred on account of death or bodily
24347.00006\9536520.2 7
injury to active persons or injury to property caused by the active negligence or willful
misconduct of the City or any of the other Indemnitees set forth above. Therefore, if it is
determined by legal proceedings or agreement, that the Contractor has no direct contributory or
incidental negligence or other obligation to the City or the other Indemnitees, and the Contractor
is in no way a proper party to a particular claim, then the Contractor shall not be obligated to
hold the City or any Indemnitees harmless with respect to said claim. However, until such
determination is made by legal proceedings or agreement, or if the Contractor is found to have
any degree of direct or contributory negligence or if it is determined that the Contractor is in any
way or to any degree a proper party to said claim, then the Contractor's obligations under all of
the terms and provisions of the preceding section shall remain in full force and effect.
17.4 Nothing in this provision, or elsewhere in the Contract Documents, shall be
deemed to relieve the Contractor of its duty to defend the City or any Indemnitee, as specified
under this Article, pending a determination of the respective liabilities of the City or any
Indemnitee, by legal proceeding or agreement.
17.5 In furtherance to, but not in limitation of the indemnity provisions in this Contract,
Contractor hereby expressly and specifically agrees that its obligation to indemnify, defend and
hold harmless as provided in this Contract shall not in any way be affected or diminished by any
statutory or constitutional immunity it enjoys from suits by its own employees or from limitations
of liability or recovery under workers' compensation laws.
18. Insurance.
18.1 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.
18.2 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:
(a) 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 Employer's Liability: Workers' Compensation insurance as required by the
State of California and Employer's Liability Insurance; and (4) Builders'/All Risk: Not applicable.
(b) 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 including, but not limited to, form CG 2503, either the general aggregate
limit 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'
24347.00006\9536520.2 8
compensation limits as required by the Labor Code of the State of California. Employer's
Liability limits of $1,000,000 per accident for bodily injury or disease; and (4) Builders/All Risk:
Not applicable.
18.3 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:
(a) 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.
(b) 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.
(c) Workers' Compensation and Employer's 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.
(d) 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.
18.4 Builders'/All Risk Policy Requirements. Not applicable.
18.5 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.
18.6 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-
24347.00006\9536520.2 9
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.
18.7 Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best's rating no less than A:VII, licensed to do business in California, and satisfactory to
the City.
18.8 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.
18.9 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.
18.10 Reporting of Claims. Contractor shall report to the City, in addition to
Contractor's insurer, any and all insurance claims submitted by Contractor in connection with
the Work under this Contract.
19. Bond Requirements.
19.1 Payment Bond. If required by law because the Total Contract Price exceeds
$25,000 or otherwise specifically requested by City in Exhibit "C" 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.
19.2 Performance Bond. If specifically requested by City in Exhibit "C" 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.
19.3 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
24347.00006\9536520.2 10
City. If the Contractor fails to furnish any required bond, the City may terminate the Contract for
cause.
20. Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in
California Code of Civil Procedure Section 995.120, shall be accepted. 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.
21. 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 precautions as applicable shall include, but shall not be limited to,
adequate life protection and lifesaving 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.
22. 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 to perform
24347.00006\9536520.2 11
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.
23. 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
therefrom. City is a public entity of the State of California subject to certain provisions of the
Health & Safety Code, Government Code, Public Contract Code, and Labor Code of the State.
It is stipulated and agreed that all provisions of the law applicable to the public contracts of a
municipality are a part of this Contract to the same extent as though set forth herein and will be
complied with. 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.
22.1 Immigration Reform and Control Act. Contractor acknowledges that Contractor,
and all subcontractors hired by Contractor to perform services under this Agreement, are aware
of and understand the Immigration Reform and Control Act ("IRCA"). Contractor is and shall
remain in compliance with the IRCA and shall ensure that any subcontractors hired by
Contractor to perform services under this Agreement are in compliance with the IRCA. In
addition, Contractor agrees to indemnify, defend and hold harmless the City, its agents, officers
and employees, from any liability, damages or causes of action arising out of or relating to any
claims that Contractor's employees, or the employees of any subcontractor hired by Contractor,
are not authorized to work in the United States for Contractor or its subcontractor and/or any
other claims based upon alleged IRCA violations committed by Contractor or Contractor's
subcontractor(s).
24. 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. While Contractor will not be charged a fee for any City permits, Contractor
shall pay the City's applicable business license fee. Any ineligible contractor or subcontractor
pursuant to Labor Code Sections 1777.1 and 1777.7 may not perform work on this Project.
25. 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.
24347.00006\9536520.2 12
26. 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.
27. Underground 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 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.
28. Labor Code Provisions.
28.1 Prevailing Wages. Funding for the work requires compliance with the prevailing
wage requirements.
28.2 Prevailing Wages. Contractor is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title
8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing
wage rates and the performance of other requirements on "public works" and "maintenance"
projects. Since the Services are being performed as part of an applicable "public works" or
"maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is
$1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall
provide Contractor with a copy of the prevailing rates of per diem wages in effect at the
commencement of this Contract. Contractor shall make copies of the prevailing rates of per
diem wages for each craft, classification or type of worker needed to execute the Services
available to interested parties upon request, and shall post copies at the Contractor's principal
place of business and at the project site. Contractor shall defend, indemnify and hold the City,
its elected officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The
Contractor and each subcontractor shall forfeit as a penalty to the City not more than $200 for
each calendar day, or portion thereof, for each worker paid less than the stipulated prevailing
wage rate for any work done by him, or by any subcontract under him, in violation of the
provisions of the Labor Code.
28.3 Apprenticeable Crafts. If the Total Contract Price exceeds $35,000 and if
Contractor employs workmen in an apprenticeable craft or trade, Contractor shall comply with
the provisions of Section 1777.5 of the California Labor Code with respect to the employment of
properly registered apprentices upon public works. The primary responsibility for compliance
with said section for all apprenticeable occupations shall be with Contractor.
24347.00006\9536520.2 1 3
28.4 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.
28.5 Payroll Records. Contractor and each subcontractor shall keep an accurate
payroll record, showing the name, address, social security number, work classification, straight
time and overtime hours worked each day and week, and the actual per diem wages paid to
each journeyman, apprentice, worker, or other employee employed by him or her in connection
with the public work. The payroll records shall be certified and shall be available for inspection
at all reasonable hours at the principal office of Contractor in the manner provided in Labor
Code section 1776. In the event of noncompliance with the requirements of this section,
Contractor shall have 10 days in which to comply subsequent to receipt of written notice
specifying in what respects such Contractor must comply with this section. Should
noncompliance still be evident after such 10-day period, the Contractor shall, as a penalty to
City, forfeit not more than $100.00 for each calendar day or portion thereof, for each worker,
until strict compliance is effectuated. The amount of the forfeiture is to be determined by the
Labor Commissioner. Upon the request of the Division of Apprenticeship Standards or the
Division of Labor Standards Enforcement, such penalties shall be withheld from progress
payments then due. The responsibility for compliance with this section is on the Contractor.
28.6 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.
28.7 Labor Compliance. This Project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be the Contractor's sole
responsibility to evaluate and pay the cost of complying with all labor compliance requirements
under this Contract and applicable law.
29. 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.
30. 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.
31. 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,
24347.00006\9536520.2 14
services, or 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.
32. 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.
33. Claims. Pursuant to Public Contract Code Section 9201, the City shall provide the
Contractor with timely notification of the receipt of any third-party claim, relating to the Contract.
The City is entitled to recover its reasonable costs incurred in providing such notification.
34. Prohibited Interests.
34.1 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.
34.2 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 therefrom. In addition,
Contractor agrees to file, or to cause its employees or subcontractors to file, a Statement of
Economic Interest with the City's Filing Officer as required under state law in the performance of
the Work.
35. 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.
36. General Provisions.
36.1 Notices. All notices hereunder and communications regarding interpretation 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 Martinez Concrete, Inc.
240 West Huntington Drive 920 West Foothill Blvd.
Arcadia, CA 91066 Azusa CA 91702
Attn: Phil Wray Attn: Robert Martinez
Deputy Director Dev Svcs/ Secretary/Treasurer
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.
24347.00006\9536520.2 15
36.2 Time of Essence. Time is of the essence in the performance of this Contract.
36.3 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.
36.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another,
and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
36.5 City's Right to Employ Other Contractors. City reserves right to employ other
contractors in connection with this Project.
36.6 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any
term referencing time, days or period for performance shall be deemed calendar days and not
work days. All references to Contractor include all personnel, employees, agents, and
subcontractors of Contractor, except as otherwise specified in this Agreement. All references to
City include its elected officials, officers, employees, agents, and volunteers except as otherwise
specified in this Agreement. The captions of the various articles and paragraphs are for
convenience and ease of reference only, and do not define, limit, augment, or describe the
scope, content or intent of this Agreement.
36.7 Waiver. No waiver of any default shall constitute a waiver of any other default or
breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or
service voluntarily given or performed by a Party shall give the other Party any contractual rights
by custom, estoppel or otherwise.
36.8 No Third Party Beneficiaries. There are no intended third party beneficiaries of
any right or obligation assumed by the Parties.
36.9 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
36.10 Governing Law. This Contract shall be governed by California law. Venue shall
be in Los Angeles County.
36.11 Counterparts. This Contract may be executed in counterparts, each of which
shall constitute an original.
36.12 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.
24347.00006\9536520.2 16
36.13 Authority to Enter Contract. Each Party warrants that the individuals who have
signed this Contract have the legal power, right and authority to make this Contract and bind
each respective Party.
36.14 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.
IN WITNESS WHEREOF, each of the Parties has caused this Contract to be executed
on the day and year first above written.
CONTRACTOR CITY OF ARCADIA
By: By:
Name Dominic Lazzare' :P ity Manager
SFc I-rg64 s. T<YA(E L1.1- )
Title Date
l
BY: 4.01. / i , .�.�.'� / • Attest:
Na
e, BY: A_ J JAL . !..1 4 `r..
Title Cit rerk '
Contractor's License: Approved as to Form:
Number 39447 I By:
Class A/c-T
Stephen P. Deitsch, City Attorney
Tax 1.D. Number: S- 320 oci3 2
24347.00006\9536520.2 17
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles SS.
On February 13, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Robert Martinez
who proved to me on the basis of satisfactory evidence to be the person(%whose nameA is/a( subscribed
to the within instrument and acknowledged to me that he/X-100W executed the same in his/9GE101%k au-
thorized capacity( and that by hisAKAAKK4r signature Mon the instrument the person(, or the entity
upon behalf of which the person(i5 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WITNES my hand and official seal.�? A
3 "rr�. PAMELA JO HUNT CORTEZ /��. �� �' �[ /
COMM.>k 2095689 /". / ' t
N » ; NOTARY PUBLIC-CALIFORNIA N Signature of Notary
LOS LES COUNTY
CorMANGE_Eiv.JAN 29-2019
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Contract #of Pages:
Notes
City of Arcadia: 2016-2017 ADA Improvements
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles 5 SS.
On February 15, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Esperanza Martinez
who proved to me on the basis of satisfactory evidence to be the person($1 whose name( is/ xsubscribed
to the within instrument and acknowledged to me that b11 /she/14106' executed the same in bid/her/ au-
thorized capacityW and that by XY/her/%t signature Con the instrument the person(, or the entity
upon behalf of which the person(s4 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WIT ESS,my hand an /do/fib ! seal.
v PAMELA JO HUNT CORTEZ �Lj J
? ; Comm.# 2095689 o NOTARY PUBLIC-CALIFORNIA U7
` vivo• LOS ANGELES COUNTY — Signature cti otary
J „o,x� MY CoMx.Exp.JAN.29,ma
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Contract #of Pages:
Notes
City of Arcadia: 2016-2017 ADA Improvements
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977
EXHIBIT "A"
PLANS AND SPECIFICATIONS
BID SUMMARY
The following plans and specifications and the bid summary are incorporated into this Contract
herein by this reference:
1. Bid Summary
2. Standard Plans
3. Final Project Plans
24347.00006\9536520.2 18
BIDDER. KAasNE 2 co,JcaeTr-_
EXHIBIT "A"
BID SCHEDULE
2017 ADA IMPROVEMENTS
The work to be performed under this Contract includes, but is not limited to, 2017 ADA
IMPROVEMENTS, as is more fully described in the Contract. All capitalized terms shall
have the meanings ascribed to them in the General Conditions.
We, the undersigned, hereby declare that we have carefully examined the location of the
proposed Work, and have read and examined the Bid Documents, including all plans,
specifications, and all addenda, if any. We hereby propose to furnish all labor, materials,
equipment, tools, transportation, and services, and to discharge all duties and obligations
necessary and required to perform and complete the Project (the "Work") for the following
TOTAL BID PRICE:
BID SCHEDULE
Location No. 1: Lonqden Avenue at Leafwood Lane
Bid ITEM DESCRIPTION UNIT OF EST. ITEM
Item MEASURE QTY. UNIT PRICE COST
1 Mobilization LS 1 1,000 I,000
2 Traffic Control LS 1 Soo s�
3 Construct Curb Ramp LS 1
3, 80O 3, gov
Location No. 2: Las Tunas Drive
Bid ITEM DESCRIPTION UNIT OF EST. ITEM
Item MEASURE QTY. UNIT PRICE COST
4 Mobilization LS 1 3,000 3,ooh
_
5 Traffic Control LS 1 �S'b 7so
6 Construct two (2) Curb Ramps LS 1
7, Soo 7,Soo
. >7/ Sandblast and restripe --- LF 450
crosswalk and lane line 9 ti, oso
8 Relocate water valve and install LS 1
rock boarder t,S6o /,s6o
9 Rotate traffic signal pull box LS 1 Eno boo -
Location No. 3 and 4: Live Oak Avenue at Greenfield and Myrtus Avenues
Bid ITEM DESCRIPTION UNIT OF EST. UNIT PRICE ITEM
_ Item MEASURE QTY. COST
10 Mobilization LS 1 2,200 2,2o0
11 Traffic Control LS 1 7So 75-0
RVPUB\DRD\570013 GB-STATE&LOCAL(300/301/302
1 303/304/410/420/430/480/505/507/660)(7/24/00)
BIDDER: M412 ji. co.c.r
12 Construct two (2) Curb Ramps LS 1 -7,`oo 7,boo
Sand-lalast-and-.-restripe---. LF Z00._
crosswalk and Lane-Me
14 Close existing Driveway and LS 1
Install new curb and gutter 2,Soo 2,s°6
TOTAL BID PRICE (SCHEDULE BID PRICE): $ ya;t
P.O.ry Tt.Qo TNousA Onia Nun/pano OO�� o2�f
dollar amount in written form
ALTERNATE BID SCHEDULE
Location No. 52: Live Oak Avenue
Item ITEM DESCRIPTION UNIT OF EST. UNIT PRICE ITEM
No. MEASURE QTY. COST
15 Construct (2) Curb Ramps and LS 1
relocate two (2) water meter pull g, Zoo 8 ata
boxes
16 Relocate two (2) "STOP" signs LS 1
and install "STOP" pavement sso Sco
message
17 Sandblast and restripe LF 40
crosswalk 7_. 9 So
TOTAL ALTERNATE BID PRICE: $ 4, 2-3o
NfNE 1-1-iowSA"0 -rte-w) 4-loNerlr,/a Ti-4T RrZS
dollar amount in written form
The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner
which cannot be withdrawn for the number of Calendar Days indicated in the Notice Inviting
Bids from and after the bid opening date, or until a Contract for the Work is fully executed
by the Owner and a third party, whichever is earlier. The undersigned also agrees that if
there is a discrepancy between the written amount of the Bid Price and the numerical
amount of the Bid Price, the written amount shall govern.
Attached hereto is a certified check, a cashier's check or a bid bond in the amount of
10% 0 Th�ac, na.sB orq Dollars ($ ) said
amount being not less than ten percent (10%) of the Total Bid Price. The undersigned
agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to
execute the Contract and furnish the required bonds, certificates and endorsements of
insurance and other certifications within the time provided.
If awarded a Contract, the undersigned agrees to execute the formal Contract, which will
be prepared by the Owner for execution, within five (5) Calendar Days following the Letter
RVPUB\DRD\570013 GB-STATE&LOCAL(300/301/302
2 303/304/410/420/430/480/505/507/660)(7/24/00)
BIDDER: AAiAaRtnIFZ loticnc
of Award for the Contract, and will deliver to the Owner within that same period the
necessary original Certificates of Insurance, Endorsements of Insurance, and all other
documentation and certification required by the Contract.
The undersigned offers and agrees that if this bid is accepted, it will assign to the
purchasing body all rights, title, and interest in and to all causes of action it may have under
Section 4 of the Clayton Act(15 U.S.C. Section 15) or under the Cartwright Act(Chapter 2
of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of
goods, materials or services by the Bidder for sale to the purchasing body pursuant to the
bid. Such assignment shall be made and become effective at the time the purchasing
body tenders final payment to he Contractor.
Bidder understands and agrees that, when requested by Owner, he shall provide: (1)
evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good
standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this
Bid and to a contract resulting therefrom; and (3) any other information and documentation,
financial or otherwise, needed by Owner to award a Contract to the lowest responsible and
responsive bidder.
Bidder understands and agrees that liquidated damages shall apply to this Contract in the
amounts and subject to the terms and conditions described in the Contract Form and the
Contract Documents.
Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to
be incorporated into a Contract arising out of this Submittal has been so identified by
Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any
of the remaining data submitted herewith into a contract arising out of this Bid.
The Bidder understands and agrees that the Total Bid Price is inclusive of all labor,
materials, and equipment or supplies necessary to complete the Work as described in the
Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and
execute the Contract with the necessary bonds and accept the Total Bid Price as
compensation in full for all Work under the contract.
RVPUB\DRD\570013 GB-STATE&LOCAL(300/301/302
3 303/304/410/420/430/480/505/507/660)(7/24/00)
BIDDER. MAtrrrni6t- Co4..►ct47-e-
0
By: 9 Z 4 w. Co ciThiri
Signature Business Street Address
Roorez r Au. fz- A7oa„1 GA gi70e..
Type or Print Name City, State and Zip Code
3 C/1 &.44S- ((,16) 33((- 2474
Title / Telephone Number
Bidder's/Contractor's State of Incorporation: CALTA,Rva-A
Partners or Joint Venturers:
Bidder's License Number(s): 394471 A' (2 -k fly. /a- ai_,(
NOTES:
1) By its signature on this Bid, the Bidder certifies under penalty of perjury the
accuracy of the representations made on the Contract Bid Forms.
2) If Bidder is a corporation, enter State of Incorporation in addition to Business
Address
3) If Bidder is a partnership or joint venture, give full names of all partners or
joint venturers.
As further discussed in the Instructions to Bidders, Bidder will be 1
required to provide evidence that the person signing on behalf of
the corporation, partnership or joint venture has the authority to do
so. ;I
Bidder shall submit its Bid data in accordance with the format shown on each of the
following Bid Data Forms. Bidders shall prepare and use as many sheets as are
necessary to adequately provide the information required. Bidder shall ensure that every
page of its Bid Data Forms are properly identified with the Bidder's name and page
number.
RVPUB\DRD\570013 GB-STATE&LOCAL(300/301/302
4 303/304/410/420/430/480/505/507/660)(7/24/00)
BIDDER: 14Aa-,-r, 2, c a.�cpprp_
VERIFICATION AND EXECUTION
These Contract Bid Forms shall be executed only by a duly authorized official of the
Bidder:
I declare under penalty of perjury under the laws of the State of California that the
foregoing information is true and correct:
Executed on this day of l//2j.ag%U , 2017.
By: Ro4Er,r MiAgrr,ntg 2
or Pri t Name
C
Signature
SEC/TACAS .
Title
Subscribed and sworn before me
this day of , 2017.
(SEAL)
Notary Public in and for
the State of California
My Commission Expires:
RVPUB\DRD\570013 GB-STATE&LOCAL(300/301/302
5 303/304/410/420/430/480/505/507/660)(7/24/00)
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles SS.
On January 16, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Robert Martinez
who proved to me on the basis of satisfactory evidence to be the person(Si whose name( as/xxsubscribed
to the within instrument and acknowledged to me that he34%)(0K executed the same in his/Kin/ au-
thorized capacityW and that by his/ O( &signature Con the instrument the person(X), or the entity
upon behalf of which the person(45 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WITNESS my hand a • • ic. al.
t%..L_!! .a PAMELA JO HUNT CORTEZ �
'—n �'_+�, ,g Conti 1095669 /42//664
01 944�i' _p NoiARY PUILIC•CALIFORNIA N
J!"I' La ANGELIS Courrr — Signature of No a
.4n0.1'P My COMP.EIP.JAN.29,2019 t
II
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Bid Schedule #of Pages:
Notes
2017 ADA Improvements
1
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977
ri PHILADELPHIA
�r INSURANCE COMPANIES
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, That we,
Martinez Concrete, Inc.
of 920 W. Foothill Blvd.,Azusa, CA 91702
(hereinafter called the Principal) as Principal,and PHILADELPHIA INDEMNITY INSURANCE COMPANY,with its
principal office at One Bala Plaza,Suite 100 in the City of Bala Cynwyd, Pennsylvania(hereinafter called the Surety), as Surety,
are held and firmly bound unto
City of Arcadia
of 240 West Huntington Drive, Arcadia, CA 91066
(hereinafter called the Obligee) in the penal sum of
Ten Percent of the Total Amount of the Bid
Dollars$(10% ) lawful money of the United States, for the payment of which sum well and truly to be made,
we bind ourselves,our heirs,executors, administrators,successors,and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH,that whereas,the Principal has submitted the
accompanying bid dated January 19, 2017 for
2017 ADA Improvements
NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter
into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof
within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in
the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such
failure, not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise to remain in full force
and virtue.
Signed, sealed and dated: January 17, 2017
Martinez Concrete, Inc.
(,rincip:
By:
PHILADLIHIA INDEMNITY INSURANCE COMPANY
isa 8U Ur 'ttorney=m-Fact
S-137-Rev.
126
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Lourdes Landa,Mark Rosskopf and Lisa Saumur of BB&T
Insurance Services of California,Inc.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other
contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed
$25,000,000.00.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1"day of July,2011.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company to: (1)Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with the respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10Th DAY OF JUNE 2013.
d c.-.)„,-4„—.. A...-- - 19 f
(Seal)
Robert D.O'Leary Jr..,President&CEO
Philadelphia Indemnity Insurance Company
On this l0`'day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he
is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the
Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed.
coMMOsweALTM or PENNSYLVANIA
sauna seal
Krnt<rly A.Kesslesia,Notary Pubis •
.vw^r Herb,Tsy.> (aunty 401110.
.
My Commbswn&Foes Da.iB,2016
Mea(L PtllSyr'Nea Igonrnut Cf K01wis Notary Public:
residing at: Bala Cynwyd,PA
(Notary Seal)
My commission expires: December 18.2016
I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of
Directors and this Power of Attorney issued pursuant thereto on this 10TH day of June 2013 true and correct and are still in full force and effect.I do further certify that
Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of
PHILADELPHIA INDEMNITY INSURANCE COMPANY,
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this \ day of-In∎A Q j 0,C)I�.
Edward Sayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
'A('KN O MToD( E ,/,,,.F;11S%MEN'TAlKNOwl,F;D MKNT AC K\'0 cVLEU(;)1F.,",• n.∎.l.'I.EIIC;SIF'''T-\('hNOWLEI)(-NENT 1c'Ksow LEI,(;.MENT.1.4.7K,-c1M'I.1:Ilc:MF:-'T.CI,:ON LED(:MF.-..."a.
_California All-Purpose Certificate of Acknowledgment
5 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
✓ ' document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document.
3
State of California
Orange S.S. r
County of -
• On 01/17/2017 before me, Kathryn E.Lenhart,Notary Public
F.'.
personally appeared Lisa Saumur
2
F
who proved to me on the basis of satisfactory evidence to be the person(s)/whose namecs)-'
y
is/ subscribed to the within instrument and acknowledged to me that he she/the executed
the same in hiss/her/their authorized capacity(ies), and that by hks1her/theirsignature( -on the
instrument the person(s); or the entity upon behalf of which the person(s)'acted, executed the
4 instrument. _
I certify under PENALTY OF PERJURY under the laws 0
of the State of California that the foregoing paragraph is KATHRYN E.lENIiART
true and correct. I!?� ►` Conarde:Ion 2tO462t
WITNESS my hand and offici seal. '; • " Notary Public-County California 1: c
Y r,% Orange County z
. Jtad- Comm. res 21,2019
„Vtiticurc,16:
Y D
OPTIONAL INFORMATION
1
Description of Attached Document =
-
• The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification
5 document titled/for the purpose of Proved to me on the basis of satisfactory evidence: z
i
form(s)of identification credible witness(es)
• containing pages,and dated Notarial event is detailed in notary journal on:
Page# Entry#
The signer(s)capacity or authority is/are as:
Individual(s) Notary contact: =
zAttorney-in-fact
• Corporate Officer(s) Other l
Additional Signer Signer(s)Thumbprints(s)
t
s Guardian/Conservator
Partner-Limited/General
S Trustee(s)
Other.
Ei representing: -
T
1
111;1CKVOMLF.OGSF E,.r.('KNOMLED4M E\TACXXCiNC=D(NT[Nrn(-KT OMLEU(;M-ENT.(Kt OM LF.1)4}IE%I ('K-NOMI.ED(:M,r.T it KTOM,.tD( fl.vl a4Nt/u LEalt,M]\TACK\OM'I:RD4.II;T^P,
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles ss.
On January 18, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Robert Martinez
who proved to me on the basis of satisfactory evidence to be the person(%whose name( is/ subscribed
to the within instrument and acknowledged to me that he/$06)009 executed the same in his/la#Dfl au-
thorized capacityi?f ( and that by hisZIAMeXr signature Con the instrument the person(X, or the entity
upon behalf of which the person(s? acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WIT, SS my hand -n offcia seal.
ltl//.�
49�« PAMELA JO HUNT CORTEI
co1NM 6 2095689 )
N '? G'$ NOTARY PUBLIC-CALIFORNIA Uj Signature of r otary+� Los ANGELES COUNTY
Tilw Mr Corsi,EoP.JAN.29-2019
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Bid Bond #of Pages:
Notes
2017 ADA Improvements
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977
1
t
4' 1220 mm)
4' 1220 mm
A 3 915mm) MIN
3' (915 mm MIN I TRANSITION
1.1j-
4:1 MIN
3 915 mm'�/i ■
' � NOTE
Now / q14 SHEET i0 Y
SHEET 1� _7 y 1;�s O.a
CUR: X ,6 x .
CURB FA 4'J(1220 m I
.4erri lx m)
it IC
A
TYPE 1
A '. fY B
4' (1220 mm)
3' 915 mm MIN
R � R
510 ,// _�`\\ RARE BREAK
Y� SET 1d� 1'
as : . \\\\
�/�Iii
CURBS X g'/
CURB FACE + 4' ( 220 m m)
i it A OR B
SEE SHEET 7, THIS SECTION
TYPE 2
CASE A
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION NE
.�,o,o
10011111101131+ imuu .+c.
STANDARD ,
CURB RAMP 4
1 NM 1004 . WOO
111...
.Darr it •ARD - •, • F•- P :. ► WO IRK-I ' STR C
ON SHEET 1 OF 10
A
SKEW ANGLE, a
SKEW ANGLE t:145' 4'
OFFSET b■0 1220 �
UNLESS OTHERWISE N0T 2,
SHEET 10
NOTED ON PLANS
// P'31141 I
MIN r
OC X
NOTE
HEFT la `
l' CUR:
7_ OFFSET, b
I CURB FACE X
s
CASE C
i 1,--,
EE
5° E
g In
a SEE DETAIL 0
a A, B. C, OR D SHEET 10
...mow=.
...... .... j
!- N A 8.33 ".k .iim
N SHEET 10 Ij
f/eltir©1om�✓ 5% MAX
as PLANTING MIN
AREA ti._�; X=4' (1220 mm)
IF ADJACENT TO
CURB PLANTING AREA,
CURB FACE OTHEWISE SEE TABLE 1
TYPE 1
Y
1 ' • au 2
MI' -�=
SEE DETAIL A, 8, C OR D 1 E E
1 ° E
A . Fp
Y i N NOTE 8, p. ::_•' 57� AMAX ..1-r7
/ O.fL
i C.7 SHEET 10
' NOTE 2,
CURB FA« SHEET 10
TYPE 2
CASE D
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
CURB RAMP ~,...■ 111-4
•A* •
SEE NOTE 6 PARKWAY
SHEET 10 R Y -'-•.
SEE.TABLE 1 4( 220 �'t_ m)
EXISTING �' mm
ROADWAY ROUND ► TOP OF I
5=� A EDGE RAMP. r_8.3 % MAX
A2-0 CURB AND GUTTER
SECTION A-A
L1SE FIGURE 1 TO DETERMINE
SEE NOTE 6 PARKWAY WHICH OF SECTIONS A-A, B-B
SHEET 101- 13__.. OR C-C 15 APPROPRIATE.
Y 4' 1220 mm
EXISTING ROUNDED TOP OF
ROADWAY 5.1- EDGE RAMP/ •N` DEPRESS BACK OF WALK
�_ A1,� SEE DETAIL A, B, C OR D,
:11�4�f.1r i SHEET 10.
A2-0 CURB AND GUTTEi
SECTION B-B
SEE NOTE 6
SHEET 10'.. 1_,...i PARKWAY .
EXISTING - Y
ROADWAY
S=1/ DEPRESS BACK OF WALK
SEE DETAIL A, B, C OR D,
-..-2% MAX f SHEET 10.
....--A2-0 CURB AND GUTTER\` J
SECTION C-C
r Z 1224' z
0 mmj+�
DEPRESS BACK OF WALK
`■ q P S. WALK
SECTION R-R
z OR LESS
r
Z 11220 mm) f ---.4...
I < 1(1220 mmj Z
I �.. DEPR S BACK OF WALK I
‘• I
A 3 \ I s.
PCC SIDEWALK
SECTION S-S
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION -� STANDARD PLAN
CURB RAMP 111-4
`� SHEET 7 SIF 10,r
4' 5' 6' 7' 8' 9' 10' 11' 12' 13' 14' 15' 16' 17' 18' 19' 20'
PARKWAY WIDTH, FT (m)
(1.2) (1.5) (1.8) (21) (2.4) (27) (3.0) (3.3) (3.6) (3.9) (4.2) (4.5) (4 8) (5.1) (5.4) (5.7) (8.0
(25 ` (8.0)
2- (� ■∎�����11r�����i�f11
3" (75) ��—'.N �.■11r��■�■r11
4" (100) .�■■Z "
Rillk:N 5 (125 � 'Nr SECTION A-A
'U I�■ LANDING = 4' 1220 mm '�■
U 6' (150) z �■■` ,�
LLL 7' (175) J�I ■111■■,.g`11■111• 1111111S
pp 8° (200) NI fetal IIIIIkliIIii U 9' (225)
4 1D' (250 ■z■� SECTION B"-B
�■��CALCULATE Z DIMENSION
I? 11' (275) ���- :m..,■■„K'�
Z 12” (3. �� iaMMEM OMMEMillaill
OR MORE FIGURE 1 - SECTION USAGE
NORMAL WHERE FIGURE 1 SHOWS USE OF SECTION 8—B, FIGURE Z
CURB FACE, SECTION Y—Y DIMENSION AS FOLLOWS:
INCHES (mm) X, FT (mm) V. FT (mm) _ W = PARKWAY WIDTH
2" (50) 4.00' (1200) MIN 2.8.3' (790) L a LANDING WIDTH, 4' (1220 mm) TYP, 3' (915 mm) MIN
3" (75) 4.00' (1200) MIN 3.95' (1185) Z - [(Y+L)—W] x 0.760
4' (100) 4.00'( 1200) 5.26' (1580)
IF (Y+L) < W, THEN Z 0
5" (125) 5.00' (1500) 6.58' (1975)
6" (150) 8.00' (1800) 7.90' (2.370) TABLE 1 SHOWS X FOR A FLARE SLOPE OF 8.33% AT
7" (175) 7.00' (2100) 9.21' (2765) THE CURB FACE. IF L IS 4' (1220 mm) OR MORE, X
8" (200) 8.00' (2400) 10.5.3' (3160) SLOPE OF 10%PAT THE CU B3 FARE C A MAXIMUM FLARE
9" (225) 9.00' (2700) 11.84' (3555)
10" (250) 10.00' (3000) 13.16' (3950)
11" (275) 11.00' (3300) 14.47' (4340)
12' (300) 12.00' (3800) 15.79' (4735)
SEE SHEET 9 FOR STREET SLOPE
ADJUSTMENT FACTORS, ALL STREETS
TABLE 1 - X AND Y VALUES
TABLE 1 REFERENCE FORMULAS:
X - CF / 8.333X
Y = CF / (8.333X - 2X WALK CROSS SLOPE)
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDAR° PLAN
CURB RAMP 1 1 1-4
8
V (1220 mm)
3 1915 mmj MIN
I IGRADE BREAK
T
CURBS R U
CURB FACE SLOP S 4'
(1220 mm)
TYPICAL CURB RAMP
DO X.UP
BACK OF WALK
FLOW LINE
SECTION T-T
SLOPED STREET TIER
FOR SLOPED STREETS, MULTIPLY THE DIMENSIONS PARALLEL
TO THE STREET, X AND Z, UPSTREAM AND DOWNSTREAM OF
THE RAMP, BY THE FACTORS IN THE FOLLOWING TABLE.
FOR EXAMPLE, X.DOWN = X x K.DOWN
S K.DOWN K.UP
OX 1.000 1.000
0.2% 0.977 1.025
0.5X 0.943 1.064
1X 0.893 1.136
2% 0.806 1.316
3X 0.735 1.563
4X 0.876 1.923
5% 0.625 2.500
TABLE 2 - SLOPE ADJUSTMENTS
TABLE 2 REFERENCE FORMULAS:
K.DOWN = 8.333% (8.333% + 5)
K.UP - 8.333% / (8.333% - S)
STREET SLOPE ADJUSTMENTS
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCT1ON PLAN
CURB RAMP 111-4
SHEET 9 OF 10
12" 305 mm E ® ® @
E
3/4" M o @ ® ®
19 m) q13-10 @ 0.90" it E
® ® ® (23 mm o In
1/ " -4 1/4" I—® ® @ % PATTERN O "TRUNCATED DOME'
(6 )
60 mm)
GROOVING DETAIL DETECTABLE WARNING DETAIL
CONSTRUCT FENCE OR HANDRAIL
z PER CONTRACT PLANS
Z S 6" (150 mm)
f jPAVED SURFACE RETAINING CURB PAVED SURFACE
MIN
DETAIL. A DET
GRADED
SLOPE 2:1 $" (150 mm)
MAX NPAVED SURFACE RETAINING CURBS I NPAVED SURFACE
DETAIL C DETAIL D
GENERAL NOTES:
1. CONCRETE SHALL BE CLASS 520-C-2500 (310-C-17) CONFORMING TO
SSPWC 207-1.1.2 AND SHALL BE 4" (100 mm) THICK.
2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4" (6 mm)
GROOVES APPROXIMATELY 3/4' (19 mm) OC. SEE GROOVING DETAIL
3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE
CONFORMING TO SSPWC 303-1.9.
4. USE DETAIL "A" OR B" IF EXISTING SURFACE BEHIND LANDING IS PAVED.
5. USE DETAIL "C" OR D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED.
B. R s 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN.
7. ANGLE = A/2 UNLESS OTHERWISE SHOWN ON PLAN.
8. CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS
SHALL BE PER CONTRACT DOCUMENTS.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION ' sTANDARO PLAN
CURB RAMP 1 1 1-4
SWEET 10 OF 10
I W E
E U. m f CO cz
ir
6" U '.,- 6'
� r______.1 50 mm '150 mm
W
1ATTER 3:12 La8.3z 3:12
Li. 0
. E _ F
co - E
n
0
A1-6(150) AND.__
z._.
A1-8(200) A2-6(150) AND A2-8(200 2s mm)
)
II Z
E z
m
v j • 6■
Hal�� 506mm U (150 mm') MIN m
=ATTER 3:12 3/4" (20 mm) R
BATTER 3:12
SLOPE 2.07G v -� BOTH SIDES
E
• LEVEL
o
its ,�i//////
E
n
D1 -6 150 AND•
A3-6(150) AND A3--8(200) 125 mm•) D1 -8 200
NOTES:
E W
1. THE LAST NUMBER IN THE DESIGNATION IS E E
THE CURB FACE (Cr) HEIGHT, INCHES (mm). 0 @ x 10" q OC
. co ( mx25 0mm
2. GUTTER WIDTH, W, IS 24' (600 mm) * • 6" O 1200 mm OC)
UNLESS OTHERWISE SPECIFIED. 150 mm )
GROUTED IN PLACE
3. TYPES Al, A2, A3 AND C1 SHALL BE ,l N li BATTER 3:12
CONSTRUCTED FROM PCC. 0
3/4"
4. TYPE D1 CURB SHALL BE CONSTRUCTED / IM• (20 mm)
or
FROM ASPHALT CONCRETE. 3' (75 mm)
5. TYPE C1 CURB SHALL BE ANCHORED WITH
STEEL DOWELS AS SHOWN OR WITH AN
EPDXY APPROVED BY THE ENGINEER.
AO
6. ALL EXPOSED CORNERS ON PCC CURBS
AND GUTTERS SHALL BE ROUNDED WITH A C1—S(?50) AND C1-8{200
1/2' (15 mm) RADIUS.
STANDARD PLAN FOR PUBLIC WORKS CONSTRUCTION
neowaATED BY nE
Fueuco=s="sTIEE P . CURB AND GUTTER - BARRIER STANDAR• i2
„" 120-2
FEY 1996. USE WITH y y`.A-• 1J*.T4l ib F•111 ►,:Ti :,•ijyiT•"•
e
A
A
LE ROY AVE = LEROY AVE
/ II-cis !Ltnic
w
NAOMI AVE ¢-
NAOMI AVE NAOMI AVE ALT ST w ALTEPN
PAMELA RD PAMELA Z ALTERN —
PAMELA a '�" PAMELA PAME�L F
CAMINO REAL AVE RD SANITA ANITA TERR SANITA A�ITA i? RD W >
-- CAMINO REAL AVE w
Ili "TERR cg ¢ o
N W O W O
ce
WINNIE WY
< AMINO I .I > J a z ~
i a
I- co w
NORMAN AVE NORMAN AVE m WINNIE WY Ir. WINN E WI
NORMAN AVE r WINNIE WY W Ci) yyY
°z z
w ' 3W
Q Cl) Q W J
_ CHARnN Rfl SHARON RD > �- w w NO AV
w O ¢ w
LEMON AVE LEMO cD AV z 0 >
_.___-__LEMON AVE_- LEMON AVE 2 ccn >r 0 0
W
..>. < w N =
WISTARIA AVE WISTARIA AVE -----_�WISTARIA AVE
AV
J > -- WISA
'_ LUBEN LN
z LAS FL0f1ES AVE °o J
o J LAS FLORES AVE LAS FLORES AVE
g a _ -�__�_z LAS FLORES AVE
LLI m ( g ¢ w --
S a LONGDEN AVE ARTHUR AVE ARTHUR AVE N ARTHUR AVE
J a p _ W
o m > _ LONGDEN AVE __ ° LONGDEN AVE -y
WALNUT AVE
-� WALNUT AVE WALNUT AVE a a a
> BIRCHCROFT ST 1-- w w it
ARIE DR ROSEMARIE DR _ — < �-" '�' J =
0
-_ ____ - _ D:LTA LN W z co Cl)� z ~
_ PALM DR v PALM t-: a
PALM DR _ ¢ PALM DR — n�Wi - -�- f RODELL J 0
l
La Lu
J u_ z u-a PL RODELL PL a w
LOS ALTOS AVE WARREN WY w LONGLEY LON LEYVyp U 1i1 SHOP CT w Z Q z Q
Q WOODR`FF AVE W WOODRUF AVE> W w it
OODRUFFAVE -1- w� z co T
WOODRUFF AVE WOODRUFF AVE a¢ ¢ zQ
SANDRA DR z h a SAND'•AVE
•S TUNAS I• > I-o
LAS TUNAS DR
_ a LAS TUNAS DR z -' w
— N
> > > U)L1J ihir LIVE OAK AVE 4 �, lYNRO:
2KMAN AVE i o o L LIVE OAK AVE n YNR'S < W ZI
J >. 1 R\ \ J aI
0 5 0 - r N_ ST o m Cl t)ANE pODDRm =`
cra 3 INROSE
OAK AVE LVNR� o o DANBURY SS Q
LYNRDSE ST $ 0 (NRD— 3;• VE m L•*A DR v o S
70 Cl' ST . m E "O m y DOES DR
IIIIIIIIIII o L gOUGE ST BU' ■11111*OR ST m DAINES DR m E LN ¢Lti Z
m c m DANBU: ST DAN GREENTRE
ir
w fY m
li DANES D'm
NppNE v ()LIVE N = n Z
' I, v
LEGEND WILDFLO J •D�
o OBid Locations Z mil z
\---- \ OLIVE m
CITY OF ARCADIA
DATE:2/1/17
•Ctlik• Live Oak Ave. Accessibility
JN
F` Improvements [BY:
HK'D BY:CALE:
N.,,.,„,..,( ° Location Map NOT TO SCALE NO TH
DEVELOPMENT SERVICES DEPT.
ENGINEERING DMSION
it
f Al,
1.
t yam° f
.°< . J : 1IF� ■iP ry 'IC
Y
a
- Tuns t�Y * 4�;;,,�
- 4,4;fr, . fillillib
1
.7
• INS ALL ROC'
BOARDER ,
,...., 1 ,
RELOCA 1
Y L
VAL ' . w# "/- ROTATE EX. TS PULL BOX_---= ''
/444461„, D A D AND ADJUST TO GRADE
—CONSTRUCT:
*_-;< MOD. SPPWC 111-4 Type 1
Case ' ,=6.67'AT 10°/
4,
Ir
pad ±
CITY OF ARCADIA ♦ DATE:2/1/17
LIVE OAK AVE. AT
BY: JN
LAS TUNAS DR. CHK'D BY: NO TH
SCALE DRAWING NO
�
��r�" Location 2
= 20
DEVELOPMENT SERVICES DEPT.
ENGINEERING DIVISION ,
a , ,,,, .
ft
• J i
I .
4
yam_ 7al ,t
• EX. 1APOL ; : . fPI r ;
') A
•
+ �� � .. ,� PPWC°1``1' TOO •I Case
d
f .'• • 1_4" #
:,0_71.0.:(0.
400......._„_„*.....0
.r
1
_.v--- .�. _ a
� " = 1
lit 111 0
•
t 7, - 4' >~
1 ,�
a
._... 'i. . 45. 4. . -s. .. .,,-,-
CITY OF ARCADIA
__ DATE:2/1/17
-- , Live Oak Ave.
BY JN
C" and Myrtus Ave. CHK'D BY
NO TH
�� SCALE: DRAWING NO.
°.,,y:N° Location 3 ,• = 20' 3
DEVELOPMENT SERVICES DEPT.
ENGINEERING DIVISION
{
-- 1 - •
�; max. . it
sr tra. 'rr�
f
f A \
.. a
o
N
._ ,,.......µSys .. j
i
+ .
r
Ili `.. .3 ..k J
■
A
ir"."-- .> Illik.
` +
i !
•6 a�
r
Ave
Oak
' :4
we µ
!STRUCT:
; 1-4 Type 1 Case .* ..7-"LAIIIII":.":%.A. -
it
•
r
_�._ A. `.% s �t 1,N,4: �` .�a i I EX. 13' DRIVE WAY
�}. a8 " _ ' 'DI `:TALL NEW CURB,
''' -► _-- - . ,`i 1 1 I' AND iIDEWALK
CITY OF ARCADIA 1 MI
DATE:2/1/17
41 I 141, V=k H ■ Live Oak Ave. and
BY: J
Greenfield Ave. CHK'D BY NO TH
SCALE: DRAWING NO.
o@°"">°`".s Location 4 1'=20' 4
DEVELOPMENT SERVICES DEPT.
Al ENGINEERING DIVISION
• •
EXHIBIT "B"
SPECIAL CONDITIONS
None
19
24347.00006\9536520.2
Issued in Triplicate Bond No. CE 00224600003
Premium: Included in Performance Bond
EXHIBIT "C"
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the City of Arcadia (hereinafter designated as the "City"), by action taken
has awarded to Martinez Concrete, Inc. hereinafter designated as the "Principal," a Short
Form Construction Contract for the work described as follows: 2017 ADA Improvements
(the "Project"); and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any
materials, provisions, provender, equipment, or other supplies 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 Unemployment Insurance Code or for
any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of said Principal and its
Subcontractors with respect to such work or labor the Surety on this bond will pay for the
same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and Philadelphia Indemnity Insurance Company as Surety,
are held and firmly bound unto the City in the penal sum of He"�'S'�4;���;° Dollars
($ 26,460.00 ) lawful money of the United States of America, for the payment of which
sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay
any of the persons named in Section 9100 et seq. of the Civil Code, fail to pay for any
materials, provisions or other supplies, used in, upon, for or about the performance of
the work contracted to be done, or for any work or labor thereon of any kind, or amounts
due under the Unemployment Insurance Code with respect to work or labor performed
under the contract, or for any amounts required to be deducted, withheld, and paid over
to the Employment Development Department or Franchise Tax Board from the wages of
employees of the contractor and his subcontractors pursuant to Section 18663 of the
Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties
will pay for the same, in an amount not exceeding the sum herein above specified, and
also, in case suit is brought upon this bond, all litigation expenses incurred by the City in
such suit, including reasonable attorneys' fees, court costs, expert witness fees and
investigation expenses.
This bond shall inure to the benefit of any of the persons named in Section 9100 et seq.
of the Civil Code so as to give a right of action to such persons or their assigns in any
suit brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for
performance, addition, alteration or modification in, to, or of any contract, plans,
specifications, or agreement pertaining or relating to any scheme or work of
improvement herein above described, or pertaining or relating to the furnishing of labor,
materials, or equipment therefore, nor by any change or modification of any terms of
payment or extension of the time for any payment pertaining or relating to any scheme
20
24347.00006\9536520.2
or work of improvement herein above described, nor by any rescission or attempted
rescission or attempted rescission of the contract, agreement or bond, nor by any
conditions precedent or subsequent in the bond attempting to limit the right of recovery
of claimants otherwise entitled to recover under any such contract or agreement or
under the bond, nor by any fraud practiced by any person other than the claimant
seeking to recover on the bond and that this bond be construed most strongly against
the Surety and in favor of all persons for whose benefit such bond is given, and under no
circumstances shall Surety be released from liability to those for whose benefit such
bond has been given, by reason of any breach of contract between the owner or City
and original contractor or on the part of any obligee named in such bond, but the sole
conditions of recovery shall be that claimant is a person described in Section 9100 et
seq. of the Civil Code, and has not been paid the full amount of his claim and that Surety
does hereby waive notice of any such change, extension of time, addition, alteration or
modification herein mentioned.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which
shall for all purposes be deemed unoriginal thereof, have been duly executed by the
Principal and Surety above named, on the stn day of February
2017 the name and corporate seal of each corporate party being hereto affixed and
these presents duly signed b its undersigned representative pursuant to authority of its
governing body.
(Corporate Seal of Principal, Martinez Concrete, Inc.
if corporation) Principal (Property Name of
Con . r)
By ■ •
(Signature of Contractor)
(Sea of Surety) Philadelphia Indemnity Insurance Company
Surety
ByC------_--
Lourdes%ands Attorney in Fact
(Attached Attorney-In-Fact
Certificate and Required
Acknowledgements)
*Note: Appropriate Notarial Acknowledgments of Execution by Contractor and surety
and a power of Attorney MUST BE ATTACHED.
21
24347.00006\953 6520.2
134
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Lourdes Lands,Mark Rosskopf and Lisa Saumur of BB&T
Insurance Services of California,Inc.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other
contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed
S25,000,000.00.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1"day of July,2011.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company to: (1)Appoint Attomey(s)in Fact and authorize the Attomey(s)in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with the respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10r"DAY OF JUNE 2013.
.,�",yy,irl t. ,
1927i; Y1
11 ' ,,IN--t•----.4--A-9--C--)d
\?;".-:
y ' .... ''jar,•'
.....
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 106 day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he
is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the
Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed.
COMMONWEALTM OF PENNSYLVANIA
Noon Seal
K i 1y A.Kessiesla,Notary Pubic Ifl•
Weer Plena'Twp!.6latgaiYi7 C Ofl Y
My Corneqst:ion Eames Dec.18,2016 ' /-
Na+em 11606,1/AKU ASwaAna OF rarrAIES Notary Public:
residing at: Bala Cynwyd,PA
(Notary Seal)
My commission expires: December 18.2016
I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of
Directors and this Power of Attorney issued pursuant thereto on this 10"'day of June 2013 true and correct and are still in full force and effect.I do further certify that
Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of
PHILADELPHIA INDEMNITY INSURANCE COMPANY, n /�
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this S‘14-\ day of'f. b"U( r l , 0 1
,Y µ a
'" 11t 7 Y ' ,,•
" 1 9274 `m1 _
a '-.44 - ,r*i ,,,if Edward Sayago,Corporate Secretary
at. ..... yc9- PHILADELPHIA INDEMNITY INSURANCE COMPANY
.", M.,...•",,d
OACI(NOWLV.U(-1IE\TACKIN OWLEU4NIE\TACJ CNOWLEU(.NIE.;'TACKNOWLUMMIENT ACK.NOWLEDOMEI'T ACKNOWLEDGMENT AcKNO WLkU(-NENTAC KNOWI.EU(.MENT.\CKNOWI.LU(.MLN'
California All-Purpose Certificate of Acknowledgment .
s A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
r State of California
County of
Orange S.S. s,
d
a
On 02/08/2017 before me, Lisa Saumur,Notary Public
3
o personally appeared Lourdes Landa
5
1
t who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
1 is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
r. the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the .
o
instrument.
I certify under PENALTY OF PERJURY under the laws
r of the State of California that the foregoing paragraph is _
true and correct. i `,,v�'1:%:,` LISA MARIE SAUMUR
�'�; ; COMM. #2146523 z .
o " wt's.�� Notary Public-California o
WIT -SS m hand an• •"is - seal. z ' ��s�,/K f Orange County
Aradr_ NYI(I,l,(. Comm.GAIIrW Mar.17,2020
.
1 Lure of No A
OPTIONAL INFORMATION
Although the information in t ection is ed by I,: could prevent fraudulent removal and reattachment of
this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document.
9 Description of Attached Document Additio2 mf.-. u.' r e
The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification 0
t document titled/for the purpose of Proved to me on the basis of satisfactory evidence: i
x form(s)of identification credible witness(es)
f
containing pages, and dated Notarial event is detailed in notary journal on:
The signer(s)ca act or authority is/are as: Page# Entry#
capacity tY
Individual(s) Notary contact: :
T ❑ Attorney-in-fact
1 E Corporate Officer(s) Other
Additional Signer ❑ Signer(s)Thumbprints(s)
L
• -- Guardian/Conservator
Partner-Limited/General
Trustee(s)
I.
F
Other:
1 representing:
6c0 Y.V r.•vi II M JZg11 a.I[CII:wsro LIIOIIZ".I.o.•N.VA'YIIJI170..SIp.ATM:A Il'(111,4..,.V........11MIT.11.011VIM'•,•]:yR tl.'eL#1llf LS''C AXJ_11ii V.1!?!:1111.IYY!1:7•1..l.?Iy1fIZY:SYYIN!...1.MtONNI
J can purchase copies of this form from our web site at www.TheNotarysStore.com
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles } SS.
On February 13, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Robert Martinez
who proved to me on the basis of satisfactory evidence to be the person(%whose name( is/(xsubscribed
to the within instrument and acknowledged to me that he/ )XV (j executed the same in his/X D au-
thorized capacity(( and that by histl5X XXr signature Con the instrument the person(X), or the entity
upon behalf of which the person(i5 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WITNE S my hand an. offici I seal.
15°'"`rti, PAMELA JO HUNT CORTEZ dL"���� LCS' 1 , % 7/( �'�l
• COMM.# 2095689 J
N Y - rn o NOTARY PUBLIC-CALIFORNIA N Signature of IV'ary
4 LDS ANGELES COUNTY V
�� MY COMM.EXP.JAM,29120191-
9,2019"'
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Payment Bond #of Pages:
Notes
City of Arcadia: 2016-2017 ADA Improvements
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977
Issued in Triplicate Bond No. CE 00224600003
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Arcadia (hereinafter referred to as "City") has
awarded to Martinez Concrete, Inc., (hereinafter referred to as the "Contractor") a Short
Form Construction Contract for 2017 ADA Improvements (hereinafter referred to as the
"Project").
WHEREAS, the work to be performed by the Contractor is more particularly set
forth in the Contract Documents for the Project dated g(vat,, 20 , (hereinafter
referred to as "Contract Documents"), the terms and conditions' 1 of which are expressly
incorporated herein by reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform
the terms thereof and to furnish a bond for the faithful performance of said Contract
Documents.
NOW, THEREFORE, we, Martinez Concrete, Inc. , the undersigned Contractor and
Philadelphia Indemnity Insurance Company as Surety, a corporation
organized and duly authorized to transact business under the laws of the State of
California, are held and firmly bound unto the City in the sum of
Twenty Six Thousand Four Hundred Sixty and 00/100 DOLLARS, ($26,460.00 ), said sum being not
less than one hundred percent (100%) of the total amount of the Contract, for which
amount 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 Contractor, his or
its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, conditions and
agreements in the Contract Documents and any alteration thereof made as therein
provided, on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their intent and meaning; and shall faithfully
fulfill all obligations including the one-year guarantee of all materials and workmanship;
and shall indemnify and save harmless the City, its officers and agents, as stipulated in
said Contract Documents, then this obligation shall become null and void; otherwise it
shall be and remain in full force and effect.
As a condition precedent to the satisfactory completion of the Contract
Documents, unless otherwise provided for in the Contract Documents, the above
obligation shall hold good for a period of one (1)year after the acceptance of the work by
City, during which time if Contractor shall fail to make full, complete, and satisfactory
repair and replacements and totally protect the City from loss or damage resulting from
or caused by defective materials or faulty workmanship, Surety shall undertake and
faithfully fulfill all such obligations. The obligations of Surety hereunder shall continue so
long as any obligation of Contractor remains. Nothing herein shall limit the City's rights
or the Contractor or Surety's obligations under the Contract, law or equity, including, but
not limited to, California Code of Civil Procedure section 337.15.
24347.00006\9536520.2 22
Whenever Contractor shall be, and is declared by the City to be, in default under
the Contract Documents, the Surety shall remedy the default pursuant to the Contract
Documents, or shall promptly, at the City's option:
(1) Take over and complete the Project in accordance with all terms and conditions
in the Contract Documents; or
(2) Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the lowest
responsive and responsible bidder, arrange for a Contract between such bidder, the
Surety and the City, and make available as work progresses sufficient funds to pay the
cost of completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term "balance of the contract
price" as used in this paragraph shall mean the total amount payable to Contractor by
the City under the Contract and any modification thereto, less any amount previously
paid by the City to the Contractor and any other set offs pursuant to the Contract
Documents.
(3) Permit the City to complete the Project in any manner consistent with local,
California and federal law and make available as work progresses sufficient funds to pay
the cost of completion of the Project, less the balance of the contract price, including
other costs and damages for which Surety may be liable. The term "balance of the
contract price" as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any amount
previously paid by the City to the Contractor and any other set offs pursuant to the
Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor
which may be proposed by Surety in fulfillment of its obligations in the event of default by
the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety
accept a bid from Contractor for completion of the Project if the City, when declaring the
Contractor in default, notifies Surety of the City's objection to Contractor's further
participation in the completion of the Project.
The Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the Contract Documents or to the
Project to be performed thereunder shall in any way affect its obligations on this bond,
and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Contract Documents or to the Project, including but not
limited to the provisions of sections 2819 and 2845 of the California Civil Code.
24347.00006\9536520.2 23
IN WITNESS WHEREOF, we have hereunto set our hands and seals this 8th day of
February , 2017.
Martinez Concrete, Inc.
C! ` ' • CTOR/PRINCIPAL
Name
By: Philadelphia Indemnity Insurance Company
SURETY:
By: --- —
Atto ey-In-Fact -Lourdes Landa
The rate of premium on this bond is $25.00 per thousand. The total amount of
premium charges, $ 662.00
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety)
Philadelphia Indemnity Insurance Company
4050 Crums Mill Rd., Suite 201
Harrisburg, PA 17112
(Name and Address of Agent or Representative for service of process in California, if
different from above)
Same as Above
(Telephone number of Surety and Agent or Representative for service of process in
California
(717)540-2843
Note: Appropriate Notarial Acknowledgments of Execution by Contractor and surety
and a power of Attorney MUST BE ATTACHED.
24347.00006\9536520.2 24
139
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Lourdes Landa,Mark Rosskopf and Lisa Saumur of BB&T
Insurance Services of California,Inc.,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other
contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed
$25,000,000.00.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1°day of July,2011.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company to: (1)Appoint Attomey(s)in Fact and authorize the Attomey(s)in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with the respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND
ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10TH DAY OF JUNE 2013.
o'o`• . ,hen°•.
q':
1927
s • ... CC). b-4-••••••-"A-9-C:id
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 101 day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he
is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the
Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed.
CJMMONWEAl111 OF PENNSYLVANIA
Naanr seal
Ki r eiy A KessF id.Notary Public 4111111t.•
Lower Merlon Top.'. 5y CowtY
My Cpn,bI 7on Ery2s Dec.16,2016 4W
Mea91 Mwsrtvooa a560aATCIl OF NOTNms Notary Public:
residing at: Bala Cynwyd.PA
(Notary Seal)
My commission expires: December 18.2016
I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of
Directors and this Power of Attorney issued pursuant thereto on this 10TH day of June 2013 true and correct and are still in full force and effect.I do further certify that
Robert D.O'I eary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of
PHILADELPHIA INDEMNITY INSURANCE COMPANY, /� ,l
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this C day of brua U n
60llT r
F}° 192 7 = m
2 p q. .. ,ir` ry Edward Sayago,Corporate Secretary
•'• "l: ' c. PHILADELPHIA INDEMNITY INSURANCE COMPANY
•'iy a `.... .
� >.H•6F
WM.K,•101.7.1,1•G ENT At KNc,H'LEI)(:ME:.N'TAtKN'VN'IEDOMUNT ACKNOWLEDGMENT ACKN'OWLEDI•ME.YT ACKN'UWLEU(•Ott:\'T A('EiNOWLED(•1•MENTA('KNOSi LEI)(;MES"T(('K.\'()M'I.ED(.M17NT_
E .
California All-Purpose Certificate of Acknowledgment •
s ' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document.
r
State of California
S.S. s
County of Orange A
J 0
On 02/08/2017 before me, Lisa Saumur,Notary Public
r. 1
personally appeared Lourdes Landa
s Name of Signer(1)
vanie ul S■gr,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
r is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct. LISA MARIE SAUMUR
_ r °'- COMM. #2146523 z
WITNF�,SS my hand and official seal. o ::.:'a..-:'.7.3.,'',.=....!� Notary Public- California o
x / z' ' Oran a Coun
/ Comm.y 1
/I► •.,,.,.( Mx comm.Expires Mar. 17,2020
P•i _
ignature• •ary Public
} OPTIONAL INFORMATION
Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of
this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document.
5
Description of Attached Documen ,• 's�rla information
The preceding Certificate of Acknowledgment is attached to a rp-
thod of Signer Identification
document titled/for the purpose of ved to me on the basis of satisfactory evidence: 1
a
7
form(s)of identification credible witness(es) 11
containing pages, and dated otarial event is detailed in notary journal on:
1
Page# Entry#
The signer(s)capacity or authority is/are as:
Individual(s) otary contact:
Attorney-in-fact
w C Corporate Officer(s) er __
F Additional Signer Signer(s)Thumbprints(s) 1
r.
s C Guardi an/Conservator
C Partner-Limited/General
C Trustee(s)
r- Other:
e
representing: a
s
i-2015 Notary Learning Center-All Rights Reservea You can purchase copies of this form from our web site at rrr.�r, tiieNntarys5wl e.co:r.
California Acknowledgment Form
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness,accuracy,or validity of that document.
State of California
County of Los Angeles } sS•
On February 13, 2017 before me, Pamela Jo Hunt Cortez
(here insert name and title of the officer)
personally appeared Robert Martinez
who proved to me on the basis of satisfactory evidence to be the person(%whose name( is/xxsubscribed
to the within instrument and acknowledged to me that heI i XVj executed the same in his/K l r au-
thorized capacity WA and that by histtiCIKEI4r signature Con the instrument the person(, or the entity
upon behalf of which the person(45 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Seal WITNESS my hand a d official seal.
ti. PAMELA JO NUNT CORTEZ [ /22figl 'COMM.# 2095689 y NOTARY 1UQLIC•CALIFORNIA N Signature of/Notary
y: ANOELE9 AN,COUNTY ..—
MY Corti.Los Exv,J 29,2019
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below.
***This is not required under California State notary public law.***
Document Title: Performance Bond # of Pages:
Notes
City of Arcadia: 2016-2017 ADA Improvements
©2014 Golden State Notary,Inc. www.Notary.net (888)263-1977