HomeMy Public PortalAboutCentral Recreation Center ExpansionCITE OF SAN, MATEO
STATE•OF CALIFORNIA
NTRACT BOOK
CENTRAL
RECREATION CENTER
EXPANSION
TO BE USED IN CONJUNCTION WITH
APWA AGC
STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
PROJECT NO. 95-3000
DATE NOV 198Q
PUBLIC WORKS DEPARTMENT
330-W.20th AVENUE.
SAN MATEO, CALIF.
TELEPHONE (415) 574-6790
ADDENDUM NO. 1 - DATED DECEMBER 18, 1980
TO PLANS AND SPECIFICATIONS
FOR
ADDITIONS AND REMODELING
TO
CENTRAL RECREATION CENTER
CENTRAL PARK, SAN MATEO, CA.
The following requirements of bidding, clarifications and changes
to drawings and specifications are to be incorporated into the
contract documents and prices submitted in the Form of Proposal
shall include all necessary adjustments required by this Addendum:
1. SECTION 1 - GENERAL REQUIREMENTS AND DEMOLITION
Detail H/A6 - Note which reads.,'Where existing wall or window
is removed saw cut edge of existing slab,,burn off M.B.s and
pour with new slab to match existing' is to be revised to
read as follows:
"Where existing wall or window is removed, chip concrete
around all machine -bolts, anchor straps and electrical
conduit, burn off all bolts, straps and' -conduit (after
removal of wiring) to a level below topiof existing
concrete slab and patch with, epoxy grout recommended for
thepurpose by the manufacturer of the product. Finish
t� be smooth and acceptable to the resilient tile floor-
ing subcontractor".
2. SECTION 3 - CONCRETE AND CEMENT FINISHING
Foundation Plan 1/A6 - At locations D1 and B11, revise
wording in note regarding installation of two #5 dowels
into existing footing as follows:
In fourth line, in lieu of 'Drill 1/2" diam. X 11" long
hole into existing footing' ead "Drill one inch (1")
diam. X 11" long hole into existing footing".
3. SECTION 6A - ROUGH CARPENTRY
a. Sheet A5,Roof Framing Plan 1/A5 - Method of staggering'
plywood roof sheathing is shown incorrectly. Staggering
of plywood roof sheathing is to be aslshown on diagram
entitled 'Typical Plywood Diaphragms' on Sheet 5.1.
CRC -2
ADDENDUM
b. Sheet S.1 - Plywood Diaphragm Notes -(Paragraph 2, end of
line 1 and beginning of line 2 --in lieu of 'Perpendicular
to decking direction', read "Perpendicular to direction of
2 X 6 roof joists".
4. SECTION 7B - BUILT-UP ROOFING
a. Sheet A3,Cross-Section 4/A3 - In note above Roof between grid
lines E and F --in lieu of 'Existing framing and decking to
remain. Remove and replace roofing --see roof plan', read
"Existing framing and decking to remain --see roof plan
1A/A7 for extent of new roofing".
b. Specifications
1) Paragraph 2a. Built-up Roofing - Add the following
sentence:
"Comply with Specification No. 800 by installing one
ply of Rosin -sized Sheathing Paper under the 40 lb.
Base Felt wherever roofing is being installed directly
over 2 X 6 T. & G. decking".
'.2) Paragraph 2b. Materials Line 2 - Add the words "Gravel
to be" so that sentence reads "Gravel to be commercial
grade. washed 1/4" to 1/2" size". i.
5. SECTION 8A - ALUMINUM WINDOWS AND SCREENS,
Specifications paragraph 2b, second line --In lieu of "Roller
Queen' Series 1200' read "'Roller Queen' Series 1200A".
6. SECTION 15A - PLUMBING
Sheet A4, Elevation 15/A4 - Change note regarding mounting of
lavatory basins to read as follows:
"Mount lavatory basins so that, except for the projection of
bowls and waste piping, a clear unobstructed space 26"" wide,
27" high and 12" deep is provided under each lavatory basin.
Insulate hot water and waste pipes".
7. SECTION 12 - CARPET
Specifications paragraph 3d - Extent of new carpet to be
installed in Existing Lobby (Room #13) is clarified in
attached drawing A2a. Contractor is to check the existing,,
conditions and extent in the field before submitting a bid.
CRC -2 ADDENDUM #1
poi 9 1 lOael-
-qr l3d MMtN d 1itsribca
'1 -0 w►i4ve_ .
N/'1'j2C-nWaJ cpi-w G CJ 0*d —
r Noll- �1 erv2ilrlg
Manager
Attorney
clerk
ROUTE TO Admin. Services (J.deR.)
FROM: Bruce lOr;
(Person Opening Bids)
RE: BID RESULTS INFORMATION
o Project Title
Date •of Opening 2�2c/€o
Time: 2: to PM
CPmtri Rerrc lc,n Cer4er t'Dk'( arSit�n
O Department Coordinating Pultr- Wept -►cc - (Person) ST
• City Estimated Cost
• Funding Source 23-9 -30.
BIDDERS/ADDRESS
BASE BID
ALTERNATES
TOTAL BID
%�
Lelo,rd AYlb A
re�i+v��`pc Cas"_n
'3 41-5
c Grcor_ 4v e_
b) Biaail`c e
IYe3tf o:.+�ons
SSb_O
Mem,io
f arL
C/ 94025
c) Gums-Fr.xci
ion O.(ccntotic:.
2` 4 ZO.O
Hcnnry
( 1 C.Anrr
CI
15/ OO C`
K;3 R 000Pl
�,�,n M iczfo
.u.._ 941-103
(NOTE: FOR COMPLEX BIDS USE REVERSE SIDE)
Follow-up Responsibilities:
A) Recommendation of Award Memo
B) Affirmative Action
Name/Department
C) Resolution (Rejection Only)
D) Contract/Bonds/Insurance
E) Purchase. Order
0
0
2/17/78
VC s(Dr2c.4IVc C31-)S(i+c-^n-fS W I(( �e SCrefernect aAnc4
Se�. e of ra ( of en a+ e-- , C I s 04 i rel7 Marc 6 J 1981c)
CONTRACT DOCUMENTS
INCLUDING
SPECIFICATIONS
FOR
ADDITIONS AND REMODELING
TO
CENTRAL RECREATION CENTER
FOR THE
CITY OF SAN MATEO
AT
CENTRAL PARK
SAN MATEO, CALIFORNIA
Prepared by:
LEONARD MICHAELS - AIA - ARCHITECT
1015 E. Hillsdale Blvd.
Foster City, California
NOVEMBER, 1980
INDEX OF CONTRACT DOCUMENTS
P
s
Division Title
Z NOTICE INVITING SEALED PROPOSALS
II SCHEDULE OF DRAWINGS
III GENERAL CONDITIONS
IV SPECIAL CONDITIONS
V SPECIFICATIONS - Consisting of the following:
Section Title
1 GENERAL REQUIREMENTS AND DEMOLITION
2 CLEARING AND EARTHWORK
3 CONCRETE AND CEMENT FINISHING
5 MISCELLANEOUS IRON
6A ROUGH CARPENTRY
6B FINISH CARPENTRY AND MILLWORK
6C GLUE -LAMINATED WOOD
7A SHEET METAL WORK
7B BUILT-UP ROOFING
7C INSULATION
8A ALUMINUM WINDOWS AND SCREENS
8B GLASS AND GLAZING
8C FINISH HARDWARE
9A LATH AND PLASTER
110 9B GYPSUM WALLBOARD
9C ACOUSTICAL TREATMENT
9D RESILIENT FLOORING AND BASE
9E PAINTING
10A FOLDING PARTITION
® 10B METAL PARTITIONS
10C MISCELLANEOUS SPECIALTY ITEMS
12 CARPET
15A PLUMBING
® 15B HEATING AND VENTILATING
16- ELECTRICAL WORK
CRC 2
INDEX OF CONTRACT DOCUMENTS 1
111
r
O
S
Division
VI
VII
VIII
IX
X
Title
PROPOSAL
BID BOND*
AGREEMENT**
PERFORMANCE BOND*
LABOR AND MATERIAL BOND*
* Bond to be executed on forms furnished by Corporate Sureties
** Standard Form of Agreement of City of San Mateo.
CRC 2
INDEX OF CONTRACT DOCUMENTS 2
S
p
i
NOTICE INVITING SEALED PROPOSALS:
CENTRAL RECREATION CENTER EXPANSION (CDBG)
CITY OF SAN MATEO, CALIFORNIA
1. Sealed bids will be received by the City Council of the City of San Mateo,
California, for the construction of:
ADDITIONS AND REMODELING TO CENTRAL RECREATION CENTER, AT CENTRAL PARK,
SAN MATEO, CALIFORNIA.
Each bid must conform to this invitation, the plans and specifications and all
other documents comprising the pertinent contract documents.
2. Copies of the plans, specifications and proposal forms are available at the
Public Works Department, City Hall, 330 West 20th Avenue, San Mateo,
California. A non-refundable fee of $20 per set is required.
3. All bids shall be accompanied by a bid bond, cashier's check, or certified
check made payable to the City of San Mateo in an amount not -less -than ten
percent (10%) of the aggregate amount of the bid.
4. The Contractor is notified that he shall comply with the requirements for
Affirmative Action as set forth in the General Conditions - Section 10.
5. The time of completion for this contract shall be one hundred and fifty
(150) calendar days from the date of contract.
6. The right is reserved, as the interest of the City may require, to reject
any or all bids, to waive any informality in bids, and to accept or reject any
items of the bid.
7. The general prevailing rate of wages applicable to the work to be done is
as shown on the Federal Area Wage Determination, Decision #CA 80-5110
(including all modifications) on file in the office of the City Clerk. The
Contractor is required to post a copy of the wage determination at the job
site.
8. Said sealed proposals shall be delivered to the City Clerk, City Hall,
330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m.,
December 23, 1980, and they shall be opened and read by the City Manager at
said date and time at a public meeting called by him.
9. Said City Manager shall report the
Council at a later date, at which time
to the lowest responsible bidder as so
dictate, City Council may exercise its
any or all bids.
results of the bidding to the City
the City Council may award the contract
reported; or as the City's interest may
right to modify the award or to reject
10. The City reserves the right to retain the Contractor's ten
retention for a period of thirty-five (35) calendar days beyond
the Notice of Completion with the County.
Dated: November 1980
percent
the filing of
/s/
JOHN J. MURRAY, JR.
MAYOR
Yf-41
II SCHEDULE OF DRAWINGS
•
•
•
•
•
p
•
•
Al SITE PLAN, DETAILS & INDEX
A2 FLOOR PLAN
A3 EXTERIOR ELEVATIONS & SECTIONS
A4 INTERIOR ELEVATIONS
A5 REFLECTED CEILING PLAN, ROOF FRAMING PLAN & DETAILS
A6 FOUNDATION & DECK FRAMING PLANS & DETAILS
A7 ROOF PLAN & DETAILS
A8 ROOM FINISH, DOOR & WINDOW SCHEDULE & DETAILS
A9 EXTERIOR DECK,STAIRS, MISCELANEOUS DETAILS
S1 GENERAL STRUCTURAL NOTES & DETAILS
M1 HEATING & VENTILATING PLANS & DETAILS
El ELECTRICAL PLAN
• CRC -2 SCHEDULE OF DRAWINGS 1
OFFICE OF THE MAYOR
•
•
TO CONTRACTORS AND SUBCONTRACTORS
330 WEST TWENTIETH AVENUE
SAN MATEO. CALIFORNIA 94403
TELEPHONE: (4151 574.6765
Thank you: for your interest in bidding on this City of San Mateo project
which is funded through the Community Development Block Grant program
• from the Department of Housing and Urban Development.
There are two requirements for participation in this program I would
like to highlight:
1) That to the greatest extent feasible, employment and training
• opportunities for work connected with this project be given to lower -
income residents of the City of San Mateo; and,
2) That, to the greatest extent feasible, work connected with this project
be awarded to businesses located in the City of San Mateo or owned in .
substantial part by a resident of the City of San Mateo.
While these requirements will not impede the competitive bidding process
on this project, we must take them into account in awarding contracts.
We ask your active cooperation in seeking out local residents to fill
regular or trainee vacancies you may have as well as encouraging local
businessmen to bid a portion of the work.
The Public Works staff will be happy to provide you with further information
and assistance on these requirements.
•
•
Sincerely,
•
4' t :
�_IL ---an 111 L
it
4111
finial!
I. 1. �� —Lr' .i IlR I K
: ' niffr tl
p 8
Omar 1 _ I 1 ' IJ ! #'711154".(1 Csc'_ - i ' ! i IA.
I{- C c t. It I I.
r _
litifhIll WI < 3aOH$A
-:;r" r-,nrt,.i .5+:rav v'-naw--r^r= 'ryr�-•-"—'
g i it Thl
�,IU 1 r r 1 1' , r rte_ jr 1. —�in- I I_ .. I �. _ M
�,I • c' # ii �M•
\\ 'g, li '' 'L '
I I 1
.
r
rggeriaCe rT
1 .
n... t•
II I
' '
•
a.ui!
I. at
` i' if 111 I. -YQL;! ey 4LC 7
Fa+wr. ,•
- -
,..--g � Ju. .+L±1
I _._II.J.!-4. r L[
l'
S
T�11 4 J ro
11 R' rr
I r,1 La � 'i )/
j .-,� r�
m fl e, rsu,e, 'tip/ '
r"f Ir 4 Y
I I , II 1
I 1 .
J I I r — Eo
�rLIr•.�a�r�..:r�yyewd' y_ —`
M F --'mod i;\ •��(�� iL i1_.1q_ FI. �I
1I !a e '1102
"l _. _ l C Ja
' ...I F i I I s I. 1 . . _ I 'r —n' ?t
r_.
f Ir - Ll
, .na> r 1 II1 I �euar
Ft i 11
'3 1I i 4 I Ji M
N ill" 'Sid? a
I 1 III I I C, 1
t paw,u.�rl�fll---1 I .I _ ... I s ..�ern�_ I '
•
•
if I' ' i‘lk
! i; it It =e G5
I
6a •
-10
0
EC
4
ft
J
ft
Z
w
III GENERAL CONDITIONS
GENERAL CONDITIONS
SECTION 1
DEFINITIONS AND TERMS
Whenever in these specifications,. or in any documents or instruments
where these specifications govern, the following terms or promouns
in place of them are used, the intent and meaning shall be inter-
• preted as follows:
CITY:
The City of San Mateo, A Charter City, located in San Mateo County,
California; also sometimes referred to as the "CITY".
•
•
•
•
OWNER:
The City of San Mateo.
COUNCIL:
The City Council of the City.
MANAGER:
The City Manager of the City.
ARCHITECT:
Shall mean Leonard Michaels, AIL, Architect or his duly authorized
agent.
ADVERTISEMENT:
The published notice inviting sealed proposals for the construction
of the project.
BIDDER:
Any individual, firm, co -partnership, or corporation submitting a
proposal for the work contemplated, acting either directly or
through properly authorized agents.
CONTRACTOR:
Shall mean the Bidder that is awarded the contract for the work.
PROPOSAL FORM:
The approved form on which the Architect requires formal bids be
• prepared and submitted fqr the work.
PROPOSAL:
The offer of the bidder for the work when made out and submitted on
the prescribed proposal form, properly signed and guaranteed.
•
GENERAL CONDITIONS 1-1
CONTRACT:
The written agreement covering the performance of the work and the
furnishing of labor and materials in the construction of the work.
The contract shall include the notice to contractors, the proposal,
• •plans, specifications, special provisions and contract bonds; also
any and all supplemental agreements amending or extending the work
contemplated and which may be required to complete the work in a
substantial and acceptable manner.
•
PLANS:
The official plans, profiles, typical cross -sections, general cross-
section, working drawings and supplemental drawings, or exact repro-
duction thereof approved by the Architect, which show the location,
character, dimensions and details of the work to be done, and which
• are to be considered as a part of the contract supplementary to
these specifications.
SPECIFICATIONS:
The directions, provisions, and requirements contained herein as
supplemented by such special provisions as may be necessary, per-
taining to the method and manner of performing the work or to the
quantities and qualities of materials to be furnished under the con-
tract. The special provisions are specific clauses setting forth
conditions or requirements peculiar to the project under consider-
ation and covering work or materials involved in the proposal and
• estimate but not satisfactorily covered by these specifications.
Supplemental agreements are written agreements executed by the Con-
tractor and Architect, covering alterations, amendments or exten-
sions of the contract, as hereinafter provided.
DATE OF ACCEPTANCE:
• The date on which the Council authorizes the issuance of a certifi-
cate of satisfactory completion and acceptance.
DEFINITION OF WORDS:
Wherever, in these specifications, the words directed, required,
• permitted, ordered, designated, or words of like i p rt are used,
they shall be understood to mean the direction, requirement, permis-
sion, order or designation of the Architect. Similarly, the words
approved, acceetabble, satisfactory, shall mean approved by, accept-
able to, or sat iisffacctory to the Architect.
• The words shown, indicated, noted, called for shall mean indicated,
noted, called for on the drawings for the work referred to.
The word equal shall mean or equal in the opinion of or approval in
writing by the Architect as hereinafter provided.
THE WORK:
All the work specified in the special conditions,proposal or con-
tract, or indicated on the plans as the contemplated improvement
covered by the contract.
•
•
GENERAL CONDITIONS 1-2
SECTION 2
PROPOSAL REQUIREMENTS AND CONDITIONS
CONTENTS OF PROPOSAL FORMS
Prospective bidders will be furnished with proposal forms which
• will state the location and description of the contemplated con-
struction with a schedule of items for which lump sum and/or unit
prices are asked; also instructions in regard to list of subcon-
tractors and a statement form.
EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL CONDITIONS AND SITE
•
7OIt2i
The bidder shall examine carefully the site of the work contem-
plated and the proposal, plans, specifications and contract forms
therefor. It will be assumed that the bidder has investigated and
is satisfied as to the conditions to be encountered,as to the char-
• acter, quality and quantities of work to be performed and materials
to be furnished, and as to the requirements of these specifica-
tions.
Specific data required in regard to Public Utility Companies' pipes,
conduits and structures shall be obtained by the contractor from
said Public Utility Companies. In case there should be any rub-
•
bish, stumps, trees, brush or other incumbrances on the line of
work not covered by separate heading, they shall be removed by. the
Contractor at his own expense.
The Contractor shall accept the site as he finds it and proceed
with the work under the contract. The Contractor shall stake out
AI all work from data furnished on the drawings and shall establish
all necessary bench marks, lines and levels.
PROPOSAL FORMS
All proposals shall be made upon forms to be obtained from the
City. All items shown on Schedule of Bid Items shall be pro-
perly filled in and each sheet signed and shall include all costs
of labor, materials, equipment, State, Federal or other taxes ap-
plicable to the transaction. The completed forms shall be without
interlineations, erasures or alterations of any nature. If the
proposal is made by an individual, his name and post office ad-
• dress must be shown. If the proposal is made by a partnership,
the name and address of each member of the firm or partnership
must be shown; or if made by a corporation, the proposal shall show
the name of the State under the laws of which the corporation was
chartered and the names, titles and business addresses of the pres-
ident, secretary and treasurer of said corporation. Bidder shall
sign each page of bid form in the space provided for bidder's sig-
nature.
i
GENERAL CONDITIONS 2-1
PRESENTING AND MARKING' PROPOSAL
Proposal must be presented to the City Manager under sealed cover
and plainly marked on the outside,.
Proposal for Additions & Remodeling to Central. Recreation Center, .
City of San Mateo, California.
BIDDER'S GUARANTY
• Proposal shall be presented under sealed cover and shall be accom-
panied by a cashier's or certified check or bidder's bond made
payable to the City of San Mateo, for an amount equal to at least
ten percent (10%) of the aggregate amount of said bid, and no bid
shall. be considered unless such cashier's or certified check, or
bidder's bond is enclosed therewith.
•
WITHDRAWAL OF PROPOSALS
Any proposal or bid may be withdrawn by the bidder prior to, but
not after, the time fixed for the opening of bids, provided that a
written request, executed by the bidder or his duly authorized re-
• presentative, be filed with the City 'Manager, requesting the with-
drawal of such bid. The withdrawal of a bid shall not prejudice
the right of the bidder to' file a new bid.
PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place
indicated in the notice to contractors. Bidders or their author-
ized agents are invited tobe present.
REJECTION OF PROPOSALS AND DISQUALIFICATION OF BIDDERS
• Proposals may be rejected if they show any alterations'of the form.
additions not called for, conditional bids, incomplete bids,erasurc
or irregularities of. any kind. Any statement of qualification in
proposal form, or attached there to or included therewith, serving
to qualify proposal, or containing conflicting statements, or
otherwise rendering proposal ambiguous or uncertain, will dis-
f qualify the bid. More than one proposal from an individual, firm,
partnership, corporation or association under the same or different
Fames, will not be considered, Reasonable ground for believing
that any bidder is interested in more than'one proposal for the
work contemplated, will cause the rejection of all proposals in
which the bidder in interested. The City reserves the right tore-
* ject any and all proposals.
RETURN OF PROPOSAL GUARANTIES
Within ten (10) days after the award of the contract, the City
Clerk will return the proposal guaranties accompanying ouch of the
proposals which are not to be considered in making the award. All
other proposal guaranies will be held until the contract has been
finally executed, after which they will be returned to the respec-
tive bidders whose proposals they accompany,
•
GENERAL CONDITIONS 2-2
OOt1PETENCY OF BIDDER
Each bidder will be required to furnish satisfactory evidence that
he has sufficient means, plant, equipment and experience to enable
him to undertake and successfully complete the work herein contem-
plated.
•
•
•
•
•
•
GENERAL CONDITIONS 2-3
SECTION 3
AWARD AND EXECUTION OF CONTRACT
AWARD
The award of the contract, if it be awarded, will be to the lowest
responsible bidder whose proposal complies with all the requirements
prescribed, provided his bid is reasonable, and it is to the interest
of the City to accept it. The award, if made, will be made at a
• later regular Council meeting next subsequent to the opening of the
proposals.;
cnCUTION OF CONTRACT
The contract, in form and contents satisfactory to the City, shall
• be executed by the successful bidder and returned, together with the
contract bonds and compensation and public liability insurance policies
or certificates, within ten (10) days, not including Sundays and legal
holidays, after the award of the contract. The contract provides that
the complete contract consists of the following documents: the Contract,
the Notice Inviting Sealed Proposals, the Accepted Bid, the General
qp Conditions, the Special Conditions, the Complete Plans, Profile and
Detailed Drawings and Specifications, the Faithful Performance Bond
and the Labor and Material Bond. The contract further provides that in
the event of any failure or discrepancy between any portion of the con-
tract and any portion of the other contract documents, the contract shall
prevail. No proposal shall be considered binding upon the City until
IP the execution of the contract. Failure to execute the contract and file
acceptable bonds, policies, or certificates as provided herein, within
such ten (10) day period, shall be just cause for the annulment of the
award, and forfeit of proposal guaranty to the City as liquidated
damages.
REPAIRS AND REPLACEMENTS
Contractor shall replace, or have replaced, or repair, or have repaired,
as the case may be, all pipes and monuments shown on the plans and which
have been destroyed or damaged, and Contractorshall replace, or have
replaced, repair or have:repaired, as the case may be, or pay to the
r owner, the entire cost or replacement or repairs, of any and all
property damaged or destroyed by reason of any work done hereunder,
whether such property be:owned by the United States or any agency
thereof, or the State of California, or any agency or political sub-
division thereof, or by the City or by any public or private corporation,•
or by any person whomsoever, or by any combination of such owners.
• Any such repair or replacement shall be to the satisfaction, and subject
to the approval of the Architect.
CONTRACT SECURITY
Contractor shall provide, at the time of the execution of the
! agreement or contract for the work, and at his own expense, a
surety bond in an amount 'equal to at least one hundred percent of
GENERAL CONDITIONS 3-1
i
O
s
i
the contract price as security for the faithful performance of
maid agreement. Contractor shall also provide, at the time of the
execution of the agreement or contract for the work, and at his
own expense, a separate surety bond in an amount equal to at least
fifty percent of the contract price as security for the payment of
all persons performing labor and furnishing materials in connec-
tion with said agreement. Sureties on each of said bonds shall be
satisfactory to the. City Manager.
HOLD -HARMLESS AGREEMENT AND CONTRACTOR'S INSURANCE
Contractor hereby agrees to, and shall, hold City, its elective and
appointive boards, commissions, officers, agents and employees,
including the Architect, his consultants and employees, harmless
from liability for damage or claims for damage for personal injury,
including death, as well as from claims for property damage which
may arise from Contractor's or subcontractors', agents', or em-
ployees, operations under this agreement, whether such operations
be by contractors, subcontractors, or by any one ormore persons
directly or indirectly employed by, or acting as agent for, Con-
tractor or subcontractors. Contractor agrees to, and shall, de-
fend City and its elective and appointive boards, commissions, of-
ficers, agents and employees, including the Architect, his consul-
tants and employees, from any suits or actions at law or in equity
for damages caused, or alleged to have been caused by reason of .
any of the aforesaid operations; provided as follows:
(a) That City does not, and shall not, waive any rights
against Contractor which it may have by reason of the
aforesaid hold -harmless agreement, because of the
acceptance by City, or the deposit with City by Con-
tractor, or any of the insurance policies described
in Paragraph "Contractor's Insurance."
(b) That the aforesaid hold -harmless agreement by Con-
tractor shall apply to all damages and claims for
damages of every kind suffered, or alleged to have
been suffered, by reason of any of the aforesaid
operations referred to in this paragraph, regardless
of whether or not City has prepared, supplied or
approved of, plans and/or specifications for the
work, or regardless of whether or not such insurance
policies shall have been determined to be applicable
to any of such damages or claims for damages,
CONTRACTOR'S INSURANCE
Contractor shall not commence work under any contract until Con-
tractor shall have obtained all insurance required under this para-
graph and such insurance shall have been approved by City as to
form, amount and carrier, nor shall Contractor allow any subcon-
tractor to commence work on his contract until all similar insur-
ance required of the subcontractor shall have been so obtained and
approved, unless the Contractor shall insure the activities of the
subcontractor in his own policy. All requirements herein provided
shall appear either in the body of the insurance policies or as
endorsements and shall specifically bind the insurance:carrier.
0
GENERAL CONDITIONS 3-2
"
"
"
a ) C o m p e n s a t i o n I n s u r a n c e C o n t r a c t o r s h a l l t a k e o u t , a n d
m a i n t a i n , d u r i n g t h e l i f e o f h i s c o n t r a c t w o r k m a n '