HomeMy Public PortalAbout16) 9A Authorize Bid Advertisment for Demoliition Activities at 5800 Temple City Blvd.AGENDA
ITEM 9.A
MANAGEMENT SERVICES DEPARTMENT
MEMORANDUM
DATE: October 7, 2014
TO : The Hon o rable Ci ty Coun cil
FROM: Bryan Cook , City Manager I ()
By: Brian Haworth , Asst. to the City Manager/Econ . Development Manager~
SUBJECT: AUTHORIZE BID ADVERTISEMENT FOR DEMOLITION ACTIVITIES AT
5800 TEMPLE CITY BOULEVARD
RECOMM ENDATION :
The City Council is requested to:
a) Accept plans, specifications and estimates for demolition of the former mortuary
bui lding at 5800 Temple City Bo ul evard ; and
b) Authorize the City Manager to circulate the bid advertisement.
BACKGROUND:
1. In April 2013, the City purch ased the former mortuary s ite at 5800 Temple City
Boulevard for redevelopment purposes , poss ibly as a public pa rking lot to alleviate
downtown parking demand . Funds in the am ount of $20 0 ,000 were sub seq uently
allocated in the FY 2013-14 City Budget-and carried over to the FY 2014-15 City
Budget-to de mo lish the blighted mortuary building and prepare the property for new
development.
2 . In July 2014 , contracte d crews completed legally required pre-demolit ion acti v it ies on
the building to remove hazardous materia ls including lead-based paint , mercury-
containing electrical fixtures , refrigerants , and asbestos flooring and insulation . The
City 's environmental consultant is finalizing a project closeout report , wh ich among
other things provides clearances by local regulatory agencies that the property is
ready for demolition .
3 . On August 22 , 2014 , an initial staff request to commence bid sol icitation for the
property's demolition-or complete site razing-was presented before Council. The
governing body decided to table the item until pla ns were confirmed for the property's
City Council
October 7 , 2014
Page 2 of 3
reuse .
4. On September 2, 2014 , design concepts were subsequently reviewed by Council
with final selection given to an interim use that: (1) retains the site 's existing park in g
lot for public parking ; and (2) removes the mortuary building and eastern adjacent
parking area for an approximate 10,000 sq . ft. green space (Attachment "A"). This
arrangement is to remain in effect unti l Council determines semina l policy decisions
on the property's eventual redevelopment, pending financial and econom ic market
analyses for potentially feasible commerc ial uses .
ANALYSIS:
Prov ided as Attachment "8 ", the City Engineer has prepared a revised bid document to
incorporate the following key components .
•
•
•
•
•
The project scope , which specifies demolition of the mortuary build i ng and its
eastern adjacent parki ng area . These lo ca tions are to be graded to a leve l
condition with utilities caped at street service connections . Pla ns also call for the
removal of variou s wall and fencing structures along the property 's northern and
western boundaries (Attach ment "C").
Mitigation measures that requ i re the successful bidder to limit dust and noise on
and around the project site during demolition activities; as well as to keep the site
and adjacent City right-of-ways clean , neat and safe.
Notice of Award provisions , w h ich require the successful b idder to begin work no
less than 15 days from contract execution, and for a duration no more than 20
working days between the hours of 7 a .m. and 4 p.m .
Bidder proposal requirements that identify professional qualifications and
communicate procedures for how the work will be performed . Bidders must provide
a schedule of hourly and/or f ix ed cost s to complete the project.
Contractual provisions , whic h outline to bidders a number of the C ity's key
contracting requirements including-but not limited to-fair employment p ractices,
prevailing wages, prescribed safety protocols and insurance liability requirements
for indemnity .
Should the City Council authorize c irculat ion of the bid document, the City Engineer (o n
behalf of the City Manager) will solicit competitive bids for a bid open ing date of
November 18, 2014 . An award of contract for demolition work will subsequently be
presented for Council cons ideration on December 16 , 2014 and if approved , activities
are to be completed no later than February 28 , 2015.
City Counci l
October 7 , 2014
Pa ge 3 of 3
CONCLUSION:
Acceptance of, and authorization to circulate the bid document will initiate a tangible
effort to prepare 580 0 Temple City Boulevard for future redevelopment opportunities .
FISCAL IMPACT:
The rE:commended action presents no fiscal impact to the FY 2014-15 City Budget. Funds
for future demolition activities are appropriated as Project 14-13 of the City 's Cap ital
Improvement Program .
ATTACHME NTS:
A. Council Selected Design Conce pt
B . Revised Bid Doc ument
C . Items for Demolition
ATTACHMENT A
Council Selected Design Concept
)>
~ m
:::0 z
~ -< m
ATTACHMENT a·
Revised Bid Document
Temple C1ty Bid Package. NIB P14-130, Documenl Control Page 1 of 67
CITY OF TEMPLE CITY
CONTRACT DOCUMENTS PLANS AND SPECIFICATIONS
for
Demolition of the Building at 5800 Temple City Boulevard
Notice Inviting Bid No.: P14-13D
October 8, 2014
City of Temple City
9701las Tunas Drive
Temple City, CA 91780
Bid Due Date:
11 :00 AM on November 18, 2014
Submit bids to:
City Clerk's Office
City Of Temple City
9701las Tunas Drive
Temple City, CA 91780
A non-mandatory pre-bid meeting w i ll be h eld at 11:00 AM, October 16, 2014
at the job site (5800 Temple City Boulevard, Temple City).
Temple C1ty Bid Package, NIB P14-130 . Documen l Control Page 2 of 67
Octobe r 8, 2014
TO PRO SPECTIVE BIDDERS :
The City of Temple City wishes to take t h is opportunity to we lco m e you as a prospective bidder on one
of its Public project s. It is the City's intent ion to provide you with thorough and complet e information
regard ing this project and to present an acc urate d esc r i pti on of t he necessary work so that you may
successfully bid and construct the project.
Submittal of your bid ass u mes that you have made a thorough an d comp lete investigation of the project
site and t hat you have discovered no appa rent di sc repancie s between the scope of wo r k set forth in the
plans and specification s an d the actual field cond it i ons .
If there are any q uesti ons regard i ng this pr oject, please contact in w ri t i ng via e-m ai l:
Okan.dem irci@transtech.org
All inquiries must be subm itted via e-mail.
DESCRIPTION
NOTICE INVITING SEAlED BIDS
INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
BIDDER'S PROPOSAl (Entire section C shall b e submitted with the bid)
SPECIFICATIONS
APPENDIX A -SAMPlE CITY CONTRACT TO BE EXECUTED
APPENDIX B-CERTIFICATION OF REMOVAl OF HAZARDOUS MATERIAlS
APPENDIX C-SCOPE OF WORK
Temple C1ty Bid Package NIB P14 130, Documen1 Control Page 3 of 67
SECTION
A
B
c
D
Temple C1ty. B1d Package. NIB P14-130. Document Control Page 4 of 67
A . NOTICE I NVITING BID S
DEMOLITION O F TH E BUILD ING AT 5800 TEMPLE CITY BOULEVARD
NOTI CE INVITING BID NO.: P14 -13D
City ofTemple City
A . NOTICE INVITING SEALED BIDS
DEMOliTION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTIC E INVITING BID NO .: P1 4 -13D
Ci ty of Tem p le City
PUBliC NOTICE IS HEREBY GIVEN that the City ofTemple City invites sea led bid s for DEMO LI TION OF THE
BU IL DING AT 5800 TEMPLE CITY BOULEVARD, CA 91780.
Bids must be submitted to City Clerk's Office, City Hall, 9701 l as Tunas Dr ive, Temple City, CA 91780, no
later than 11:00 AM on Novembe r 18, 2014; Attention: City Clerk . Po st marks will not be accepted.
A non-mandatory pre-bid m eeti ng wi ll be held at 11:00 AM, Octobe r 16, 2014 at the job si te (5800
Temple City Bou leva rd , Temple City).
Descript i o n of Work:
The demolition of the building at 5800 Temple City Boulevard as described in the project specifications.
Bid Proposa ls must meet all requirements set forth in the BID DOCUMENTS. The Contractor shall comply
with and re qu ire all subcontractors to comply with all Federa l, State an d City Contractor License La ws
and be duly Registered and Lic ensed thereunder as required for this type of work.
Sc hedu le:
The demolition of the building at 5800 Temple City Bou leva rd as de scri bed in the project specifica t ions
shall be completed in 20 work days.
liquidated Dam ages : $250 per ca len dar day.
Estimated Cos t and Bi d Bond: Th e esti mated cost is $100,000. 10% bid bond is required.
Place of Bid Res p onses Submittals:
Submit your bid no later than 11:00 AM on Novembe r 18, 2014 to:
Templ e City-City Ha ll ; City Clerk's Office
9701 Las Tuna s Dr ive ; Temp le City, CA 91780; T: (626) 285-2171
To obta in a co py of the Bid Documents, please send an email to okan.dem irci@transtech .org and a pdf
file of t he Bid Documents will be e-mailed to you at no cost. Bid documents can also be obtained at the
City Clerk's Office, 9701 l as Tun as Drive, Te mpl e City at a non-refundable fee of $50. Bid Documents
can also be revi ewed an d printed from the Templ e City website at www.templecity.us.
The City of Temple City hereby notifies all bidde rs t hat it will affirmatively insu re that in any given
ag r eement entered into pursuant to this advertisement, Disadva ntaged Business and Women's Busine ss
Enterprises will be afforded full opportunity to submit bi ds i n res ponse to this i nvitation an d will not b e
discriminated against on the grounds of race, creed, color, or nati ona l origin in consideration for an
award.
Pa ge A.l
TempleC1ty Bid Package NIBP14-130 DocttnentControiPage5of67
A . NOTI CE INVITING BIDS
DEMOLITION OF TH E BUILD ING A T 58 00 TEMPLE CITY BOULEVARD
NOTIC E INVITI NG BID NO.: P14-13D
Ci t y of Temple City
Th e City hereby notifies all qualified bidders that it w ill affirmatively insure that minority business
enterprises will be afforde d full opportunity to subm it b id s i n re spo nse to this i nvitation and w i ll not be
di sc rimina ted agains t on the basis of ra ce , color, nati onal origin, ancestry, sex , reli gi on or handi ca p in any
con sideration for an award. Attention is d irected to the provision s of Section 1777.5 (Chapter 1411,
Statutes of 1968) an d 1777.5 of the Labo r Code concerning th e em ployment of apprentic es by the
contractor and that the contractor shall not all ow di scrimina t ion in employment practices on the basis of
rac e, color, national origin, ancestry, sex, religion or handi ca p.
The City will deduct a State -mandated 5 percent retention from a ll progress pay me nts.
In en tering i nto a publ ic works co ntrac t, or a su bcontract, to supp ly goods, servi ce s, or materials pu rs uant
to a pub lic works contract, the Contractor, or subcont rac t ors, offer s and agrees to assign to th e awarding
body all rights, title and intere st in, and to, all causes of action it m ay ha ve under Section 4 of the Clayton
Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapte r 2 [comm encing w ith Section 16700] of Part
2 of Division 7 of the Bu si ness an d Professions Code), arising from purchases of good s, services, or materials
pursuant to the public work's contract or sub cont ract. Th is assignme nt shall be made and become effective
at the time the awarding b ody tenders fin al payment to the Contractor, without further acknowledgment
by the parties.
The suc cessfu l Contractor and his su bcontractors will be r equired to possess bu siness licenses fro m the
City . Th e City res erves the right to reject any or all bid s, to waive any irregu larity, and to take all bid s under
advi seme nt for a per iod of sixty (6 0) calendar days.
Any contra ct ente r ed into pursuant to this notice shall become effective or enforceable against the City of
Temple City only whe n the formal written contract has been duly executed by the app ropria te officers of
the City .
If there are any q u esti ons regard ing this proj ect, please contact in w r iting via e-mail :
okan.demirci @transtech.org
All inqui ries must be subm itted via e-mai l.
BY ORDER of the City of Temple City, California.
PageA.2
Temple City Bid Package. NIB P14-1JO, Document Control Page 6 of 67
B. INSTRUCTIONS TO BIDDERS
DEMOLITION O F THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Templ e City
B. INSTRUCTIONS TO BI DDERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14 -13D
City of Te mple City
LOCATION OF WORK
580 0 Temple Ci t y Bo ul evard, Tem p le City, CA 9 1780 (Bui lding located at t he north-east corner of Temple
City Boulevard an d Workman Avenue).
PROPOSAL FORMS
Bid s sha ll be su bm itted in writing on th e Proposa l forms prov id ed by the City. All inform ation re q ueste d
t her ei n m ust be clea rl y and legi b ly se t fo rt h in t he m anne r and fo rm i ndi cat ed . The Cit y w i ll not
con si der any proposal not m ee t ing these r equirem e nts.
PROPO SAL GUARANTE E
Pr oposa ls m ust b e acco m pan ied by a p r op osal gu arant ee consis t i ng of a bid bo nd pay abl e t o t he City of
Temple Cit y in the amount not less th an 10 per cent of th e tota l amo u nt of b id . Any pro po sa l not
acco mpanie d by su ch a gu ar antee w ill not be consider ed. If a bidd er to w ho m a contract is awa rd ed
f ail s o r refuses to exe cute the co ntract docum ents or f urnish t h e req ui re d ins uran ce policies an d bo nds
as set f orth in those docum ents, t he proposa l gu arantee shal l be f orfeited to the City. Th e proposa l
guar antees of all b idd er s will be h e ld until the succ ess f ul bidder has pro pe r ly exe cut ed all co ntract
d o cu ments.
DELIVERY OF PROPOSAL
Proposa ls shall be enclosed in a sea led enve lope pl ai nly marked on the outsi de:
DEMOLITION OF THE BUILDING AT 5800 TE M PLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
City of Templ e City -DO NOT OP EN WITH REGULAR M A IL"
Pr o pos als may b e ma iled or d elivered by m ess e ng er. However, it is t he bi dder's res ponsi bi lity alo ne t o
ensure d elivery of the proposa l to t he hand s of t he City's d es ignated offi cial prior to th e bid openi ng
h ou r stipu lated i n t he Notice Invit i ng Bi ds. Late proposa ls w ill not be co nsi de re d .
CONSTRUCTION SCHEDULE , PROGRE SS OF WORK, LIQUIDATE D DAMAG ES
In ac cord ance w ith t he provis i ons of Su bse ction 6-1 of t he St an d ard Specifications, and /o r as may be
provi ded f or within the herei n Specia l Pr o vision s, after no t ificat ion of awa rd and prior t o sta rt of any
work, t he Contrac t or shall su b mit t o the Eng in ee r f or ap pr ova l it s prop ose d Construct ion Sche d ule . At a
sch edu led d at e prio r t o co m mence m ent of w ork, t he Co ntractor an d al l su b contracto rs shal l attend a
pre-construction conference at the City Ha ll.
Page B.l
Temple C1ty, B1d Package, NIB P14-13D, Documen1Co ntrol Page 7 of 67
B . INSTRUCTIONS TO BIDDERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofT em pie City
Th e selected Contr ac tor shall com p lete the project per the sc hedul e i ndicated in th e Notice of I nv iting
Bid s sect ion of t he specifications.
Th e Contractor agrees that f ailure to comp lete work within the time allowed w ill result in damages
bein g sustained by the City. Cont ractor and City agree t hat fa ilu re to complete the project will resu lt in
in conven ie nce to t he citi ze ns of Temp le City. Th e parties al so ag ree that failure to complete the project
on time w il l prevent th e City from having the use of the affect ed facilities. Therefore, th e parties agree
such dam ages am ong others are, and will continue to be, impractica ble and extremely difficult to
d et ermine, bu t t hat $250 p er ca len dar day is the m i nimum value of such costs to the City and is a
reasona ble amount that the Contractor agrees to re im b ur se t he City for eac h calen dar d ay of delay i n
f in ishing the work in ex cess of the t i me sp ec ified f or comp letion, plus any au thori ze d time ex t ensi on s.
Execution of the co ntract und er these sp ec ifications sh all constitute agreement by the Contractor an d
the City that t he ab ove ind icated liquidated d a m age amou nt pe r ca lendar da y is the minimum value of
the costs an d actual dam age cause d by f ailure of t he Con t rac tor to co mplete the work within the
all otted t ime, th at such sum is liquid ated damages an d sh all not be con st rued as a penalty, and that
such sum m ay be d edu cte d from payments due th e Cont ra ctor if suc h de lay occurs. Said amount may
b e redu ce d by the City if work is sufficiently completed withi n th e/a n all otted t ime so th at the damages
are minimize d.
All construction graffiti shall be removed prior to the relea se of re t entio n payment.
WITHDRAWAL OF PROPOSALS
A proposal may b e w ith drawn by a written r equ est signe d by th e bidder. Su ch requests must be
delivered t o t he City's designated official prior to t h e bid op en i ng hour stip u lated in the Notice Inviting
Bid s. Propo sa ls m ay not be w ith drawn after the bi d opening hour sti p ulat ed in the Notice Inviting Bid s
without forfeitu re of the proposa l gua rantee. The withdrawa l of a proposal will not prejudice the rig ht
of t he bidder to su bmit a n ew pro posal, prov iding th e r e is t ime to do so.
IRREGULAR PROPOSALS
Un au thorized cond itions, lim itations, or provisions attached to a proposal will render it i rregu lar an d
may cause its rejection. Th e co m pleted proposal forms shall be without interlineations, alterations, or
erasures. Alternative proposal s wi ll not be co nsi dered unless sp eci fically r eq uested. No or al,
teleg r aphic, or t elephonic proposal, mod ification, or w ithdrawa l w ill be conside red .
TAXES
No mention sh all be made in t he proposal of Sa les Ta x, Use Tax, or any other tax, as all amounts bid wi ll
be deemed and h el d to includ e any su ch taxes which may be applicable.
DISQUALIFICATION OF BIDDERS
In the eve nt that any bidd er actin g as a p rime contractor has an i nterest i n more than on e proposal, all
such proposals w i ll be r ejected, an d the bidder will be disquali fi ed . Th is restri ction does not apply to
Page 8 .2
Temple Crty, Brd Package, NIB P14-130, Document Con~ol Page 8 of 67
B. INSTRUCTIONS TO BIDD ERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
N OT ICE INVITING BID NO.: P14-13D
City o f Temple City
subcontractors or su pp liers who may su b m it quotations to more tha n one bidder, and while doing so,
may also submit a formal proposal as a prime contractor. No proposa l will be accepted from a bi dder
w ho ha s not been lice nsed in accordance w it h the provisi on s of the State Bu sines s and Pro fessi ons
Code.
DISCREPANCIES AND MISUND ERSTANDINGS
Be f ore submitting a Proposa l, Bidders must satisfy th emselves by pe rs ona l examination of the work site,
Plans, Specifications, and other contract documents, and by any other mea ns as they may b elieve
necessary, as t o the actual physi cal co nditions, req uirements and difficulties un der which the w ork m ust
be performed , and sha ll incl ude in the Pr oposal , the cost of all items necessary in the con struction of the
proje ct . The Bidder sh a ll not b e allowed any extra compensation by reason of any matter or thing,
concern ing that which such the Bidder migh t h ave fu lly informed h imself prio r t o the bidd ing. No bidder
shall at any time after submission of a propos a l make any claim or assertio n that there was any
m isunde rstanding or lack of i nformation regarding t he nature or amount of w ork nece ssa ry for the
satisfactory comp letion of t he job.
Any errors, omiss ions, or discrepancie s foun d in th e Plan s, Spec ification s, or oth e r contract documents
shall be called to the attention of the City . Sh ould a Bidd er find any ambiguity, inconsistency o r error i n
the plan s and project manu al, or be in doubt as to their meaning, the Bid de r sha ll notify the City, in
writing via FA X as spec ified in t he Notice of Invit ing Bids Section . Issues requiri ng cl arification wi ll be
addresse d in a written adden dum response, se nt by f acsim il e to eac h Bidd er, person or firm recorded by
t he City as having r ece ive d plans. Any addenda iss ued by th e City during the tim e of bidding are to be
included in the proposa l from the Bidder, and sha l l beco me a part of the Bid documents. The Bidder
shall acknowledge receipt of addenda on the proposa l for m in the spa ce provided.
By subm itt i ng a bid, t he Bidd e r shall be held to h ave pers onal ly exami n ed the site and th e drawings, to
ha ve carefully rea d th e specifications, and to ha ve sa t isfied itsel f as to its abi lity to m eet all t he
d ifficulties attending t he execution of the proposed contract before the delive ry of this proposal, an d
agrees that if awa r ded th e con tract, will make no claim against the Ci t y based on ignorance or
m isunderstan d ing of t he plan s, specifica t i on s, site conditions and/or co ntract provis ions.
PERMITS AND LICENSES
Th e Contractor sha ll p r ocu re all permits and lice nses, pa y all charges and fees, and give al l notices
necessary and incident al to the due and lawfu l prose cutio n of th e work. No fee is charged for t h e
Pe r mit issue d by the Ci t y f or a pub lic works project. The Contractor sha l l pay for an d obtain a City
Bu si n ess licen se.
CONTRACTORS LIC ENSE LAW
The success fu l Bidder sh al l comply with and require all sub co ntractors t o comply w ith all Federa l, Sta t e
and City Co ntractor Li cens e Laws an d be dull y Regist ered and licensed thereunder as re quired .
The successful Bidder is required to provide and pay for a performan ce and a payment bond as stated in
SECTION 2-4 CONTRACT BOND S, of t h e Greenbook {Sta nd ard Specifications for Pub lic Works
Pa ge B.3
Temple Crty Btd Package NIB P14-130 Doclfllent Control Page 9 of 67
B . INSTRUCTIONS TO BIDDERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
Construction, latest edition). These b onds shall cover the faithfu l p erformance (100%) of the Contract
for Con str uction and the payme nt of all obli gatio ns (100 %) arisi ng t hereu nd er, i n such form as the City
may p res crib e and with su ch sure ties as t hey may ap prove. Th e successfu l Bidd e r shall require the
attorney in fact wh o executes the required bonds on behalf of the surety to affix thereto a certified and
current copy of his Po wer of Attorney indicat ing the monetary limit of such power.
Th e Ci t y re serves t he r ight to reject any proposed bonding company without stating cause. In this even t
the successful Bidder shall provide an alternate bondi ng company selection acceptab l e to the City.
Bond s shall conf orm with state statutes regard ing p e rform ance bond an d la bor and material payment
bond with amount shown on eac h part equ al to 100% of the total amount payable by terms of the
Co nt ract for Construction. Th e surety com pany shall be licensed to do bus i ness i n st ate in which
con struction project is located and shall be accept able t o the City. Bond am ount shall be increased to
i ncl ud e any Change Order(s) ad ded to the contract t o 100% total val u e amount of eac h Change Order.
Bonds will be rec ord e d along w ith a copy of t he construction contract in the County Recorder Records
by the General Con tractor with written proof submitted to the City.
LIABILITY INSURANCE
Th e liability i nsurance cover age values stated in SECTION 7-3 LIABILITY IN SURANCE, of the Greenbook
(Standard Specifi cations for Publ ic Wor ks Const ru ction, latest ed it ion) ar e hereby amended to be:
1. Pub lic Liab ility and Prop erty Damage Insu r ance in an amount of not less than ONE MILLIO N DOLLARS
($1,000,000};
2. Products/Completed Operation s Hazar d I nsurance in an amount of no less than ONE MILLION
DOLLARS ($1,000,000);
3. Comprehensive Automobi le Liability Insurance in an amount not less than ONE MILLION DOLLARS
($1,000,000);
4. Contractual Genera l Liability Insurance in an amount no t less than ONE MILLI ON DOLLARS
($1,000,000};
5. or GENERA L AGGREGATE LI ABI LI TY in an amount of not less than TWO MILLI ON DOLLARS
($2,000,000}.
* Automobile and lease vehicle insura nc e; owned, not owned and hi r ed. Insurance to include bodily
injury, sickness and death of any pe r so n and property dam age owned and un-owned per
occurrence.
Bidd ers shall co mply with the insurance requ irement included i n Article XI of the City of Temple City
Sample Contract included in Appendix A.
SOCIAL SECURITY ACT
Th e successful Bidder agrees to comply with and to r equire al l of his subcon tractors to comply with all
the provisions of the Act of Congress approve d August 14, 1935, kn own and cited as th e Social Security
Act and also the provisions of the act of the State Legislature Approved, and known as the State
Un employment Compensation Law and all other laws and reg ulations perta ining to labo r and workmen
Page B.4
Temple C1ty Bid Package NIB P1 4-130. Docurneot Control Page 10 of 67
B . INSTRUCTIONS TO BIDDERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
and all amend m ent s to such d ata, an d t he co ntractor fu rther agrees to indem nify an d hold harmless t h e
City of Tem pl e City of and from any and all cl a ims an d demands m ade ag ai ns t it by vi rtu e of the f ailure
of the contractor or any subcontracto rs to comply with the provisions of any or all of said act s and
am endments.
SALES AND USE TAX
Th e successful Bidder agre es to comply with and to require all of his subcontr actor s to comply with all
the provisions of applicabl e stat e sales exc ise tax law and compensat ion use tax law and all amendments
to same. Th e successful Bidder fu rther agrees to indemnify and hold harmless the City of Temple City of
and from any an d all clai ms an d demands m ade agai nst vi rtue of the fail u re of the Contractor or any
Subcontra ctors to comply wit h the provisions of any or al l said laws and amendments.
WAIVER OF LIENS
Th e succe ssful Bid d e r (G eneral Contractor) is respons i ble for t he payment of all b ill s for labor and
m aterials furnished by th e su bcontractors, the suppliers, and the General Contractor on this project.
Th e General Contracto r shall deliver to the City, unconditional Li en Waivers and/or Releases from
h imsel f an d from eac h of his subcont ractors and suppliers, an d at such time he sha ll certify that he is
subm itting suc h lien waivers for all sub contractors and supp liers involved .
If any liens are fil ed aga in st th e City property, the City may, at it s option, d emand Genera l Contractor
im mediately prov ide a bond in accordance with st ate statutes.
LEGAL RESPONSIBILITIES
All proposals must be submitted, filed and executed in accordance with State and Federal laws relating
to bids for contracts of this nature whether th e sa m e or expressly referred to herein or not. Any bidder
su bm itting a proposa l shall by such act io n thereby agree to each and all of t h e terms, conditions,
provisions, and r eq uire m ents se t forth, contemplated , and referre d to in the Plans, Specifications, and
other contract docum ents, and to full compl iance therewith.
AWARD OF CONTRACT
The award of contract, if made, will be to t he lowest responsible bidder as determined solely by the City.
Th e City of Temp le City re serves the right t o reject any or all proposals, to waive any i rregularity, and to
take the bids under advi sement for a pe r iod of sixty (60) calendar days , as may be re qu ire d to provide
for the best interests of the City. In no even t will an award be made until all necessary i nvestigations are
made as to the re sponsib ility and qualifications of the bidde r to w hom the award is contemplated.
Th e Contractor shall sub mit a sig ned contract, bonds, insurance an d all necessary documents to the City,
with in the req uired sc hed ule.
EMPLOYMENT OF APPRENTIC ES
Page B.S
Temple Crly Brd Package. NIB P14-130 DocumentCoolrol Page 11 ol67
B. INSTRUCT IONS TO BI DDERS
DEMOLIT ION O F THE BUILDING AT S800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P1 4-13D
Ci t y ofTemple City
Attention is directed to the provisio ns in Section 1777.5 of the California Labor Code concerning
employment of apprentices by the contractor or any subcontract or under hi m. The contractor and any
subcontractor under hi m shall comply with the requirements of sai d section in the employment of
app rentices; however, the contractor shall have full r esponsib ility for compliance with sai d Labor Code
sect ion for all appre nticable occu pations, reg ardl ess of any other contractual or employment
relationships alleged to exist.
CON FLICT OF IN TER EST
I n th e procureme nt of supplies, equipment, construction, and se rvices by su b-recip ients, the conflict of
interest provisions in (State LCA-24 CFR 85.36 and Non -Profit Organizations-24 CFR 84.4), OMB Circular
A-110, and 24 CFR 570.611 , respectively, sh all apply. No em ployee, officer or age nt of t he su b-recipient
shall participate in se lection, or in the award or administration of a contract sup porte d by Federal funds
if a conflict of interest , real or apparent, wou ld be involved.
SUBCO NTRA CT S
Subcontracts shall comply with SECTIO N 2-SCOPE AND CONTROL OF THE WORK, of the Greenbook
(Standard Specifications for Public Works Construction, latest edition). Th e Contractor is required to
perform, with its own organi za t ion, contract work amounting to at least 51 percent of the Contract
Pric e. Fai lure to meet these requirements w i ll r esult i n disqualifyi ng of th e bid or t e r min ation of the
contract. Thi s provision su p e rse des any other provisions which specifie d a different subcontract
requirement
Propo sed subcontractor names , a general description of the work to be performed by each
subcontractor and the doll ar amount for eac h subcontractor shall be submitted with the bid.
PROJ ECT ClOSE OUT DOCU MENTS
Within 10 cale ndar days of completion of the project, t he Contractor shall su b m it project close out
documen t s, in cluding: Draw ings showing as built conditions with red penc il ; Al l warranties and
guarantees; All pap erwork require d for la b or compliance; Al l fin al lien releases; All other project
related docu ments r equ ested by the City .
PROPO SAL REQUIREMENTS AN D CON DITIONS
The bidder's attent io n is directed to the applicabl e provisions i n the Standard Specifications for Public
Works Const ruction r equirements an d cond itions which must be observed in the preparation of the
proposal form an d the submission of the bid.
1. Examination of Site, and Specifications: Bidd e rs sha ll exam ine the site of the work an d acquaint
themselves with all conditions affecti ng th e work. By subm itting a bid, t he Bidd er shall be hel d to
have personally examined the site, to ha ve carefully read the specifications, and to have satisfied
itself as to its ability to meet all the difficulties attending the execution of the proposed contract
before the delivery of this proposal, an d agrees that if awarded the contract, w i ll make no claim
Page 8.6
------------------~-------
TempleC1ty Bid Package. NIB P14-130 Document Con1rol Page 12ol67
B. INSTRUCT IONS TO BI DDERS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
Ci ty of Tem ple City
against t h e Ci t y b ase d on ig norance or m isunderstan ding of the specifications, site conditions an d/or
con t ract p rov isions.
2. The Contractor shall ha ve included in t he contract price a su fficient sum to cover all items, including
labor, materials, t o ols, equipment and inci d enta ls, that ar e i mpl i ed or required for the complete
impr ovements as con t emplated by the contr act documents.
If there are any ques tion s regarding this proj ect, please contact via e-mail :
okan.demi r ci@ transt ec h.org
All inquiri es must be submitted in writing.
Page B.7
Temple C1ty Bid Package NIB P14-130 Documen t Control Page 13 of 67
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQ UIREMENTS
(Enti re sect ion C sh all be su bmitt e d w ith the bid}
DEMOLITION OF THE BU ILDING AT 5800 TEMPLE CITY BOULEVARD
NOTI CE I NVITING BID NO.: P14-13D
City ofTemple City
C. BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Enti r e sec t ion C sh a ll be submitted with the bid)
DEM OLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14 -13D
City of Te mpl e City
Th e following b i dder:
Comp any Name: Contractor's lie No.:
Address :
Contact Name:
Contact Te l No :
Contact E-mail:
In accordance wit h t he Ci t y of Temple City's Notice Inviting Sea led Bid s, the und er sig ned BIDDER, hereby
proposes to f urnish all materia ls, eq uipment, tool s, labor, and incidentals req u ired for the above sta ted
project as set forth in the Pl ans, Specifications, and contract docum ents th erefore, and to perform all
work in the manner and time prescribe d the r e in .
BIDDER declares that thi s proposa l is ba se d upon carefu l exam ination of the work si te, Plans,
Sp ec ifi cations, I nstructions to Bidders, and all other contract documents. If this proposal is accepted for
award, BIDDER underst ands t ha t failure to enter into a contract in the manner an d time prescribed will
result in forfeiture to the City of Temple City of the guarantee acco mpanying this proposal.
BIDDER understands that a bid is req uired for the entire wo r k. Th e contract will b e award ed on the
prices shown on the bid sc h edul e. It is ag reed that the unit and/or lump sum prices b id includ e all
appurtena nt expenses, taxes, royalties and fees. In the case of discrepancies i n t he amounts of bid, unit
prices shall govern ove r extended amo u nt, and words shall g ove rn over figures .
If awa rded the Con t rac t , t he u ndersigne d further agrees that in the event of the BI DDER 'S default in
executi ng the required contract an d fi li ng the nece ssary bonds and insurance ce rtifica tes within ten
working days after the date of the City of Te mp le Ci ty's notice of award of contract to the BIDDER , the
proceed s of the sec urity accompanying this bid sha ll become t he property of the City of Temple City and
th is bid an d the acce ptance h e r eof may, at the City of Temple City's option, be consi d ere d null and void.
BID SCHEDULE
To the Temple Ci ty's City Council, he r ein ca lled the "C ouncil ".
Pag e C.l
Temple C1ty Bid Package, NIB P14-130. Document Control Page 14 of 67
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire sect ion C sh a ll b e su bm itte d with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTempl e City
Pu rsu ant to and in compl iance with your Notice Inviting Bids and the other documents r elating thereto,
the undersigned bidder, having familiarized himse lf w it h the work as per the parag r ap h, Discrepancies
and Misunderstand in gs, contained in the IN STRUCTIONS TO BIDDER S section, and with the terms of the
contract, the local co nditions affecting the p erformance of the co ntract, and the cost of t h e work at the
pl ace where t he work is done, an d with the drawings an d specifications and other co ntract documents,
hereby proposes an d agrees to perform, w ithin th e time stipulated, the contract, in clu ding all of it s
component parts, an d everything re qui re d to be perform ed , and to provide and furnish any and all of
the labor, mate ri als, tools, expendable eq uipmen t, and all app licabl e taxes, util ity an d transportation
services necessary to pe rform the contract and complete in a wor kmanl i ke manner, all in strict
conformity with the Con t ract Documents on file at the office of the City Clerk of said City, per the
following bid sche dule (Bidd er shall provi d e a bid amount for eac h bid item . Failure to provide a bid for
each bid item shall render the bid non-respo nsive):
Page C.2
Temple C1ty Bid Package, NIB P14-130, Document Control Page 15 of 67
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
Item I Desc r i ption
BIDDER'S PROPOSAl AND BID REQUIREMENTS
(Entire se ction C sh all be submitted with the b id)
DEMOliTION OF THE BUilDING AT 5800 TEMPlE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple Ci t y
SCOPE OF WORK FOR DEMOLITION CONTRACT (SEE APPENDIX C-SCOPE OF WORK):
1. REMOVAL OF BUILDING, FOUNDATIONS AND CONCRETE WITHIN THE BUILDING FOOT
PRINT (BUILDING IS ON POST/RA ISED FOUNDATIONS. REMOVAL AREA IS DELINEATED
AS ~ ~ , AND EXTENDS TO BACK OF EXISTING PUBLIC SIDEWAL K
INCLUDES ALL CONCRETE IMPROVEMENTS, STAIRS, WALKWAYS, ACCESS PATHS,
FOUNDATIONS, ETC. THAT EXTEND FROM BUILD ING TO ADJACENT PUBLIC SIDEWALKS
ON THE WEST AND SOUTH SIDES.
2. REMOVAL OF PILASTER S AND 12" WIDE CONCRETE /PAVER BAND BEHIND SIDE WALK
ALONG THE FULL WEST FRONTAGE OF THE PROPERTY.
3. REMOVAL OF PERIMETER WALL A IT ACHED TO THE BUILDING AT THE BUILDING'S
NORTH-WEST CORNER AND EXTENDS APPRO XIMATEL Y 20' NORTH (FACING WEST).
4. REMOVAL OF PERIMETER WALL AT THE PROPERTY 'S NORTH-WEST CORNER (FACING
WEST}, APPROXIMATELY 15' LONG .
5. REMOVAL OF SOUTHERLY PER IMETE R WALL AND FOUNDATION, APPROXIMATELY 70'
LONG (FACING SOUTH).
6. REMOVAL OF ROLLING GATE , BASE RAILING, FRAME AND ALL OTHER METAL
AITACHMENTS AT THE WEST AND EAST DRIVEWAYS.
7. REMOVAL OF OLD METAL (SCRAP) CONTAINER LEFT AT THE NORTH -EAST COR NER OF
THE PROPERTY .
8 . REMOVAL OF A SECTION OF EXISTING PARKING LOT AC PAVEMENT AND SUBBASE
EAST OF THE BUILDING . THE AREA IS APPROX. 30' x 65'. REMOVAL AREA IS
DELINEATED AS L-:. ':..-:. :..
9 . REMOVAL OF EXISTING LANDSCAPE AREA {TO A DEPTH OF 6") JUST SOUTH OF THE AG
AREA INDICATED IN ITEM 8 ABOVE. THE AREA IS APPROX. 22' x 65'. REMOVAL AREA
IS DELINEATED As ':;::::::::: REMOVAL INCLUDES EXISTING TREE AND TREE
ROOTS AT THE SOUTH-EAST CORNER OF THE PROPERTY . THE TREE IS IN SIDE THE
PERIMETER WALL. ATTENTION: DO NOT REMOVE THE OTHER EXISTING MATURE
TREES ALONG THE SOUTHERLY PARKWAY.
ALL DIRT AREAS LEFT AFTER DEMOLITION AND REMOVALS SHALL BE BACKFILLED WITH
CLEAN DIRT SUITABLE FOR LANDSCAPE TO A DEPTH OF 2" BELOW ADJACENT FINISHED
SURFACE ELEVATIONS, INSTALL "BROWN LOOSE BULK MULCH" ON TOP 2".
AFTER DEMOLITION WORK IS CO MPLETED , CONTRACTOR SHALL REMOVE ITS
CONSTRUCTION FENCE, AND CITY WILL INSTALL ITS OWN NEW FENCE SEPARATELY THRU A
FENCE RENTAL COMPANY . THE NEW FENCE WILL BE IN STALLED AROUND THE PERIMETER
OF THE PROPERTY, EXCEPT WHERE PERIMETER WALLS ARE KEPT IN PLACE . 1 ACCESS
GATES WILL BE PROVIDED WI TH THE NEW FENCE AT WEST SIDE . NEW FENCE THAT WILL
Page C.3
Total Lump-s um
Price
$. ___ _
Temple C1ty, Bid Package, NIB P14-130, Document Con~ol Page 16 of 67
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMO LITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BI D NO.: P14-13D
City ofTemple City
BE INSTALLED BY THE CITY IS SHOWN AS • • • • • • • •
ALL REMOVED ITEMS SHALL BE DISPOSED OFF BY THE CONTRACTOR .
CONTRACTOR SHALL BE RESPON SI BLE FOR ALL NE CESS ARY NOTICE S, INCLUDING ANY
AQMD NOTI CES .
Exist ing utilities may be capped at street se rvic e connections by uti lity companies. Cost of
capping utilities by utility companies sha ll be paid by t he contractor as a direct cost
without any markup. Thi s cost w ill be reimbursed by the City from an all owance amount
of $10,000, which sha ll b e included i n the Total Bid Amount in dicated by the bidder. City
sha ll control the al lowance amount and without City's authorization it cannot be use d.
The City has com pl et e d haz-mat abatement of the building (See App endix B).
Total Bid Amount (shall include allowance as specified above) $. ___ _
In the case o f discrepancie s i n the amo unt of bid , u nit prices sh al l govern over extend ed amounts.
Full compensation for the items listed to the si t e are Mobil izatio n I Demobilization
con sidered as included i n each Bid Item li ste d abo ve Traffic Control, Public Convenie nce and Safety
as applicab le, and no additional and/or se parate
compensation will be allowed . Removals/Excavation /Cle aring/Grubb ing
The bid prices sha ll includ e any and all costs, includ ing labor, materia ls, appurtenant expenses, taxes,
royalties an d any an d all other inci dental costs to complete the project, in co m pl iance w ith the Bid and
Contract Docume nts and all applicable codes and st andards.
All other wo rk items not specifical ly listed in th e bid sc hedule, but n ecessary to complete the work per bid
and contract documents and al l ap plicable co des and st andards are assumed to be in clud ed in the bid prices.
Th e City r eserves the ri ght to ad d, delete, increase or decrea se the am ount of any quantity sh own and to
delete any item from the contract and pay the contr actor at the bid unit prices so long as the total amount of
change does not excee d 25 % (plus or m i nus ) of the total b id amount for the entir e project. If the change
exceeds 25%, a change order may be negotiated to ad j ust unit bi d prices.
A bid is required for the entire work, that th e quantities se t forth in the Bid Schedule are to calculate total bid
amount, and that fina l comp ensation under the contract will be b ase d upon the ac tual qua ntities of work
satisfactorily co mplet ed.
Page C.4
Temple C1!y, Bid Package, NIB P14·13D, Document Control Page 17 of 67
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Ent ir e section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
DESIGNATION OF SUBCONTRACTORS
BI DDER proposes to sub con t r ac t certa in porti ons of t he work w hi ch are in ex cess of one-half of one
percent of t he b id and to p rocure mate ri als and equi pm en t from suppliers an d vendor s as f ollows:
Sub contracto r Inform ation Work t o be Perfo rme d Doll ar Amount
Nam e:
Addr ess: $
Tel :
Nam e:
Add ress: $
Tel :
Nam e:
Add ress: $
Tel :
Nam e:
Add ress: $
Tel:
Name:
Address: $
Tel:
Na me :
Address: $
Te l :
Name:
Add ress: $
Tel:
Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $
Page c.s
-------~---------------~~--------
Temple C.ty, Bid Package. NIB P14-130. Document Control Page 18 of 67
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
RE FERENCES
BIDDER'S PROPOSAl AND BID REQUIREM ENTS
(Entire section C s hall be subm itte d with the b id)
DEMOliTION OF THE BUilDING AT 5800 TEMPlE CITY BOUlEVARD
NOTICE INVITING BID NO.: P14-13D
Ci t y ofTe mple City
The City of Temple City is interested in obtai ning bids from the most qualified and capable contractors
with a proven track record able to perfor m work desired by the Public Works Department. Any and all
references required to be provided by the bi d specifications must be for projects constructed by the
bidding company; references for other projects performed by principal s or other individuals of the
bidding company may not be included.
The following are the names, addresses, an d telephone numbers for three public agencies for which
BIDDE R has perfo rm ed similar work withi n t he past three years.
Reference Contact Infor mation Reference Pro ject Contract Date
Name Value Com~leted
Agency Name:
Contact Name and Ti t le: $
Contact Tel No:
Agency Name:
Co ntact Name and Titl e : $
Contact Tel No:
Agency Name :
Contact Name and Title: $
Contact Tel No:
BONDS
The following are the names, addresses, and telephone numbers for all brokers and sureties from whom
Bidder intends to pr ocure insurance bonds:
SITE INSPECTION
Th e Bidder declares th at he/she has carefu ll y read and exa m ined t he plans, specifications, bi d
documents, and he/s h e has made a perso nal examination of the site (indicate name of the perso n,
repre sen ting the bidder, who inspected the site and date below) and that he/she understands the exact
sco pe of the Project W ITHOUT QUESTION.
Page C.G
T en1J1e City Bod Package NIB P14-130, Document Control Page 19 or 67
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDE R'S PROPOSAL AND BI D REQUIREMENTS
(E ntire section C s ha ll b e s ubmitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Te mple Cit y
Nam e of Per son who insp ect ed the site:
Date of Insp ecti on:
ADDENDA ACKN OWLEDGMENT
The Bidder acknowledges receipt of the following Addenda and ha s included their provisions in this
Prop osal:
Addendu m No .. _________ Dated ______ _
Add en du m No. ________ Dated ______ _
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANC E
BI DDER certifies that all previous contract s or subcontracts, all r eports which may have be en due und er
the requirements of any Agency, Site, or Federa l equal employment opportunity orders have been
sat isf actorily filed, and that no such reports are curren tly outstand ing.
AFFIRMATIVE ACTION CERTIFICATION
BID DER certifies that affirmative action has been taken to see k out an d conside r minority bu si ness
enterprises for those portions of work to be su bco ntracted, and that such affirmative actions have been
fully documented, that said documentat ion is open to ins pect ion, and that sai d affirmative action will
remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that
affirmative action w ill be taken to meet all equal e mp loyment op po rtu nity r equirements of the contract
documents.
NONCOLLUSION AFFIDAVIT
BID DER declares that t he on ly persons or p art ies intereste d i n t h is prop osa l as principals are those
n ame d herei n: that no officer, agen t , or e mployee o f the City of Templ e Ci t y is personally intereste d,
di rectly or indirectly, in this proposal; th at this proposal is made without connection to any other
i n dividual, firm, or co rp oration making a b id for the sa me wo rk and that this proposa l is in all respects
fai r and without collus ion or fraud.
Page C.7
Temple C1ty BJd Package, NIB P14-130 Document Cootrol Page 20 of 67
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
SCOPE OF WORK
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C sh all be subm itted w ith the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTe mple City
Th e demolition of the build ing at 5800 Temple City Boulevard and releva nt w ork as described in
Appendix C.
Project site is located at:
5800 Temple City Boulev ard, Temple City, CA 91780 (Building located at the north-east corner of Temple
City Boulevard and Workman Avenue).
Pa ge c.s
Temple C1ty Bid Package. NIB P14-130. Docume!l t Control Page 21 of 67
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDD ER'S PRO POSAL AN D BID REQU IREM ENTS
(E nti re sect i on C sha ll be su b m itted w ith the bi d)
DEMOLITION OF THE BUILDIN G A T 5800 T EM PLE CITY BO ULEVAR D
NOTICE I NVITING B ID NO.: P14 -13 D
City ofTemple Ci ty
BIDDER INFORMATION
Bid der's Nam e:
Address :
Fo rm of Legal Entity (i.e., in dividual, partne rship, corporation, etc.)
If a Corporation, Sta t e of Incorporation (i .e., Ca lif.)
Va lid Sta t e Cont ract or's Li cense No. an d Class
Co n tact Person Informatio n :
Name Tit le E-m ail Tel
The following are the names, titles, ad dresses, and phone numbers of all individuals, firm members,
partners, joint vent u r ers, and/or corpo rat e officers having a principal interest in this proposal:
The date(s) of any v ol un t ary or involuntary bankruptcy judgem ents against any principal having an
interest in this proposal ar e as follows:
Al l current an d p rior DBA 'S, al ias, and/or fict itious bu si ness names f or any pri nci p al h avi ng an interest in
t his prop osa l are as follows :
Previous contract perfo rmance history:
Was any con t ract terminated previously: __ _
If the answer t o t he above is "yes", provide the following information:
Contract /project n ame and nu mb er: ___________________ _
Date of term i nation: _________________________ _
Reason f or t ermination: ________________________ _
Owne r's nam e: __________________________ _
Owner con t ac t p erson and tel. no.:-------------------
Page C.9
TE!fl1lleCrty Bid Package NIB P14-130, Document Control Page 22of 67
BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER 'S PROPOSAL AND BID REQUIREMENTS "
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Ent ire se ction C shall be submitted with the b i d)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
IN W ITN ESS WHEREOF, BIDDE R executes and submits this p r oposa l wit h the names, titles, hands, and
se al s of all afo r em e ntioned principals this __ day of 201_.
BIDDE R ________________________________________________ ___
Su bscrib ed and sworn to this ____ da y of ________ _,~ 201 _.
NOTARY PUBLI C ________________________________________________ __
Page C.lO
Temple Crty Bid Package, NIB P14-130 Document Control Page 23 of67
BIDDER SHAll COMP LETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS "
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(E nt ire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
PROPOSAL GUARANTEE/BID BOND
KNOW ALL MEN BY THESE PRES ENTS that as BIDDER , AND
-----------' as SURETY, ar e held and firmly b ound unto the City of Temple Ci t y, in the penal
sum of dollars ($ ),
w hich is 10 percen t of the total am ou nt bid by BID DER to the City of Temple City fo r the above stated
proj ect, for the pa ym ent of which su m, BIDDER and SURETY ag r ee to be bound, j ointly and severally,
firm by these pre se nts.
THE COND ITIONS OF THI S OB LI GATION ARE SUCH that , whereas BIDDER is about to sub mit a bid to the
City of Temp le City for the above sta t e d project, if sai d bid is rejected, or if sai d bid is accepted and a
co ntract is awarded an d entered into by BIDDER in the manner and time specified, then this obligation
shall be null and vo id, othe rwise it shall remain i n full force a nd effect in favor of the City of Temple City.
IN WITNESS WHEREOF the parties he r eto have se t th eir names, titles, hands , and seals this __ day of
----------~2 0 .
BID DER *
SUR ETY*
*Provide BIDDER/S UR ETY name, ad dress an d telephone number and the name, t it le, address
and telep hone nu mber for authorized representative .
Subscribed and swo rn to this ____ day of -------' 20_.
NOTARY PUBLIC: _________________ _
Pa ge C.ll
Temple (,ty Bid Package NIB P14-130 Document Control Page 24 or 67
D . SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14·13D
City of Temple City
STANDARD SPECIFICATIONS
GE NERA L
The General Conditio ns for this project shall be based on PART 1-GENERAL PROVISIONS of the
Greenbook, (Latest Edition), except as amended by the project plans, specifications and contract
documents, supplementary cond itions, and/or other applicable contract documents.
In ca se of conflict between the Special Specifications included in this Section and special prov is ions
included in the Appendix, the more stringent requirement shall apply, except when the City make s an
exception . The City has the right to make such exception at its discretion, and the contractor shall
provide reasonable cost discount if the City decides to implement the lesser stri ngent option.
NOT I FICATI ON
The Contractor shall not ify the City of Temp le City and the owners of all utilities and sub structures not
less than 48 hours prior to starting con struction. The following list of names and telephone numbers is
intended for the conven ience of the Contractor and is not guaranteed to be co m plete or correct:
Agency Name and Title Tel
City of Temple City Rob ert Sahagun, Public Safety and Servi ces Manager 626 -2 85 -2171
City ofT em pie City Adam Gulick, Associate Planner 626 -2 85-2171
City ofT em pie City Bryan Ariizumi, Public Safety Officer 626-285-2171
City ofT em pie City Geoffrey Sta rn s, Pl anning Manager 626-285-2171
City ofT em pie City, PD County Sh e riff's Station 626-285-7171
City ofT em pie City, Fire Fire Department 626 -287 -9521
El ectric Southern California Edison 800-684-8123
Gas The Gas Company 800-427-2200
AT&T Busin es s Customer Service 888-944-0447
SPRINT Cu stome r Service 800-211-4727
MCI Customer Service 888-624-5622
Refu se Ath e ns Di sposa l Company 626 -336-3636
Cable Charter Comm unications 866-499-8080
Water California American Water Co. 888-422-5269
Water Ea st Pa sadena Water Co. 626 -793-6189
Water San Gabriel County Water District 626 -2 87-0341
Water So . California Water Co . 626-446-13 72
Water Sunnyslope Water Co. 626-28 7-5 238
Page 0.1
Temple City Bid Package. NIB P14-130 Document Control Page 25of67
D . SPECIF ICATIONS
DE M OLITI ON O F T HE BUILDING AT 5800 TEMPLE CITY BO ULEV ARD
NOTI CE INVITING BID N O .: Pl4-13D
Ci ty o f Te mple Ci t y
I Under ground Service Ale r t
CI TY HO LID AYS
I (soo ) 422-4133
City offices are closed on the following days: New Year's Day; Martin luther King, Jr. Day; President's
Day; Memorial Day ; In d ependence Day; Labor Day; Veteran's Day; Thanksgiving (2 d ays) and Christmas
Day. During these hol idays, inspections will not be available.
EM ERGENCY IN FORM AT ION
Th e names, add resses and tele phone n um be rs of t he Co nt racto r and su bcontract ors, or thei r
representatives, sha ll be f i led with t h e Engi nee r and t he Ci t y Po li ce De partment pr ior to beginning work.
AS· BUI LT DRAW INGS
Provide and record a complete "As Built" rec ords set of blue line prints showing changes from the
original drawings and specifications and the exact "As Built" locati ons, sizes an d types of equipment.
Pri nts for this purpose may be obtained from t he City. Keep this se t of d rawings on the site and use only
as a record set. Use t hese drawings as w o rk progr ess sheets. W it h red pencil, make nea t and legible
ann otations ther eon as t he work pro cee d s, sh owi ng the work as actually co m pl et ed . Keep these
drawi ngs avai labl e at all t i mes f or i ns p ection . Bef ore t h e d at e of t he fi na l ins pectio n, provide t he "As
Bu i lt" print s t o the City . Please note, t h at f ailu re t o su b mit an "As Bu ilt" set of d r awings as noted above
w i ll result in the r eten ti o n p ayment being de laye d.
SPEC IAL PROVISIONS
DESCRIPTION OF WO RK
1. Scope of the Work covered by Contract Docume nts:
The work t o be done consists of furnis hi ng all labor, materials, tools, equipment an d incidenta l for
the constructio n, com plete in place, of t hose items as shown on the bid se t of drawings (or
amende d drawings) and as included in these Special Technica l Pr ovisions .
2. Cont ractors Dut ies:
Comply with codes , ordinances, rules, regu lat ions , orders, and other legal re quirements of public
authorit ies which bea r on performance of work.
3. Contracts:
Construct entire work under one con tract with the City.
4. Allotted Working Space:
Page 0 .2
Temple C•ty Bid Package, NIB P14-130 Document Control Page 26 or 67
D . SPECIF I CATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTempl e City
The contractor sha ll be responsi b le fo r storing his materials and equipment and to use as work yard
as necessary. The City wil l not allow keep i ng eq uipment, mate ri als, ve hicles, remove d items, d ebris,
etc within this space with no liability to t he City. It shall be t he respon si bility of the Contractor to
provide adequate fencing, securi ty of the yard and equipment to the contractor's satisfaction, and
to restore the assigned area to its orig i nal, pre-use condition, or better, to the sat isfaction of the
City.
5. Acceptance of Site:
The Contractor shal l accept the si te and t h e character of the work as they exist on the first day of
work unde r this con t ract.
6. Maintenance of Exis t ing Plantings, Improvements and Facilities:
The Contractor sha l l protect an d maintai n all existing trees and shrubs (plantings) to remain from
the first day of work under this contract to acceptance. In simil ar fashion, Contractor shall protect
and maintain all im provem ents and faci li t ies in place to rema in from the first day of work under this
contract to acceptance. Contractor sha ll notify City Engineer of any damage to any existing
plantings, improvem ents or facilities as soon as possible. Contractor shall replant or repair any
damage to the satisf act ion of City Engi n eer at no cost or extra b urden to the City.
7. Survey and Layout:
Contractor sha ll verify all dimensions on the drawings and shall report to the City Representative
any discrepancies befo re proceeding with related work. Contractor shall perform all survey and
precise layout work to the satisfactio n of the Public Works Director or his/her designee. Contractor
shall establish fina l grades and extents for the improvements and preserve suc h work on as-built
plans.
8. Limits of Work:
Limits of work shall be the lega l property boundaries of the site unless modified by Contract limit
lines indicated on t he plans or as noted oth erwise.
GENERAL PROCEDURES
1. Specifications and Drawings Complementary:
The Specifications an d Drawings are com p lementary, and what is called for in one shall be binding as
if called for in b oth.
2. Order of Precedence of Contract Document s:
In resolving confl icts resulting from conflicts, errors, or discrepancies in any of the Contract
Documents, the order of precedence sha ll be as follows:
Page 0 .3
Temple C1ty Bid Package NIB P14·130 Document Control Page 27 of 67
D. SP ECI FICATIONS
DEMOLITI ON OF THE BUILDING A T 5800 TEMPLE CITY BO ULEVAR D
NOTICE INVIT ING BID NO.: P14-13 D
City of Temple City
a. Contract
b. Specifications
c. Drawi ngs
Within the Specifications the order of precede nc e is as follows:
a. Addenda/Change Ord e rs
b. Special Specifications
c. In struct ion s to Bidd er s
d. Notice to Contractors
e. Standard Dr awings
f . Referenced Standard Specifications
With reference to th e Drawings the order of p recedence is as follows:
a. Fig ures gove rn ov er sca led dimensions
b. Deta il drawings govern over genera l drawings
c. Addenda/Change Ord er drawings govern over Contract Documents
d. Contract Documents govern over standard drawings
e. Contract Drawi ngs govern over shop drawi ngs
3. Di sc r epancies in the Contract Documents:
Any discrepancies, con flicts, errors or omissio ns found i n the Contract Do cu ment sha ll be promptly
reported i n w riting to the Public Wo r ks Director or his/her design ee, who will issue a correcti on in
writing. The Contractor shall not take advantage of any suc h d iscrepancies, con flicts, errors or
omissi ons, but sh all comply with any corrective measures rega r ding the same pre scr i be d by the
Publ ic Wor ks Director or his/her design ee, and no additional p ay men t or time shal l be allowed
therefor, except as pro vided in the Stan da rd Sp ecifica t ions.
If discrepancies are di scovered b etwee n the d raw ings an d t he sp eci fications, an d no spec ific
interpretation is is sued prior to the biddi ng, th e deci sion reg arding this interpretation sh all res t with
th e Public Works Di r ect or or hi s/her d es ignee . The Contra ctor shal l be compelled to act on the
Pub lic Works Director o r his/her desig n ee 's decisio n as directed. I n the event the installation is not
in compl ian ce with the directi on of the Publi c Works Director o r his/her designee, the installat io n
shall be corrected by and at the ex pen se of the Contractor at no additional cost to the City.
In cas e of su ch discrepancies on the pl an sheets, it is assu med t ha t the bid included the cost for
implementing/constructing the discrepancy that would have t h e high est dollar value.
4 . Errors and Omi ssions:
If the Contractor, in the course of the work, bec om es aware of any claimed errors or omissions in
the contract documents or in the Ci ty's fie ld work, it sha ll immediately inform the Public Works
Dire ctor or his/her designee. City En gi neer shall promptly revie w th e matter, an d if h e/she finds an
error or omissio n ha s been mad e, he/she shall d etermine the corrective actions and advise the
Pa ge 0.4
Temple C1ty Bid Package, NIB P14-13D, Document Control Page 28 of 67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: Pl4-13D
City of Temple City
Cont r ac tor accordingly. If the corrective work assoc i ated w ith an error or omission increases or
decreases the amount of w o rk called for in the Contract , th e Ci ty sha ll iss ue an appropriate Change
Order. After discovery of an error or omis sion by the Contractor, any rela t ed work perform ed by the
Contract or shall be done at it s ri sk unless authori ze d by the Pub lic Works Directo r or his/her
designee.
5. Changed Cond itions:
Th e plans for the work show cond itions as th ey are believed by City Eng ine er to exist , but is not
in t en d ed or to be inferred t hat the conditions as shown t he reon constitute a r epresentation by t he
City that suc h conditions ar e actu ally ex istent, nor shall the City be lia bl e for any loss sustai ned by
the Contractor as a result of any varia nce of the conditions as shown o n the plans an d the actua l
conditions revea le d during the progr ess of th e work or otherwise. Th e word "conditions" as used i n
t h is paragraph includ es, but is not limite d to, site conditions, both surfa ce and su bsurface.
The Contractor sh a ll examine th e site, compare it w ith the drawings and speci fic ati on s an d shall
satisfy itself as to the co nditions under which the work is to b e performed. The Contractor sha ll
ascert ain and chec k th e location of all ex isting structures, utiliti es and equip me nt which may affect
it s work. The Contractor sha ll be respons ibl e to r e-exami n e the site, as necessary, for performance
of change orders or other pro pose d changes which may affect its wo rk. No allowance sha ll
subsequent ly be mad e on the Contractor's beha lf for any extra ex pense or loss of time which
incurred due to fai lure or negligence on its part t o m ake suc h examina tion.
6. Const ruction Stak ing:
The Co ntractor shall be respon si ble for co nstru ct ion staking.
Unles s otherw ise prov id ed in the specia l provision, lines and gra d es for t he construction shall be the
respons ib ility of the con tractor, wi th the f ollowi ng provisions:
All work un der t h is co nt r act sha ll be bu ilt in accordance with th e l ines an d grade s shown on the
p lans . Fie ld survey fo r esta b lishi ng t he se, and for the control of con struction, shall b e the
resp onsibility of the Contractor. All suc h survey w ork including construction st aking shall b e done
under the sup ervision of a Cali fo rnia licensed Land Surveyor or authorize d Civil Engineer . Staking
shall be done on all items ordinarily requ i ring gra de an d alig nment , at interval s normally accepte d
by th e agencies and trade involved .
The Contractor shall provide a copy of the office calculations an d grade sheets to the City Inspector.
The Con tracto r shall b e res ponsib le for any error in th e finished work, and shall notify t he Engineer,
in writing, wi thin 24 hou rs of any di scre p anci es, or de sign errors during the construction staking.
Prior to the start of co nstruction, any Survey Monu ments and Bench Marks ha v i ng direct conflict
with the constru ction shall be refe rence d i n the fiel d an d "corner records" sha ll be prepared and
submitted by the supervising l icense d Land Surveyor, to t he Engineer, on certified official reco rd
forms fo r fil i ng in the offic e of the County Surveyor. All t h e Survey M onument s an d Bench Marks
Page D.S
Temple C1ty Bid Package, NIB P14-130 Documenl Conirol Page 29 o167
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT S800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14 -13D
City of Temp le City
remove d an d/or altered during the construction shall be reset an d certified "corner r ecords" sha ll be
submitted by the Land Surveyor, to th e Engineer prior to the fin al acceptance of the construction.
Unless a separate b id item is provided, the payment for surveying, construction staking, setting of
the Survey Monuments and Bench Marks, preparing corner records, professiona l services, office and
field calculations, furnishing all labo r, materials, eq uipment, tools and i ncidentals, and for doing all
the work involve d, shall be conside r ed as in cluded in the items of work for which the surveying work
is performed, and no additional compensa t ion will be allowed.
7. Notice t o Proceed:
Notwithstanding any other provis ions of the Contract, the Contractor shall not be obligated to
perform any wo r k an d th e City shall not be obligated to accept or pay for any work performed by the
Contractor prior to delivery of a Notice to Proceed. The City's knowledge of work being performed
prior to delivery of the Notice to Procee d shall not obligate the City to accept or pay for such work.
The Contractor sh all provid e all requi r ed contract bonds and evi dences of insurance prior to
commencing wo r k at the site.
8. Contract Time :
The Cont ractor shall subm it ev id ence to the City that all material s have been purchased by the date
indicated in the construction sche dul e in IN STRUCTIONS TO BIDDERS SECTION of these
specifications. The date construction sha ll b egin will be speci fied in a Notice to Proceed, by the date
indicated in the construction sc h ed u le in INSTRUCTIONS TO BIDDERS SECTION of these
specifications.
Except as otherwise p rovided in the Specia l Provis ions, wor king hours in traffic lanes will be
restricted to between t he hours of 8:30a.m. and 3:00 p.m., an d, except as otherwise stated i n the
Special Provi sions or approved by the Pub lic Works Director or his/her de signee, working hours for
areas not affecti ng traffic are between 7:00 a.m. an d 4:00 p .m. Monday through Friday, excluding
legal holid ays an d weekends.
During periods when weather or other conditions are unfavorable for construction, the Contractor
shall pursue only such portions of the wor k as shall not be damaged thereby. No portions of the
work whose accep ta ble quality or efficiency will be affected by any unfavorable conditions shall be
con st ructed wh il e those co nd itions ex ist. It is exp r essly understood and agree d by and b etween the
Contractor and t he City that the Contract t i me for completion of the work described herein is a
reasonable time takin g into consideration the average climatic and economic conditions and other
factors prevailing in the locality of the work.
9. Delay in Obtaining M at erials:
No extension of time will be granted for a delay caused by the inability to obtain materials unless
the Contractor ei t her obtains advance written approval fro m City Engineer or obtains from the
supplier an d furnishes to the Engineer documentary proof that such materials coul d not be obta ined
due to war, government regulation s, labor d isp utes, strikes, fires, floods, adverse weather
Pa ge 0 .6
Temple Crty Bid Package , NIB P1 4-130. Document Control Page 30 of 67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
conditions necessitating the cessation of work, or other sim ilar action of the elements. Th e
Contractor is requ i red to ord er mate ri als i n a timely manner as spec ified in the "I nstruction to
Bidders".
10 . Record Drawings:
The Cont r actor shall m aintain at the job site one (1) set of record drawings. At the end of each
working d ay, the Contractor shall submit to the In spector an accurate "as-built" drawing of any
changes that occurred from the app roved plans and drawings, incl ud ing Change Order wor k,
changed conditions in th e field, and/or claimed extra work. Th e Cont r actor sha ll be respon sible to
obtain the Inspector's written approva l of the acc ura cy of sai d draw i ng. No invoi ce wi ll be accept ed
for processi ng unt il all wor k inc l uded therein is acc u rate ly shown on the record drawings.
11. Materials:
Material Specifications:
Whenever any material is spec ified by name an d number thereof, suc h specifications sha l l b e
deeme d to be used for the pu rpose of f ac il it ati ng a descri ption of the materials and establishing
t he quality of the m ater ials to be used. All mate r ial s shall be new and t he bes t of their class and
ki n d. No substitution wil l be pe rmitted which h as not been appr oved in writi ng by the Public
Works Director or his/her des ignee .
Materi al List:
A co mplete m at eri al l ist shall be su bmitted prior to perfo rm ing any work. Catalog data and fu ll
descriptive literature and ma nufacturer's spec ifications an d installation instructions shall be
sub mitted w h enever the use of items different than those specified is re q uested.
The material list shall be submitted using the following sa mple layout (double spaced between
each item).
Item No . De scri ption Manufacturer Model Number
1. materia l ABC Corp. XXX
Approva l of Subs titutes:
Approval of a ny it ems, alternat es or substitutes indicat es only that the prod uct(s) apparently
meet the requirements of the drawin gs and specifications on the basis of the information
an d/or samp le s submitted.
Contractor's Respo nsibility:
Manufacturer's warranties shall no t relieve the Contract or of liability under these Specifications.
Such warr anties on ly shall supple ment t he Contractor's respon sibility.
Page 0 .7
Temple Crty Bid Package , NIB P14-130 Document Cootrol Page 31 of 67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
12. Inspectio n an d Tes ting:
All m aterials f urnished and all w ork performed under the Contract shal l be subject to re view by t he
Pub lic Works Director or hi s/her de sig nee. Suc h review may i nclude m ill, plant, sho p, nursery, or
f ie l d inspection as requi red. City En gi ne er sh all be p ermitted access to al l parts of the work,
including pl ants w he r e m aterials are m anufactu re d or fa brica t ed, and sha l l b e furnish ed with suc h
mat erials , inform ation and ass istance by th e Contractor and its subcontractors an d su pplie rs as is
required to make a complete and d etailed i nspection.
The Ci t y will provide st andard progress bui lding and publ ic works i nspection at no cost to t h e
Contract or. Contractor shal l arrange and p ay for all other inspections r equired by ord inance or
governing authorities , i n clud ing t ests in connection therewith, as may be assig ned to it in other
sectio ns of the spec ifications.
Where requ ired by th e Bui lding Co de, specialty inspectors sha ll be provided by th e City at no cost to
the contractor. Th e Contract or sha ll requ es t sp ecialty inspe ctor at l east forty-eight (48) hours in
advan ce of an anticipated i nspe cti on .
City shall perform comp action tests as r equired .
It shal l be the Con t ra ctor's responsibi li ty to obta in I nspectio n in a timely m anner prior to procee d ing
with any ph ase of constructi on . Th e Contractor shall neither allow nor ca use any of its work to be
cove red or enclose d unti l it ha s b ee n i nspec t ed, teste d an d approve d by the Public Works Dir ector
or hi s/her de sig nee.
City Engineer w ill m ake, or have made, such in sp ections and tests as he de ems necess ary to see that
the wor k is being accomplished in accorda nce wi t h the requiremen t s of t he Contract. In the even t
such inspect ions or tests revea l non-compl ia nce w it h the re qu i r ements of the Contract, the
Contractor sha ll bea r the cost of such co rrective meas ures de emed necessary by the Pub lic Works
Direct o r or his/her d es ignee, as well as the cost of the su b se quent r e-in spec t ion an d re-testing. It
shall be understood an d ag reed t hat the inspection or making of t ests shal l not constitute an
acceptance of any portion of the work nor rel ieve t he Contractor from compliance w ith the terms of
the Contract.
Standard p rog r ess bill ing and publ ic work s insp ections sha ll be requested by t he Contractor at least
twenty-four (24 ) hou rs in advance of an anti cipate d in spection.
Work done in the absence o f prescr ib ed inspectio n may be required to be removed and re plac ed
und er t he proper inspectio n, an d the e ntire cost of r emova l and r e plac eme nt, inclu ding th e cost of
al l materials w hich may be furn ish ed by th e City and use d in th e work t h us removed, sha ll b e borne
by th e Contracto r, r egardless of whether the w ork removed is f ound to be defective or not. Work
co vere d without the authority of City Eng i neer sha ll, upon ord er of the City En gi neer, be uncovere d
to the ext ent req uired, an d the Contractor shal l si mi larl y bear the entire cos t of p erform ing all t h e
work and fu rn is hing all the materials nece ssary for the remova l of the coveri ng and its subse qu ent
replacement.
Page 0 .8
Temple Crty Bid Package, NIB P14-13D. Document Control Page 32 of 67
D . SPE CI FICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
N OTICE I N VITING BID NO.: P1 4-13D
City ofTempl e City
13. Project Schedule:
The Contractor sha ll submit a Construction Schedule to City Engineer prior to beginning
construction. No work may be started until the Schedule has been approved i n writing. The work
shall be sche du led to assure that construction wil l be completed within the speci f ied time. The
Contractor sha ll be held responsible for coordination of all phases of the operation so that the time
schedule can be met.
If the Contractor desires to make a major change in its method or operations afte r commencing
construction or if its Schedule fails to reflect the actual progress, the Contractor sha l l submit to City
Engineer a revised Con structio n Schedu l e. Said Schedule sha ll be submitted i n advance of beginni ng
revised operations or within two (2) worki ng days after notification by the Public Works Director or
his/her designee, as appropriate. City Engineer may suspend all progres s payments if the Contractor
fa i ls to comply.
14. Markup :
Section 3-3.2.3 (a) of the Standard Spec ifications hereby is supplemented by the following:
For extra work and change orders the fo ll owing percentages shall apply:
A. LABOR COSTS
1. Labor markup for employer taxes standard federa l /state rates, approximately: 10%
2. Labor markup for fringe benefits (if fringe benefits are not included in the labor cost : 15 %
3. Labor overhead markup : 10%
4. Profit markup: 10%
B. MATERIAL, EQ UI PMENT, SUBCONTRACTOR COSTS
On ly 5% markup by prime contractor wi ll be allowed on materials, equipment and subcontractor
costs. No other additional m arkup s (overhead, profit, etc.) will be allowed.
C. After the tota l amount is established by adding the above items, an additional 2% markup for
INSURANCE AND BO NDING COSTS will be allowed.
The subcont ractor costs shall be established using the same cost accounting principa l above.
The markups menti oned hereinafter sha ll include, but are not lim ited to, all costs for the serv ice s of
superintende nts, p roj ect managers, timekeepers and other personnel not working directly on the
change order, and pickup or yard trucks use d by the above personnel, and other vehicles and/or
equipment present at the job site but n ot directly used in actual construction activities. Incidental
movem e nts of labor, materials, sup plies or equipment shall not be considered as use in act ual
construction activ it ies . The se costs sha ll not be reported as labo r or equipment e lsewhere, exce pt
when actually performing work directly on th e change order and t he n sha ll only be repo rted at the
labor classification of the work performed.
Page 0.9
Temple C1ty Bid Pa<:kage, NIB P14-13D. Document Control Page 33 of 67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: Pl4-13D
City ofTemple City
The City shall not pay for the cost of forem e n or ve hicles used by foremen unless authoriz ed in
advance by t h e Enginee r.
REMOVALS AND GRAD IN G
1. Remova ls
1.1 All material re moved from the project sh all be dispose d of by the Contractor i n an acceptable
manner i n an area approved by the City Eng i nee r . Th e Contractor sha ll strictly ad here to the
requirements of Section 300-1.3 .1 and 300-2.6 of the Standard Specifications to avoid, to the
fullest exte nt possible , contaminatio n of any drainage sys tem . Removals shall includ e, but not
be li mite d to, all excess excava t i on material, trees and pl ants, debris, i nte rfering portion s of
curb, gutt ers, P.C.C. and asp halt concrete (including base, w h e re appli cable), pipes, traffic
signals and appurtenance s, an d misce ll aneous items as shown on the Plan .
a. Contractor shall not start any remova l work unless it is prepared to perform r econstruction
work w it h in 24 hours of the ti me removals were b egun, unless otherwise approved by the
Engineer.
b. Contractor shall not rem ov e on-s ite improve m ents until it is prepared to cons truct the
adjacent str eet secti on and shall promptly r est ore all such improve m ents as ap p li cable,
upon com pletion of the ad j ace nt stree t wo r k.
1.2 A.C. an d P.C.C. Pa ve m ent an d P.C.C. Cur b and/or Gutter, Walk an d Driveways. Unl ess otherwise
specified on Pla ns , all improvements to be removed must be sawcut. Complete removal of base
shall be i ncl u ded as a part of the removal of these items and shall be includ ed in the bid price
therefor. Ex isting base may be reuse d if it conforms to the r equirements of the Standa r d
Specifica t io n s.
1.3 Miscellaneous Remo vals and Relocation s. This item shall i ncl ude all remova ls not specifically
listed in t he Bidd er's Proposal or otherwise covered by these Specifications such as all necessa ry
re lo cations an d r es torations of va lve cov ers, sig ns an d other items, whet he r shown on the Plans
or not, an d as nece ssary to com pl et e t he improvements . Contractor shall be r esponsible to
rev iew the project si t e prior to biddin g an d to i ncl ude all su ch work, whether or not sh own on
the plan, in its bid p rices for this item .
1.7 Lim its . The Contractor shall meet w ith the Inspector pri or to making removals to verify the
limits of r emovals and the loca tions of joins, to es t ablish smooth joins and to assure proper
drainage. Th e Contractor may make minor changes in the location of joins and the limits of
remova ls, provided a smooth joi n and proper drainage sh all be achieve d and it has obtained
prior written approval from t he Public Wo rks Director or hi s/her d es ign ee.
1.8 Existing Pav em ent Section s. The th ic kn esses of existing AC and PCC pa veme nt and base sections
may vary. Th i ckn esses, if shown, are intended to indicate the ap proxi mate quantities for
removals and are in no way guaranteed . No extra paymen t shall be allowed for variances found
in the field.
Page 0 .10
2. Earthwork
Temple C•ty Btd Package NIB P14·13D. Document Control Page 34 of67
D. SP ECI FICAT IO NS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
2.1 Excavatio n. Excavation shall include removing, hauling, disposing and pl acing i n f ill embankment
all materials be low the existing base to the subgrade elevations indicated on the plan.
Earthwo rk, su bgrade preparatio n an d fine gra ding sh all conform t o the applicable requirements
of Sect ion 300-2 an d other pertine nt sections o f the Stan dard Speci f ications. The Contractor
shal l be res ponsi ble to meet grades shown on the plan, incl uding remova l of excess excavation,
import of top soil and structura l backfi ll , as applica b le. Th e City neither warrants nor implies
that there w ill be an earth balance on t hi s project.
Attention is directed to the Standar d Specifi cations regarding the protection an d preservation of
existing soil and fences during excavat ions . The Contractor shall use temporary shoring or other
protective m ethods to support these improvements and insure that no damage will result to
them by v i rtu e of the Contractor's wor k.
Full compensat ion for doing all work involved in protecti ng and preserving improvements on
private prope rty sha ll be considere d as included in va rious bid prices, and no additional
compe nsation w ill be allowed therefo r.
2.2 Unsuita b le M ateri al. If uns u it able mate r ial is foun d, the Contract or shal l remove said material
to the l im its to be determined by the Engineer and shal l rep lace sa i d material w ith se l ect fil l or
base material, as to be determined by the Engineer. Payment for removal and rep lacement
shall be ma de at t he unit price b id for Base, except the City sha ll be entitled to a credit to be
negotiated if se lect fill or a lower classification of base materia l is used for replacement material.
2.3 Grading. All gr ading operation shall conform to section 300-4 of SSPWC
3 . Subgrade Preparation
3.1 Section 301-1 of the Standard Speci f ications is hereby sup p lemented by the following section:
a. Contractor sh all immediately review the site to discover all surface improvements, including
all ut ility va u lts, manholes, va lve covers, pull boxes, an d other cu lture, which may or may
not be shown o n t he plans. Con tracto r sh all b e respo nsible to make m i nor adjustments to
t he subgrad e as necessary to j oi n .
b. Contract or sh al l be responsible to report any discre pancies or pr oblems to the Inspector
immediat ely an d shall be respons ible t o p lan and schedule its operations in such a manner
so as not to c reate a delay shoul d a review be required by the Engineer.
c. Contracto r shall be responsible to adjust pull boxes and valve covers to gr ade, if required,
subject to t he approval of the utility company.
d . Adjustment of Valve Covers to Grade . Contractor sha ll be required either to remove valve
covers below the depth to be removed and restore said covers to finish grade upon
Page 0 .11
---------------------------
Temple Clly Bid Package, NIB P14-13D Document Coolrol Page 35 of 67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT S800 TEMPLE CITY BOU LEVARD
NOTICE INVITI NG BI D NO.: P1 4 -13D
Cit y ofTemple City
comp letion o f each day's p aving or to conduct its operations in su ch a manner as to not
di stu rb sa id it ems. The Contractor, at its own expe nse, shall be res p onsi b le to repair or
rep lace any valve covers damaged by its operations.
CO NCRETE AND AS PH A LT CONCRETE
1. P.C.C. CONSTR UCTION
1.1 General
a. Where n ew construction joins ex isting construction, t he new work shall be made to m atch
the ex isting concrete i n grade, col or , fi nis h and scori ng as nearly as practica bl e.
b. Contractor shall construct and i nstall a two-i nch (2") w i de joint f ille d with Joint Sealing
compound, at all joins between concrete pa veme nt and as phalt concrete pavement in
conformance with the manufacturer's instructions for use. The Joint Sealing compound
shall conform to Type "C" Sealant per Section 201-3 of the Standard Specifications. The
Contractor shall obtain approval for the propose d sealing compound and method of
application f rom the City Engineer prior to use. All excess seali ng compound sha ll be
thor oughl y cleaned up and re m oved.
1.2 Si dewalk and Whee l chair Ramps. Sha ll be constructed in accordanc e w it h Sect ion 303-5 of the
Standar d Spec ifi cat ions .
1.3 Curb, curb and Gutter, Valley Gutter , driveways. Curb and gutter sha ll be constructe d with
standard fo r ms or with slip-forms pe r Section 3 03 -5.2 of the Standard Specifications. Modify
height to match existing curb & gutter at the join point and match top of si dewalk where the
side wa lk is adjacent to curb.
1.4 Catch basin. Ca t ch basi n construction shall be per section 303 of the SSPWC.
1.5 Masonry and bri ck. Masonry and brick walls and pilasters constr uction shall con f orm to se ction
303-4 of the SS PWC.
1.6 Pipe. Cast iron pipe shall conform to section 207 of t he SSPWC.
1. 7 Protection. The Contractor sha ll be responsible to protect all new concrete work from being
etched, scratched or otherw ise marked following plac em ent thereof. If new concrete work is
marked, the Contr actor shall replace it at his/her ex pense in accordance with Section 300-1.3 of
the Standard Specificati on s.
2. ASP HALT CO NCRE TE
2.1 Permanent Pavement . Asphalt Concrete (AC) sha ll conform to the provisi ons of Subsections
203-6 and 302-5 of the Standard Specifications. The surface cou rse shall be Class C2-PG 64 -1 0 .
Page 0 .12
Temple c.ty Bid Package, NIB P14-130 Document Control Page 36 or 67
D . SPECIF ICAT IONS
DEMOLITION OF THE BUILDING AT 5800 T EM PLE CITY BOULEVARD
NOTICE INVITING BID N O .: P14-13D
City ofTemple Cit y
AC not otherwise specified sha ll be Class B-PG 64-10. AC used for le veli ng cou r se shall be Class
D2 -PG 64-10.
2.2 Temporary Pavement. Temporary AC Pav ement shall conform to the above requirements,
except temporary AC will be Class 02-PG 64-10. All trenches and travel lanes must be paved
with temporary AC until permanent pavement has been constructed.
2.3 Tack Coat . A tack coat shall be applied between ba se an d finish courses when the f inish course is
not placed im medi ately after the base course, and the existing paved surfaces where new
asphalt concrete overlaps existing pavement or abuts existing pavement along cut trench edges
or curbs. Tack coat sha ll b e as specified in section 302 -5.3 of the Standard Specifications.
2.4 Leveling Co urse. Leveling course sha ll be Type 11 1-D-PG 64-10 and sha ll co nform to the
provisions of Section 400-4 of the Sta ndard Specifica tions .
2.5 Payment. There shall be no payment for furnishing inst allation, maintenance, removal or
disposal o f temporary AC pavement, and all costs thereof shall be absorbed in bid prices for
work to which the t emporary pavement is nece ssa ry.
3. BASE
3.1 Sections. Where known to be required, ba se is shown on the Plan and incl u de d in the Bidders
Proposal.
3.2 Material Specification. Aggregate base for pavement, curb, gutter and other improvements
shall be Crushe d Aggregate Base an d shall conform to Section 200-2 of the Standard
Specifications. Con struction shall conform to Sect ion 301-2 of the Standard Specifications.
CONSTRUCTION COORD IN ATION , PHAS ING, & RECYCLING
1. Util ity Compa ni es Coordi na t ion
1.1 The Contractor shall provide coordin ation w ith all the utility companies involved and sha ll
provid e protecti on fro m damage to their facilities. The Contractor shall be responsib le for repair
or replacement to said facilities made necessary by its fail ure to provide required protection.
The Contractor is requ ired to inclu de utility requirements in the Construction Schedule .
1.2 The Cont racto r shall notify all ut ility agencies and owners of all facilities w ithin the area of
constructio n a minimum of five (5) wor k days in advance of performing any work within said
area.
1.3 The Contractor sha ll protect all uti lities and other improveme nts which may be i mpair ed during
construction operatio ns . It sha ll b e the Contractor's responsibility to ascertain the actual
location of all existing utilities, inc luding service laterals, and other improvements indicated on
the drawings that will be encountered in it s constructio n operations, and to see that such
utilities o r other improvements are adequately protected from damage due to such operations.
Page 0.13
TempleC!y BldPac~age NIBP14-130 DocumentControiPage37of67
D. SPECIFICAT IONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
The Contractor shall take all possib le precautions for the p r otection of unforeseen utility lines to
provide f or unint e rrupted service a nd to provide such special protection as may be directed by
the Engineer.
The Contractor shall be solely responsible to check all utility record maps, books, and/or other
data in the possessio n of the City, oth er agencies, and/or all ut ility companies, an d no allowance
shall be made for any failure to have done so.
1.4 It sha ll be the Contractor's respons ibility to completely remove all "construction graffiti" (spray
paint or other m arking for utilities, survey points and const ruct ion limits) prior to acceptance of
the work as completed.
1.5 The Contractor shall utilize the services of "Und erg round Service Alert-Southern California" for
utility locating in all public right-of-ways by calling 1-8 00-422-4133 at least 48 hours prior to any
excavation.
1.6 If in the course of construction the Contractor damages a sewer lateral or water lateral, it shall
be responsible to completely expose sai d lateral from the main line to the point of connection at
private property to verify integrity of all joints to the sa tisfaction of the Inspector. This shall not
be conside r e d to be extra work and no extra costs sha ll be allowed therefor.
1. 7 All se w er, i nc lud ing lat era l repa irs, shall be cons t ructe d of vitrified clay pi pe only, u nl ess
otherwise ap prove d in writing by th e engineer. Pla st ic pipe sha ll not be use d.
2. City of Temple City Lice nse and Permit. Th e Contracto r shall obtain a City Business License
(Contractor shall pay for it) and a no-fee Co nstruction Permit befor e commencing construction.
3. Excavation -Changed Conditions. Pursuant to Section 7104 of th e Public Contract Code, for any
t r enches or other excavations that exten d deeper than four feet below the surface:
3.1 The Contractor shall promptly, and before the followi ng conditions are disturbed, notify the
Engineer in writ ing, of any:
a. Materia l that the Contractor believes may be ma terial that is hazardous waste, as defined in
Section 25 117 of the Health and Safety Code that is requ ired to be removed to a Class I,
Class II , or Class Ill disposa l site in acco rda nce with provisions of existing law.
b. Subsurface or latent physical cond itions at the site differing from those indicated.
c. Unknown physica l conditions at th e site of any u nu su al nature, different materially from
those ordinarily encou ntere d an d generally recognized as inherent in work of the cha r acter
provided for i n the contract.
3.2 The Engineer shall promptly investigate the conditions, and if he finds that the conditions do
materially so differ, or do involve hazardous waste, an d cause a decrease or increase i n the
Page 0.14
Temple C1ty Bod Package. NIB P14-13D Document Cootrol Page 38of67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT S800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: Pl4-13D
City ofTe mpl e City
Contractor's cost of, or the t i me re quired for, performance of any part of the work shall issue a
ch ange order under th e procedures described h erein.
3.3 In the event t hat a dis pu te arises between the City and the Contractor wheth e r the conditions
materially differ or involve hazardous waste, or cause a decrea se or i ncreas e in the Contractor's
cost of, or time requi re d for, performance of any part of the work, the Contractor shall not be
excused from any scheduled completion date provi ded for by the Contract, but sha ll proceed
with all wo r k to be performed u nd e r the Contract. The Contractor shall retain any and all rights
provided eithe r by Contract or by law which pertain to the re solution of di sputes and protes t s
betwee n the contracting parties.
3.4 Th e Con tractor's attention he reby is directe d to Section J.4 herein regard ing "Claims ". Th i s
Section sha ll app ly to any dispute ari si ng from the above.
4 . Public Convenience and Safety
4.1 The provision of Section 7-10.1 {Traffic an d Access), Section 7 -10.2 {Storage of Equ ipment and
Materia ls in Public St r eets), an d Sect ion 7-10.4 {Public Sa f ety) all as contained in the Standard
Specifications, shall be ap plica ble to this project.
4.2 At the end of th e Work Day the job site sha l l b e left in a neat and orderly manner. Roadw ay and
pa rk ing shall b e made avai lab le wherever poss ible to the satisfactio n of the Pub lic Works
Dir ector or his/her d esignee.
4 .3 During cons t r uction the Contractor shall provide adequate access to each residence or busine ss
affected by this pro ject t o the satisfaction of the Engi nee r.
4.4 Should any change in these requirements be necessi t ated by ext raordi nary occurrences or
requi rements during the execut ion of the work, t he Contractor sh all obta in prior written
approval of the Engin eer.
5 . Sani t ary Conditions. The Enginee r may from time to time prescr ibe rul es and regulations for
maintaining sa nitary cond itions along t he work and the Con tractor sh all enforce observan ce of the
same by it s e mployees and the employees of t he su b co ntractor, an d, if the Contractor fails to
enforce these ru les and regulations, the Eng ineer shall have the authority to en force the m.
6. Air Po llution an d Dust Control. The co ntractor shal l adhere strict ly to Section 7-8.1 an d Section 7 -8.2
of the Standard Specifications th roughout th is entire project.
7. Water Po ll ution Control. Th e Contractor shal l adhere st ric tly to Secti ons 7-8 and 7-10 of the
Stan d ard Sp ec ifications thro ugh the entire pr oject . Th e Co ntra ctor, witho ut limitation, shal l be
r es ponsib le to provide and implement Bes t Man agement Pr acti ce s to comp ly w ith Nati onal
Poll ut ion Disc harge Elimination Syste m {NPDES) stand a rd s and prac tices. The Contractor shall be
responsible, to the full es t extent possib le, not to perm it any contaminants, inclu di ng soil, to enter
any drainage sys t em . Co ntractor sha ll be responsible to be prepared to provide hay ba les or similar
devices to prevent erosion from being washed into the storm drain system. Con t ractor shall be
Page 0 .15
Temple C1ly Bid Package NIB P14-13D Document Coolrol Page 39 of 67
D. SP ECIFICATIONS
DEMOLITIO N OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14 -13D
City ofTe mp le City
responsible to maintain equipment so t hat oi l, grease, gasoline, diesel fue l, et al., does not
conta m inate ar eas subject to run-off. Th e Con t racto r and its Surety shall fully indemnif y the City for
any pollution damage and/or cleaning costs.
All construction on off-site or on-site improvements sha ll adhere to NPDES (Na t ional Pollution
Discharge Elimination System) Be st Management Practices to prevent deleterious materials or
pollutants from entering the City or County storm drain systems.
The following are the areas to be addressed:
1. Handle, sto re and dispose of materials p r operly.
2. Avoiding excavat io n an d gr ading activities during wet weath er.
3. Cons t ruct divers ion dikes and drainage swales aro u nd worki ng sites.
4 . Cove r st ockp i les an d excavated soi l w it h secured tarps or plast ic sheeting.
5. Develop and implement erosion control plans.
6. Check and repair leaking equipment away from construction site.
7. Designate a location away from storm drains for refueling.
8. Cover and seal catch basins whenever working in their vici nity.
9. Use vacuum with all concrete sawing operations.
10. Never wash excess material from aggregate, concrete or equipment onto a street
11. Catch drips f r om paver with drip pans or absorbent material.
12. Cl ean up all spi ll s us i ng dry metho ds.
13. Sweep all gutters at the end of eac h working day. Gutte rs shall be kept clean after leaving
construction site.
14. Call911 in case of a hazardous spi ll .
15. Keep a running log of all activities in connection with the Storm Water Pollutio n Pr evention Plan
(SWP PP)
16. Name a perso n, on site, respons ib le for complying with S.W.P.P .P.
CONTRACTOR TO COMP LY W ITH THESE REQUIREMENTS AND CITY ENGINEER'S DIRECTIONS DUR I NG
THE COURSE OF CO NSTRUCTION.
8. Soli d WastE Ma nagement and Recycl ing Plan .
The contractor sh all submit a Solid Waste Managem ent an d Recycling Plan to the City Manager's
Office for review an d approval prior to issuance of a demolition permit and/or grading permit for
the project. Said plan shall ind icate that the permittee/contractor shall provide documentation such
as receipts fro m landfills, salvage and recycling facilities upon comp letion of the
demolition/construction. Said plan sha ll identify:
A. Types of ma t eri als for recycling, reuse o r sorting
B. Esti mated q uant ities
C. Separation r eq ui rements
D. On site storage
E. Transportation method s
F. Desti nations
G. Plan manage r (contractor's representative)
Page 0 .16
Temple Coty Bid Package, NIB P 14-130 Document Coolrol Page 40 of 67
D. SPECIFICATIO N S
DEMOLITION OF THE BUILDING AT SSOO TEMPLE CITY BOULEVARD
N OTICE INVITING BID NO.: P14-13D
Ci t y ofTempl e City
Prior to issuance of a demolition and/or grad i ng permit, the permittee/contracto r shall contact the
Cal iforn ia Int eg rated W aste Ma n age m e nt Boa rd (recycling ho tline 80 0-553-29 6 2) to obtain an
approved recycler (processor and/or receiver) for demolitio n and constru ctio n waste. At the
minimum the con t ractor shall recycle each of the following demol ition and constru ction waste
materials:
• Asphalt paving: 75%
• Concrete and concrete masonry unit s: 75 %
• Non-lead based painted wood wastes (dimensional lumber and broken crates and pallets): 50 %
• Metals: 60%
• Toilets: 75%
• App liances: 75%
• Copper cab le/wire : 50%
• Transfo rmers and b all asts: 100%
• Fluorescent lamps: 100%
• Glass : 50 %
• Unpainte d gyps um board: 50 %
A minimum of 50% of the total weight of the waste (demolit ion and constructi on wastes) shall be
diverted f r om landfill .
9. Legal Address of Co ntract or. The add r ess given in t he Bi dde r's Pr o posal is h ereby d es ignated as t he
place to which all noti ces , letters, an d ot her communications to t he Con t racto r wi ll be mai led or
delivered, except such notices and communicati ons as shall be given by the City's Inspectors to the
Contractor's des ignat ed Superintendent in the field . The mailing or delivering to said address of any
notice, letter, or ot her communication, or the hand-delivery to said Superintendent, shall be
deemed sufficient se rvice thereof upon the Contractor. The date of such service shall be the date of
such ma i ling or de li very. Said address may be changed at any time by a written notice signed by the
Contractor an d de l ive r ed to the Engineer .
TRAF FIC REQ UI RE MENTS
The Contractor sh all be r es ponsib le to furnis h, insta ll an d maintai n suc h d evices which ar e necessary to
provide safe an d effici ent passage for the traveling publ ic through the work area, f o r the safety of
pe r sonnel present in t he work area, and to minimize inconvenience to adjacent properties.
All work and materials to implement const ru ction staging and traffic control shall comply with the
Ca ltrans Manual of Traffic Controls for Cons t ruction and Maintenance Work Zones. Sign s, markings ,
st r iping, barricades, d el i neators and all m aterials shall conform t o applicable Caltrans standards an d
specif ications.
1. St reet Clos ures, Deto ur s an d Ba rrica des.
1.1 All costs invol ving street closures, det ours, delineators and barricades sha ll be pa i d by the
Contract.
Page 0 .17
Temp1e C1ty Bid Package, NIB P14-13D. Document Conb'ol Page 41 of67
D. SPECIFICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14 -13D
City of Tem ple City
1.2 The Contractor sha ll notify:
Bryan Ariizumi, Pub lic Sa f et y Officer, (6 26) 285-2 171, at lea st ten (10) working days before
closing or partially closing any street or alley.
1.3 The Contractor shall notify t he following agencies at lea st two (2) working days before closing or
partially clos i ng any street or alley:
Temple City Po l ice Department : Co unty Sheriff's Station, 626-285-7171
Templ e Ci t y Fi r e Department : 626 -287 -9521
1.4 Immedia tely up on completion of the co nstruction work and open ing or re opening of any str eet
or al ley, t he th ree (3) parties above shall be notifi ed .
1.5 The Contractor shal l install, maintain, and remove all temporary d elineators, b arricades, lights,
warning signs and other facilities necessary to con t ro l t raffic as specified in the "Work Area
Traffic Contr o l Handbook" (WATC H Manual). Flashing Arrow Sign (FAS) are required for all lane
closures. Material s for a tempor ar y f acility may b e provided from new or used materials. If
used materi als are provided, t hey shall be sou nd, in go od condition and otherwise meet the
requirements of new materials. All t r affic control devices sh all be free of graffiti, and the
Contractor shall be respon sible to im m ediately clean and/or r eplace any d evice to the
satisfaction of the Engine er . The Cont ractor wi ll be allowed no more than one (1) w ork d ay to
r em ove gr affit i .
1.6 All traffic delineators used at nig ht sha ll display two white retro-reflective bands. The upper
band shall be a minimum of 3", but not m ore than 4", from the top an d shal l be 6" wide and the
lower band shall be 4" wide . Th e two ba nds shall be se pa r ated by a minimum 2" space .
1.7 All excavat io ns sha ll comply with and the Contractor's attention hereby is di rected to the
following suppl emental requirements for STREET EXCAVA TI ON S.
STREET EXCAVATI ON S
a ) Every person m aking an exc avation, cut or fill in or under a street sh all r estore t he surfa ce
thereof i n accordance with the provisi on s of this section.
b) Every perso n making an ex cavation, cut or fill in or under a street shall, until the permanent
pa veme nt is replaced:
1) Ma intain the surfa ce of the bac kf ill or of the temporary pavement at an elevation equal
to that of the adjoi ning street su rface an d i n a manner safe fo r vehicles and pedes trian
t r affic.
2) Pl ace and m aintain barriers at each en d of excava t ion, cut or fill and at such pl aces al ong
the excavation, cut or fill as may be necessary to prevent accidents, but with a
maximum i nterval of one hundred {100) feet; and sh all place an d maintai n a sig n on
Page 0 .18
Temple C1ty Bid Package, NIB P14-130 Document Control Page 42 or 67
D . SPECIFICATIONS
DEMOliTI ON OF THE BU ILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
City ofTemple City
every such barrier with l etters not less than three (3) inches in height, which sig n shall
sta t e the name of the pe r so n making the excavation .
3) Place and maintain warning lights at each end of such excavatio n, cut or fill and at
inter va ls of not less than fifty (SO) feet along the sides thereof from sunset each day to
sunrise of the next day. A fee of Ten Dollars ($10.00) per day shall be charged such
person fo r each barrica de or warning light place d or replaced by the City where this
Article is violated by the absence of said barricades or warn ing lights.
4) Pl ace and maintain any an d a ll signs, warning signs, detour signs an d/or directional signs
as r equired by the project specifications or as re quired by the Public Works Director o r
his/her d es ignee. A fee ofTen Doll ars ($10 .00) per day shall b e charged such person for
eac h such sig n placed or r eplaced by the City where this Article is violated by the
abse n ce of said signs .
5) In t h e event any tempora ry or sub-paving is provided and traffic is allowed to drive upon
suc h temporary sub-paving, all st riping or other p avement markings which existed in
that location prior to the st a rt of work shall be replaced or changed as required by the
City Engineer . A fee of Te n Dollars ($10.00) per square foot of pa int and Five Dollars
($5.00) for each raised marke r sha ll be charged such person for any traffic striping or
p ave ment markings maintained or r eplaced by the City wher e this Article is violated by
the abs enc e of sai d strip ing an d markings . All traffi c control devices shall conform to
the lat est edition of the Sta t e of California Traffic M anual.
6) Maintain a telephone or telephones where he can be reached twenty-f our (24) hours a
day an d sha ll leave the num b er of such telephone or tel ephones w ith t he City En gineer
and the Watch Commande r of the Templ e City Police Department.
7) Maintain safe cross ings for vehicle and pedest rian traffic at all street intersections and
shall maintain safe crossing for pedestrians along such excavations, cut or fill at intervals
of not less th an six hundred (600) feet .
8) Place all materials excavate d compactly alo ngsi de the trench an d i n such a manner as to
cause as li ttle inconvenience as possi ble to vehicle and pedestrian traffic. If such street
is not wide enough to hol d the ex cavated material without the use of the adjacent
sidew alk, such person sha ll erect a t ight board fence upon and along suc h sidewalk and
maintain thereon a passageway for pedestrian tra ffic at least four (4) feet in width.
9) Maintain all adjacent gutter s free and unobstru cted for the full depth of the adjacent
curb and for at l east one (1) foot in width m eas ured from the face of su ch curb at the
intersec tion of the curb and the street ; and whenever a gu t ter cro sses a n intersecting
street, sha ll provide an d maintain an ad eq uate waterway.
10) Provide access from the st reet to all fire hydrants and water gates and to abutting
property own ers unless their consent to the contrary is first obtained.
Page 0.19
Temple C1ty Bid Package, NIB P14-13D Docume!lt Control Page 43 of 67
D . SPEC I FICATIONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Templ e City
11) Kee p at least one-hal f (1/2 ) of the street open at all times for vehicular traffic.
c) Every p erson making an excava tion, cut or fill in a p ave d City street sha ll maintai n the
surface t he r eof in good cond ition for a period of two (2) years following the date of issuance
of the perm it therefor.
2. Minimum Requirements for Maintaining Traffic Flow .
2.1 Work shall be permitted only under t he following conditions:
a. The Contract or shall ma intain one (1) m inimum ten-foot-wide lanes in eac h direction at all
times.
b. Driveways -The Contractor sh all maint ain access to each driveway at all t imes unless other
arrangement s have been made with each property owner, subject to approval by the
Engineer.
c. Also, see subsection 3 hereinafter.
2.2 Reduction in lane requirements may be afforded only wit h the prior w r it ten approval of the
Engineer.
2.3 Traffic signs , flaggers, warning device s, safe t y t raffic devices and electronic arrow board for
diverting and d i recting traffic shall be furnished , installed and ma intained by the Contractor
through the project. Arrow boards and other devises must comply with the City of Te mple City
requirements for nighttime noise standards at adjacent private property lines.
2.4 If permanent pavement markings cannot be restored by the end of the work shift in which they
were obliterated , tempo rary markings shall be provided by the Contractor prior to leaving the
job site on all st reets except any street closed to through traffic. These temporary markings
shall be as foll ows:
Temporary l an e l ines and/or centerlines shall consist of day/night reflectorized ra ised pavement
markers, approved by the City of Tem p le City, spaced approximately 24' apart.
Where approved by the Engineer, the Contractor may use refl ectorized lines approximately 24"
long and 4" wide, spaced approximately 24' apart.
Right edge lines shall not be simulated with da shes or pavement markers; however, portable
delineators, gu ide markers, etc., m ay be used by the Con tracto r where it is considered desirable
to enhance t h e edge of traveled way d u e to curvilinear ali gn ment, narrow in g pavement, etc.,
and shall be used when directed by the Engineer. The Contractor shall be respons i ble to
periodically rev iew the construction area at night to insure all lights are prop erly placed and
operable.
Page 0.20
Temple C !y Bod Package NIB P14-130 Docume<l Control Page 44 of~7
D . SPEC I FICATI ONS
DE M OLITI ON OF THE BUILDING AT SSOO T EM PLE CITY BOULEVARD
NOTICE I NVITING BID NO.: P1 4-13D
City of Temple City
Locations where no-passing zone centerline delineation has been obliterated shall be posted by
the Contractor with a sign package consisting of a C18 (23) "ROA D CONSTRUCTION (WO RK)
AHEAD" and R63 "DO NOT PASS ".
All temporary pa vement markings an d signs shall be maintained, or replaced as necessary by the
Contractor, until permanent pavement markings are restored.
3. Holiday Period.
No reduction in t he number of lanes or in lane widths on any street shall be permitted during the
holiday period which begins on the Monday prior to Thanksgiving an d ends on the Frida y following
New Year's Day.
4. Temporary No Parking Signs.
The Contractor is respon sible to post "Temporary No Parking " signs at least 5 working days i n
advance of the first date of enforcement. The City shall be informed before posting of signs.
Parking will be restricted only for the mini mum t ime necessary to complete on-going work.
PAYMEN TS TO CO NTRACTOR AND CLA IM S
1. Breakdown of Con tract Prices. The Contractor shall, within ten (10) working days of receipt of a
request from the City, submit a complete breakdown of lump sum bid prices showing the value
assigned to each part of the work, inclu ding an allowance for profit and overhead. In submitting the
br eakdown, the Contractor certifies that it is not unbalanced and that the value assigned to each
part of the work represents its estimate of the actual cost, including profit and overhead, of
performing that part of the work. The breakdown shall be sufficiently detailed to perm it its use by
the Engine er as one of the bases for evaluating reque sts for payment. No extra costs shall be
allowed for these breakdowns.
2. Payment for Labor and Materials. The Contractor shall pay and cause the subcontracto rs to pay any
and all accounts for labor, including Worker's Compensation premiums, State Unemployment and
Federal Social Secu r it y payments an d all other wage and sal ary deductions required by law. The
Contractor also shall pay an d cause the subcontractors to pa y any and all accounts for services,
equipment and materials used by it and th e subcontractors during the performance of work under
this contract. All such accounts shall be paid as they become due and payable. If requested by the
Engineer, the Contractor shall immediately furnish the City with proof of payment of such accounts.
3. Additiona l Work. Payment for addi t ional work and all expe nditures in excess of t he bid amount
must be autho ri ze d in w riting by the Pub lic Works Director or his/her designee. Suc h authorization
shal l be obtaine d by t he Contracto r prior t o engaging in add itional work. It sha ll be the Contractor's
so le responsibility to obtain written approva l from City Engineer for any change(s) in material or in
the work proposed by suppliers or subcontractors. No payment shall be made to the Contractor for
Page 0 .21
Temple C1ly , Bid Package. NIB P14-130 Documen t Control Page 45of67
D. SPECIFICAT IONS
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
City ofTem pl e City
additional work which has not been ap prove d i n writing, an d th e Contractor hereby agrees that it
shall have no r ight to additional com p ensation for any work not so authorized.
4. Claims. The Contra ctor shall not be entitl ed to the payment of any additional co mpensation for any
cause , including any act, or failure t o act, by the City, or the happening of any event, thing or
occurrence, unless he shall have given t h e Ci t y due written notice of potential claim as hereinafter
specifications. The written notice of potentia l claim sha ll se t forth the reasons for which the
Contractor believes ad ditional compensat io n will or may be du e, the nature of the costs involv ed,
and, i nsofar as possib le, the amount of the potential claim . Sa id notice shall be submitted on a fo rm
approved by the City at least forty-eight (48) hours (two worki ng days) in advance of performing sai d
work, unless the wo rk is of an emerge ncy n ature, in which case th e Contractor shall notify and
obtain approva l from the Inspector prior to commencing the work. Th e Public Works Director or
his/her de sig n ee. m ay r equ ire the Co ntractor to delay construction involving the claim , but no other
work shall be delayed, and the Contractor sh all not be allowed additional costs for any said delay
but may be allowed on extension of time if the Public Works Di re ctor or his/her designee. agrees
that the work delayed is a controlling element of the Const ruction Schedule. The Contractor shall be
req ui red to sub m it any su pporting data (o r a deta iled written explanation jus t ifying further delay)
within five (5) Work Days of a request from the Public Works Di rector or his/her designee. and shall
be responsible f or any delays r esulting from late and/or incomplete submittals. By submitting a Bid ,
the Contractor here by agrees that t his Sect ion shall supe r se d e Section s 6-6.3 and 6-6.4 of the
Standard Sp ecifica t ions.
The City sha ll be the so l e authority to i nte rpret all plans, specification s an d contract documents, and
no claim shall be acce pted which is based on the Contractor's ignor ance, misunderstand ing o r
noncompliance with any provis ion or portion the reof.
The above provisions shall supplement Section 3 of the Sta nd ard Specifications. The Contractor
shall be responsi bl e to provide all da t a and to obtain all approvals requ ir ed by said Specifications,
includ ing submittal of Daily Extra Wo rk Reports. No claims or extras shall be ap proved by the City
unles s all work was don e under the direction of and su bject to the approva l of the Inspector.
Dis p uted work clai m s shall comply with Section 3 of t he St andard Sp ecif icatio ns, as modifi ed herein.
It is the intent ion of this Subsection that d ifferences between t he parties arising under and by virtue
of the Con t ract be b ro ught to the attention of the Eng ineer at the earl ies t possible time in order that
such matters may b e settled, if poss i b le, or other appro p riate action promptly taken. The
Contractor hereby agrees that it shall have no right to additiona l compensation for any claim that
may be ba se d on any suc h act, failure to act, event, thing or occurrence for which no written notice
of potentia l claim as herein required was filed .
5. Noncompli ance with Pla ns and Spec ifications. Failure of the Contract or to comp ly with any
req ui rement of the Pl ans and Spec if ica t ions, and/or to immediately remedy any such
noncompliance upon notice from t he Eng i neer, may re sult in susp ension of Contract Progress
Payments . Any Pro gr ess Payments so suspended sha ll remai n in suspension until t he Contractor's
operations and/or su bmittals are brought into compliance to the satisfaction of the Engineer. No
additional compensation shall be allowed as a result of sus pen sion of Progress Payments due to
Page 0.22
Temple C1ty Bid Package NIB P14-130 Document Control Page 46 o167
D. SPECIFICATIO NS
DEMOLITION OF THE BUilDING AT 5800 TEMPlE CITY BOUlEVARD
NOTICE INVITING BID NO.: Pl4-13D
City ofTe mple City
noncompl iance w it h the plan s or spec if ica t ions. The Contractor shall not be perm itted to stop work
due t o sai d suspe nsion of Progress Payments.
6. Request for Payme nt. Contractor sha ll submit all requests for payment on the City provided form.
The City shall provide the form for use after Contract is awarded.
Pr ior to submitta l of said form, all items for which payment is requested shall be checked and
approved in writing by the City Engineer. No payments will be made unless all back-up data is
submitted with the paym ent reques t and the Progress Payment Invoice is signed by both Contractor
an d City Engineer.
There shall be no separate payment for any re locations, ba rriers or forms, gra di ng o r temporary
construction req ui red t o construct the improvements herei n. Payment for these items shall be
absorbed in the Bid Prices for the applicable work to which they are appurtenant, and no extra co st s
shall be all owed.
The payment of amounts due to the Contractor shall be contingent upon the Contractor and
subcontractor s furni shing the City with a r elease of all claims against the City arising by virtue of the
Contract r elated to said amounts.
ADDITIONAL TECHNICAL SPECIFICATIONS
REFER TO STANDARD SPECIF ICATIONS FORT PUBLIC WORKS CO NSTRUCTION FOR SECTIONS INDICATED
BE LOW CONSTRUCT ION MATERIALS
SECTION 201-CONCRETE, MORTAR, AND RELATED MATERIALS
201-1.2 .1 General. [Add t h e following prior to the first paragraph]:
Portla nd ce m ent concrete sh all be 560-C-3250, Type V, h igh ea rly stre ngth .
SECT ION 300-EART HW OR K
300-1 CLEARING AND GRUBBING .
300-1.1 General. The following paragraphs sha ll be added to this Subsection:
CONTRACTOR sha ll prevent dust or other m aterials from becoming a nuisance or annoyance. Clean up of
du st and other materi als shall be provided at the request of the En gineer, and shall be at t he
CONTRACTOR'S ex pe nse. CONTRACTOR sha ll mainta in dust control at all times by using a
vacuum/broom type swee p er by swee pi ng dai ly in all areas where work is occurr ing.
300-1.2 Preservation of Property [A dd the fol lowing):
Th e CONTRACTOR shall consult the records an d drawings of adjacent work and of existing services and
utilities, which may affect site work operations.
Page 0 .23
Temple (,ty Bod Package, NIB P14-13D, Documenl CooUOI Page 47 of 67
D . SPECI FICATIONS
DEMOLITION OF THE BUILDING AT SSOO T EM PLE CITY BO U LEVARD
N OTICE INVITING BID NO.: Pl4-13D
City ofTemp le City
300-1.3 Rem ova l and Disposa l of Mate ria ls.
300-1.3.1 Genera l. Th e text of Subsection 300-1.3.1 is hereby d e leted and replaced with the following
paragraphs:
CO NTRACTOR shall rem ove and transport d eb ris and rubbish in a manner that will prevent sp illage on
streets or adjacent ar eas . Cleanup of spillage will b e at CON TRACTOR 'S expense.
All mate r ia ls indicated to be r emove d sha ll be rec ycle d i m mediate ly at the CO NTRACT OR's ex pe nse at a site
approved by t he Engi nee r, per t he re q ui r em ents high lig hted in Sectio n 7-15 of these Co ntract Do cument s.
No d em oli she d materi als sh all be stored in t he Wor k Area or St ag in g Area at an y t ime, but i nstea d sha ll be
removed an d r ecy cl ed immediat ely.
In ad dition to the wo rk outlined in Subse ction 300 -1 of the SSPW C, the followi ng items of work are
incl ud ed under Cleari ng and Grubbing un less otherwise covered by a specific bid item.
1. Maintain du st control at all times by using a va cuum/broom type sw eepe r by sweeping daily
in all areas wher e work is occ urrin g.
2. Remov al and disposal of unsuitabl e m ateria ls. Sawc ut and re m ova l of ex isting AC pave m ent
and pa ve m ent base as show n on the Cont ract Plans and vac uumi ng of all mat erials.
3. Pro t ec tion of existing and re loc ating uti lity structu r es prior to and du ring construction of
propose d imp rovements.
4. Maintenanc e of project appea rance and street sweep in g.
5. Contro l of water and dewate ring of cons t ruct ion
6. Clea nup of project area u pon compl et ion of w ork.
7. Potho ling of Existi ng Utilities.
8. Other rem ova ls, demolitio n, an d/or abandonment items as require d to cons t ruct the
re q uired i mprovements an d as shown on the Contract Plans and as d et er mined by the
Engi nee r .
9. Ot he r item s of work as directed in th ese Special Pr ovisions.
If ex isti ng infras t r ucture it ems such as , but not l i m ited t o, cur b and g utt er, as ph alt concrete p avem ent,
curb in let , d ri vewa ys, cros s gutters, existing land sca ping, an d t raffi c cont r ol l oop d etectors are d amage d
du e to or associat e d w ith the co nstruct io n of the propose d improvements, then the CO NT RACTOR shall
r ep lace, repair or resto re t he damage d work t o the satisfaction of the Engineer at t he CON TR ACTOR's
expense.
Page 0 .24
TempleC11y, Bid Package. NIB P14-130. Documeot Control Page 48of67
D. SPECIFICATION S
DEMOLITION O F THE BUILDING AT 5800 T EMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City o f Temple City
SECTI ON 301 -TREATED SOILS, SUBGRADE PR EPARATION , AND PLACEMENT OF BASE MATERIA LS
301-1 SUB GRA DE PREP A RATI ON
301-1.3 Re lat ive Compact ion
The first sen tence of subsection 301-1.3 of the SSPWC is he r eby deleted and replaced with the
following:
The subgr ade material sh all be compacted to a relative compaction of 90 percent.
303-5 CO NCRET E CURBS, WALKS, GU TTERS, CROSS GUTTERS, A LL EY IN TERSECTIONS, ACCESS RAMPS,
AND DR IVEWAYS
303-5.1 Requirements
303-5.1 .1 General. This section is hereby deleted and replaced with the following:
Portland Concrete Cement (PCC) items sha l l be constructed in accordance with Section 303-5 of the
SS PWC, reference d Sta ndar d Drawings, and as li sted herein. Sla b thickness and cur b he ights shall be as
sh own on t he Cons t ruction Pl ans and appli ca bl e Stan dard Drawings.
Portland cement concr ete (PCC) mix sha ll b e 560-C-3250 Type V high early cement, for curb and gutter,
dri veway, loca l depression, and sidewalks. Concrete shall meet the requirements of Sections 201-1, 303-
5 and 400-3 of the SS PWC, and as amended in these Contract Documents.
If existing i nfrastructure items such as, but not limited to, curb, curb and gutter, asphalt concrete
pavement, curb inle t , driveways, cross gutters, an d existing l andscaping are damaged due to or
associated with the constr uction of the proposed improvements, t hen the Contracto r shall replace,
repair or restore t he damaged work to the sa tisfaction of the Re si dent Engin eer at the Contractor's
expense .
Page 0 .2 5
Temple Clly Bid Package, NIB P14-130 Document Con~ol Page 49of67
APPENDIX A-SAMPLE CITY CONTRACT TO BE EXECUTED
Page: APPENDIX A.O
Temple C1ty Bod Package NIB P14-130 Document Cootrol Page 50 of 67
CITY OF TEMPL E CI TY
PUBLIC WORKS CONTR ACT
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: Pl 4-13D
City of Temple City
Ci ty Contract No.:. _______ _
THIS AGREEMENT "Agreement" is m ade and entered into this day of
by and between t he CITY OF TEMP LE CITY, a Municipal Corporation
located in the Co u nt y of Los Ange les, State of Ca l ifornia hereinafter called CITY, and
[a corporat ion/partnership/limited liability company corporation],
located at hereinafter called CONTRACTOR, collectively referred to
as t he Part ies.
RECITALS
CITY, by its Notice Inviting Bid s, duly advertise d for written bids to be su bm itted on or before
--------------'for the followi ng :
in the City of Tem ple City, California, he r einafte r called PROJECT.
At _______ on said date, i n th e Tem ple City Council Chambers, said bids were duly opened.
At its regular meeting h e ld on the CITY Council duly accepted the bid of
CONTRACTOR for sai d PRO JECT as being the lowes t reasonable bid receive d an d di recte d that a written
contract be ente r ed into with CONTRACTOR.
NOW , THEREFORE, in con sideration of t he prom ises an d of the mutual covenants and agreements
herein contained , sai d parties do hereby agree as follows:
ARTICL E I
The CONTRACT DOCU M ENTS for t h e PROJECT shall consist of:
• document titled:
CONTRACT DOCU MENTS PLANS AN D SPECIF ICATI ONS
Page: A PPEN D IX A .l
Temple C<ty Bid Package, NIB P14-130 Document Coolrol Page 51 of67
for
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
City of Temple City
Th e above en titl e document inclu des:
NOTICE INVITING SEALED BIDS
INSTRUCTIONS TO BIDDERS
BIDDER 'S PROPOSAL
SPECIFICATIONS
APPENDICES:
APPENDIX A -SAMPLE CONTRACT TO BE EXECUTED
• CONTRACTOR's Proposal
• and all referenced specifications, detai ls, st andard drawings, and appendices, togeth er with this
contract and all requ i red bonds, insurance certificates, perm its, notices and affid avits, and als o
in cl ud ing any and all add enda or su pplem ental ag reements clarifying, amending, or extending the
work contemplate d as may be required to i nsu re its com pl etion in an acceptable manner.
All of the r ights and obligations of t he CITY and CONTRACTOR are fully set forth and de sc r ibed in the
CONTRACT DOCUMENTS.
All of the above-mentioned docum ents are intended to complement the other documents so that any
work called for i n one, and not m entione d in the others, or vice versa, is t o be executed the same as if
me ntioned in all of sai d documents. The docum ent comprising the complete contract are hereinafter
referred to as the CONTRACT DOCUMENTS and are i ncorporated herein by this r eference an d m ade an d
part h ereof as though they were fully set forth he r ein.
ARTICLE II
For and in consideration of the payments and ag ree m ents be mad e and performe d by CITY,
CO NTRACTOR here by agrees to fu rnis h al l materials and perform all work required for the PROJECT and
to fulfill all oth er obligations as set forth in the CON TRACT DOCUMENTS .
ARTICLE Ill
CO NTR ACTOR hereby agree s to receive an d accept the total amo unt Dollars
($ , ba se d upon those certain u nit prices set forth in CO NTR ACTOR's Bid Schedule, a copy of
which is attached hereto as Exhibit "A" and by this reference incorporated her ei n an d made a p art
hereof, as full compensa tion for furnishi ng al l materia ls, performing al l work, and fulfilling all obliga tions
hereu nder.
Sa id compen sation sha ll cover al l expenses, los ses, dam ages, an d consequence s arisi ng out of the nature
of the work during it s progress or prior to it s acceptance includi ng t hose fo r well and faithfully
Page: APPENDI X A .2
Temple C•ty Bid Package. NIB P14-13D Document Control Page 52 of67
completing the work an d the whole t hereof in the manner and time specifie d i n the CONTRACT
DOCUMENTS, an d al so includ ing those aris i ng from action s of the elements, unforeseen d ifficulties or
obstructions en countered in t he prose cution of the work, sus pension or dis continuance of the wo r k, and
all other unknowns or ri sks of any d escri ption con n ected with the work.
Th e sum identified in Article Ill is not subject to esca lation, the CONTRACTOR having sa tisfie d himse lf
with said CON TRACT pri ce, which includes all labor and material increases anticipated th roughout the
du ration of this CONSTRUCTION CON TRACT.
CITY shall retain five percent (5%) of said CO NTR ACT price unt il said t ime as the provisi ons of Article XIV
herein have b een met.
CITY's obliga t ion is payabl e only and so lely from Community Dev elopment Block Grant (CD BG ) fu n ds
appropriated from the United States Department of Hou sing and Urban Deve lopment (HUD) and for the
purpose of th is CONTRACT. All fund s are appropriated every fisca l year beginning July 1. In the eve nt
th is CONTRACT extends in to the su cceeding fi scal year and funds have not bee n app ropriated, this
CON TRA CT will automat ically t ermina te as of June 30 of the current f iscal year. Th e CITY will not ify the
CONTRACTOR in writing in ten (10) days of receipt of the non-app ropriation notice.
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide t h e
mate r ial s, do the work, an d fulfill th e ob li ga tions according to the term s an d conditions herein
contained and re f erred to, for the sa id am ounts se t forth in Article Il l he reof, and he reby agrees to pay
the sa me at the time, in the manner, and upon the con d itions se t forth in the CONTRACT DOCUMENTS .
In ad dition, CONTRACTOR hereby promises and agrees to com ply with all of the prov isi ons of both State
and Federal law with respect to t he employment of unauthorized aliens.
Should CONTRACTOR so employ suc h una uthori ze d aliens fo r the p erformance of w ork and/or servi ces
covered by thi s contract, an d shoul d the Federal Gov ernment impose sanctions aga inst the CITY for su ch
use of u nauthorized aliens, CONTRACTO R her eby agrees to, and shall, reim burse CITY for the cost of all
su ch sanctions imposed, together with any and all costs, in cludi11g attorney's fees, incurred by the CITY
in conn ecti on therewith.
Fu rthermore, CON TRACTOR hereby represe nts and warrants that it is not currently, and ha s not at any
t ime within t he p as t five (5) calen dar yea rs bee n, suspended, d e barred, or exclude d from participating
in , bidd ing on , contracting for, or completed any project fun d ed in whole or in part by any federally
fu nded progra m, grant or loan, or any project funded in whole or in part by a progra m, loan or grant
from the State of California, and th at CONTRACTOR currently has and for the pa st five (5) calendar years
ha s ma inta ined in good standing, a vali d California contractor's license. CO NTR ACTOR agrees to
co mplete and exec ute any st atement or certificate to this effect as may be r equ ired by the City or by any
fed eral or State of Californ ia prog ra m , loan or gr ant utilized on this PROJECT.
Page: APPENDIX A.3
Temple C11y Bid Package NIB P14-13D Document Cootrol Page 53 of 67
ARTICLE V
CONTRACTOR sha ll commence work on the date specifie d in the Notice to Pro cee d to be issued to sa id
CONTRACTOR by the Direc to r of Public Works of CITY and shal l compl et e work on th e PROJECT within
fo rt y (40) working days after com mence ment.
ARTICLE VI
CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demot ion or termination
practices on the ba sis of race , religious cree d, color, nationa l o rig in, ancestry, physical disability, menta l
di sa b ility, medica l condition, marita l status, sex, age, or sex ual orien t ation in the p erformance of this
AGREEMENT and sha ll comply w it h t he provisions of the Ca lifornia Fair Emplo yme nt and Ho us ing Act as
se t forth in Part 2.8 of Di v ision 3, Title 2 of th e Ca li fornia Govern ment Cod e; the Federal Civil Right s Act
of 1964, as set forth in Pub lic Law 88-352, an d all amendments the r eto; Executive Order 11246; an d all
adm inis trative rules and r egulations iss ued pursuant to such acts and ord e r .
CON TRACTOR hereby p rom ises an d ag rees to comply with all of the prov1srons of the Federal
Immig rat ion and Nat ion ality Act (8 USCA 1101, et seq.), as amende d ; and, in connectio n th erewith, shall
not employ una uthori zed ali ens as defined therein . Should CONTRACTOR so em p loy such unau thorize d
aliens for the performance of work an d/or services covered by this AGREEMENT, and should the Feder al
Government impose sa nc tio ns against the CITY for suc h use of unauthorize d ali ens, CON TR ACTO R
he r e by agrees to, and sh all, re im burse CITY for the cos t of all suc h sa nctions im pose d, together w ith any
and all costs, includ ing attorney's fees, incurred by the CITY i n connecti on therewith.
ARTICLE VII
CON TRACTOR is aware of and ag r ees to a bid e by the provisi ons of California Labo r Co d e Sections 1720 ,
et se q., as well as 1771, 1773, 1 773.1, 1 773.6, 1773.7, 1 775 an d 1776, p ertaining t o t he obligatio n to pay
prevai ling wages with re spect to the performance of work. Co pi es of the prevail ing r ate of per diem
wage s an d the ge n era l prevailing rate for h oli day an d overtime work for eac h craft are available upon
r eq uest from the City. A copy of the preva i l in g r ate of per d ie m wa ge s shall be post ed at the job site. If
such posting is not possi bl e, a copy shall be post e d at t he bu siness of the CO NTR ACTO R.
Th is is a fe d e r ally-assis ted CONSTRUCTION CONTRACT. Federal Labor Standards Provi sio ns, including
p r evai l ing wage requi r eme nts of the Davis-Bacon an d Related Ac t s will be enfo rc ed . In the event of a
confl ict between Federa l and State wages rates, the high er of the two will prevail.
The CON TRACTOR 's duty to pa y Sta te preva i l ing wages can b e f ound und er Labor Code Section 1770 et
se q . and Labor Code Section s 1775 an d 1777.7 outli ne the p ena lties for failure to pay prevailing wages
and employ apprenti ces includ i ng forfeitu res and debarment .
ARTICLE VIII
A. CONTRACTOR shall , without disturbing the con dition, no t ify CITY in w riting as so on as
Page: APPENDIX A.4
Temple C1ty Bid Package. NIB P14-13D Document Control Page 54 of 67
CONTRACTOR, or any of CON TRACTOR 's su bcontractors, age nts or employees ha ve knowledg e
an d rep orting is possible, of the discovery of any of the fo llowing cond it ions:
1. The prese n ce of any materia l th at the CONTRACTOR believes is ha zar dou s waste, as
defined in Sect ion 25 117 of the Health and Safety Code ;
2. Subsurface or latent phy sica l conditions at the site differing from those indicated in the
spe cifications; or,
3 . Unknown physical conditions at t he site of any unusual nature, d ifferent materially from
tho se ordin arily enco untered and generally rec ognize d as inherent in work of th is
cha r ac ter provided fo r in this Contra ct .
B. Pe nd ing a determination by CITY of appropriate action to be taken, CONTRACTOR sha ll provide
security m eas ures (e .g., fences) adequate to preve nt the hazardou s waste or physical conditions
from causing bod il y injury to any person .
C. CITY shall promptly investigate the r ep orted conditions. If CITY, through its Di rector of Pub lic
Works, or her d esignee, and in the exercise of its sole discretion, determines that the cond it ions
do materially d iffe r, or do involve hazardou s waste , and will cause a decrea se or inc r ease in th e
CONTRACTOR's co st of, or time required for, performance of any part of the work, then CITY
shall issue a change order.
D. In the eve nt of a di spute between CITY and CO NTRACTOR as to whether the conditions
materially differ, o r involve haz a rdou s wa st e, or cau se a dec rease or increase in the
CONTR ACTO R's co st of, or time re qui red for, performance of any part of the work,
CO NTRACTO R shall not be exc use d from any sc heduled completion d at e, an d shall proceed with
all work to be performed under the Contract. CONTRACTOR shall retain any and all rights which
perta i n to the re sol ution of disputes and p rotests between the parties.
AR TI CL E IX
CONTRACTOR sh all assume the defense of a nd indem nify an d sa ve ha rmless the CITY, its elective and
appointive boards, officers, agents an d employees, from all claims, lo ss, damage, inju ry a nd lia bility of
every kind, nature and de scri ption, directly or indirectly arising form the perform ance of the
CONTRACTOR 's work, r ega rd less of respo n sibi lity of negligence; and from any and all claim s, loss,
damage, inj ury an d liability, howsoever the same may be cau se d, resul ting d i rectly or indirectly from t h e
na t ure of the work covere d by the contract, regardless of res ponsi b ility of negligence; provided
(a) That CITY does not, and shall not, waive any righ t s against CONTRACTOR which
it may hav e by rea so n for the aforesaid ho ld -harmless AGREEMENT b ecause of
the acceptance by CITY or the d eposit wit h CITY by CONTRACTOR, of any of the
insurance policies here i nafter d escri be d in th is AGR EEMENT .
(b) That the aforesai d hold -harmless AGREEMENT by CONTRACTOR shall apply to
all dama ges and claims for d amages of every kin d suffered, or alleged to ha v e
been su ffered , by reason of any of the aforesaid operations of CO NTRACTOR, or
Page: APPEN DIX A.S
TempleC•ty Bid Package, NIB P14-130 Document Control Page 55 o167
any subcontractor, regardless of whether or not suc h insurance policie s shall
have been determined to be applicable to any of such damages or claims for
damages.
ARTICLE X
CONTRACTOR, before commencing said PROJECT, shall furnish and file with CITY a bond, or bonds, in a
form satisfactory to the CITY, in the sum of one hundred percent (100 %) of the CONTRACT price thereof
conditioned upon the fa it hful performance of this contract and upon the payment of all labor and
materials furnished i n connection with this contract.
ARTICLE XI
CONTRACTOR shall not commence work under this contract unti l CONTRACTOR shall have obtained all
insurance required by the CONTRACT DOCUMENTS and such ins urance shall have been approved by
CITY as to form, am ount and carri er, nor shall CONTRACTOR allow any subcontractor to commence work
on any subcontract until all similar insurance required of the subcontractor shall have been so obtained
and approved.
(a) COMPE NSATION INSURANCE-CONTRACTOR sha ll tak e out and maintain, during
the life of this contract, Worker's Compensation In sura nce for all of
CONTRACTOR's employees employed at the site of improvement; and, if any
work is sublet, CONTRACTOR shall r equire the subc ontrac tor similarly to provide
Worker's Compensation I nsurance for all of the latter's employees, unless such
em ploye es are covered by the protection afforded by CONTRACTOR. If any
class of employees engage d in work under this contract at the site of the
PROJECT is not protected under any Workers' Compensation law, CONTRACTOR
shall provid e and shall cause each subcontractor to provide adequate insurance
for the protection of employees not otherwise protected. CON TRACTOR shall
indemnify CITY for any dam age resulting to it from failu re of either
CONTRACTOR or any subco ntractor to take out o r maintain such insu rance .
(b) COMPRE HENSIVE GENE RAL LI ABI LI TY. PRODUCTS/ COMPLETED OPERATIONS
HAZARD. COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL
GENERAL LIABI LITY INSURANCE. CONTRACTOR shall take out and maintain
during the life of this contract such com prehensive general liability,
products/completed operations hazard, comprehensive automobile liability and
contractual general l i abi l ity insurance as shall protect CITY, its elective and
appointive boards , officers, agents and employees, CONTRACTO R, and any
subco ntra ctor performing work covered by this contract, from claims for
damage for p ersonal injury, in cluding death, as we ll as from clai ms for property
damage which may arise from CONTRACTO R's or any subcontractor's
operations under this contract, whether such operations be by CONTRACTOR or
by any su b contractor, or by anyone directly or indirectly employed by eithe r
CON TR ACTOR or any subcontract or, and the amounts of such i nsurance shall be
as follows:
Page : APPENDIX A .6
Temple C1ty Bid Package. NIB P14-13D Documen1 Control Page 56 or 67
(1) Pub lic Li ability I nsurance in an amount of not less tha n ONE MI LLION
DOL LA RS ($1,000,000);
(2 ) Pr odu cts/Co mp let ed Op erations Haza rd Insur an ce in an am o un t of not
l ess than ON E M ILLION DOL LA RS ($1,000,000 );
(3) Comprehensive Au tomobile Liability Ins u rance in an amount of not le ss
than ON E MILLIO N DOLLA RS ($1,000,000);
(4) Contractual Gene ral Li abili t y Insurance in an amount o f not less than
ON E M ILLI ON DOL LARS ($1,000,00 0).
A com bi ned si ngle lim it poli cy w it h aggrega t e lim it s in an am ount o f not less
t han TWO M ILLI ON DOL LAR S ($2,000,0 00 ) shall be con si d ered equ ivale nt to the
said r equired minimum limits se t forth hereinabove.
(c) PROOF OF INSURANCE -The insurance requi r ed by this AGREEME NT shall be
with i nsurers which are Bes t A rated, and California Admitted or better. The
CI TY of Tem ple City shall be named as "ad ditional insured " on all policies
req uired hereunder, and CO NT RACTOR shall fu rn is h CITY, concu rrently with the
execu t ion hereof, with sa tisf acto ry proof of car riage of t he insu rance r eq ui r ed,
and ade qu at e legal assu rance th at ea ch ca r rier w il l give CITY at leas t thi rty (3 0)
d ays' prior noti ce of the cance llati o n of any po li cy during t he effect ive peri od of
t h e con tract.
(d) NOTICE TO COMMENCE WO RK -The CITY will not issue any notice authorizing
CO NTRACTOR or any subco ntract or to commence work under this contact until
CONTR ACTOR has provided t o t he CITY the proof of i nsurance as required by
subpa r ag r aph (c) of this article.
ARTICLE XII
If any d is pute sha ll arise concerning this AG REEME NT, the prevail in g p arty shall be entit led to attorney
fees.
ARTICLE XIII
The parties agree t hat it would be impractical and extremely difficu lt to fi x the actual damages to the
CITY in the event t h e PROJECT is not commenced and/or complete d on or before the d ates specified for
commencement an d com pletion of the PRO JECT in the CO NTRACT DOC UMEN TS. The parties have
co nsi d ere d t he f act s of a breac h of t his co ntract and have agree d that t h e liqu i dat ed damages sum
he r einafter set f orth is r easonab le as liqui date d damages in the event of a breach, and that said sum
sh all be presumed t o be t he amount of the damages sustained by the CITY in the event such work is not
begu n and/or com pl et ed and accepted by the times so specifie d i n the CON TRACT DOCUMENTS , the
su m of Two Thousan d Three Hundred Dollars ($2,300) shall be presumed to be the amount of damages
suffered by the CI TY f or each day's delay in the starting an d/or completion and acceptance of said
Page: APPENDIX A .7
Temple C1ly Bid Package. NIB P14-130 Document Cootrol Page 57 ol67
PROJECT after the dates specified in the CONTRACT DOC UMENTS for the start and/or completion
thereof, an d CO NTRACTOR he r eby ag rees to pay said sum of Two Thousand Three Hu ndred Dollars
($2 ,3 00) as l iqu i dated d am ages for ea ch d ay of d elay in the st arting and/or completing and acce ptance
of sa id PR OJECT beyond the da tes sp ecifi ed in the CONTRACT DOCUMENTS . Any an d all such liquidated
dama ge s assessed shall be d one so in accord a nce with t hat certain edition of the Standard Specification
for Public Works Constru ct ion currently i n effect on the executio n date of this CONTRACT.
CO NTRACTOR NAME CITY OF TEMPLE CITY, a corporation
by ____________________ __ by ____________________ __
Preside nt Mayor
by ____________________ _ by ____________________ _
Secretary City Clerk
ARTICLE XIV
Upon completio n o f PROJECT and acceptance of same by the CITY Council, the CITY Manager sha l l have
ca use to be r eco rd ed a Notice of Com pl et ion w ith the office of t h e Lo s Angeles County Rec orde r ; an d,
after thirty-five {35) days from th e date said Notice of Completion is record ed, the Director of Finance of
CITY shall release the funds retained purs uant to Article Il l hereof ; provided there h ave been no
mechanics' liens o r st o p notices fi le d agai nst sai d work whi ch have not been paid, wit h drawn or
el i minated as liens aga inst said work.
ARTICLE XV
Thi s contract sh all not be ass igna b le, eit her i n whol e or in part, by t h e CONTRACTOR w ithout first
obtai ning the w ritten co nse nt of the CITY thereto.
ARTICLE XVI
Th e provisions of this AGR EE MENT are cumulative and in ad dit ion to and not in limitation of any rights
or remedies availa ble to CITY .
-------SIGNATURES ON FOLLOWING PAGE--------
Page: APPENDIX A .8
Temple C1ty Bid Package. NIB P14-130, Document Coolrol Page 58 of 67
IN WITNESS WHEREOF, the p a rtie s hereto have caus ed thi s contract to be execute d on the __ day of
________ __, 2012, by the ir res pective offic e rs duly authorize d in t ha t beha lf.
CITY OF TEMPLE CITY
a Municipal Corpor ation
By: __________ _
Carl Bl um , May o r
ATIEST :
By : __________ _
Peggy Ku o, City Clerk
APPROVED AS TO FORM
By :. ___________ __
Eri c S. Vail , City Atto rney
CONTRACTOR
Nam e: __________ __, a [state]
[typ e of e ntity]
By:-----------
Nam e a nd Title
by _______________________ _
Secret a ry
Page: APPENDI X A .9
Temple C1ty Bod Package, NIB P14-130 Oocumenl Coolrol Page 59of67
FAITHFUL PERFORMANC E BOND
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
City of Temple City
KNOW ALL MEN BY THE SE PRESENTS that as
CONTRACTOR and as SURETY, are held and firmly bound
unto the City of Temple City, in the penal sum of dollars
($ ), w hich is 100 percent of t he total contract amount for the above sta ted project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and se verally, firmly by
t hese presents.
T HE COND ITIONS OF THI S OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarde d and is
about to enter into the annexed Contract with the City of Temp le City for the above sta t e d project, if
CONTRACTOR faithfully performs and fulfills all obligations und er the contract documents in the manner
an d time specifie d therein, then this obligation shall be null and void, otherwise it shall remain in full force
and effect in favor of th e City of Temple City; provided that any al ternations in the obligations or time for
completion made purs uant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SURETY, and notice of suc h alternations are hereby waived by SURETY.
I N W ITNESS WHEREOF t he parties hereto have se t their names, titles , hands, an d seals this __ day of
____ __, 20_.
CONTRACTOR *--------------------------------
SURETY *
* Provide CONTRACTOR/S URETY name, address and telephone number and the name, title, ad dress and
telephone number for authoriz ed representative .
Sub scribed and sworn to t hi s _____ day of ------------..J 20 __ .
NOTAR Y PUBLIC: ______________________ _
Page: APPENDIX A.lO
Temple C1ty Bid Package . NIB P14-130. Document Control Page 60of 67
MATERIAL AND LABOR BOND
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
KNOW ALL MEN BY THESE PRESENTS that as
CONTRACTOR and as SURETY, are held and firmly bound
unto the City of Temple City, in the penal sum of dollars
($ ), w h ic h is 100 percent of the total contract amount for the above stated project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDI TION S OF THI S OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is
about to enter into the annexe d Contract w it h the City of Temp le City for the above stated project, if
CONTRACTOR faithfully p erforms and fulfills all ob l igations under the contract documents in the manner
and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force
and effect in favor of the City of Temple City; provided that any alternations in the obligations or time for
completion made pursuant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SU RETY, and notice of suc h alternation s are he reby waived by SURETY.
IN WITNESS WHEREOF t he parties hereto have set their names, t itl es, hands, and sea ls this __ d ay of
------' 20_.
CONTRACTOR*-----------------------------------
SURETY*
* Prov ide CON TRACTOR/SURETY name, address and telephone number an d the name, title, address and
telephone number fo r authorized rep resentat ive .
Sub sc ribed and sworn to this ___ day of ______ -' 20_.
NOTARY PUBLIC: ___________________________ _
Page: APPEND IX A.ll
Temple C•ty Bod Package, NIB P1 4-130 Document Control Page 61 of 67
APPENDIX B -CERTIFICATION OF REMOVAL OF HAZARDOUS MATERIALS
Page : APPENDI X 8.0
Ms . Giselle Joyce B . Corella
City of Temple City
9701 Las Tunas Drive
Temple City, California 91780
Subject Certification ofR.t:moval of Hazardous Materials
5800 Temple City Boulevard
Temple City, California
Dear Ms. Corella:
Temple C ty Bid Pac~age NIB P14-130 Document Control Page 62 of 67
August 1, 2014
Project No. 208805002
In acrordaoce with your request. Ninyo & Moore is pleased to submit this certification letter in
reference to tbe hazardous material abatement activities at tbe structure located at, 5800 Temple
City Boulevard, Temple City, California.
On July 18, 2014, Mr. Andrew Romero of Nmyo & Moore, a California Division of
Occupational Safety and Health (DOSH) Asbestos Site Surveillance Technician, and California
Department of Public Health (CDPH) Lead Project Monitor reviewed laboratory clearance
analysis documentltion and performed a visual inspection of the referenced site. The visual
inspection was completed after tbe abatement contractor (Northstar Demolition and Remediation
LP) removed the asbestos containing materials (ACMs), lead-<ontaining materials. and other
hazardous materials which were noted in the Hazardous Building Material Survey report
prepared by Ninyo & Moore., dated February 21 , 2013 . Mr. Romero 's work was performed
ander the direct supervision ofNmyo & Moore 's Project Environmental Scientist, Mr. Michael
Cushner. Mr. Cusbner is a DOSH Certified Asbestos Consultant, and a CDPH Lead
Inspector/Assessor and Project Monitor.
The laboratory analysis review and visual inspection \.reri.fied that all hazardous materials were
removed from the building. Proper manifesting I bill of lading has been requested of the
abatement contractor and will be required to be submitted to Nmyo & Moore for completion of
the closeout documentation. We appreciate the opportunity to be of service to you on this
important project Should you have any questions regarding this docwnent, please contact me at
your conveni ence.
Sincerely,
~
Michael Cusbner, CAC
Project Enviromnental Scientist
Distribution: (1) Addressee (via e-mail)
Attlchment: Consultant Certification Documentation
1 75 G!.<lllrll!<r.rl'::O•IWltC..Itmol'~$'ll •l"lcNj"''T>J-1010 • ,._~'4ISJ7;71
v.~ . Vfi!W • L!III:Af9« • ......,..r~ • C'....a " • b'tR:IMt.I:D • ~-=-. \Ia'~
...........• .._,. • """" • .._.. ....... ::lor>e • -
Page : APPENDIX B.l
Temple C ly Bid Package NIB P14-130 Documenl Control Page 63 o167
State of California
D M slon of OocupabOnal Safety and Health
Certified MbM!o-Coneubnt
-CertificatiOn No. U.:4711
Expires on omon•
..,._ ..... 11\' .. 0.0tl
~tollly .. ._..u.....-'1' ..... ~·*"" ..... ,.....a.
Page : APPENDIX 8.2
Temple C<ty Bid Package, NIB P14-130 Document Coolrol Page 64 of 67
APPENDIX C -SCOPE OF WORK
Page : APPE N DIX C.O
SITE LOCATION MAP
Page: APPENDIX C.l
SITE VIEWS FROM 4 DIRECTIONS
Pagt; APPENDIX C.2
SCOPE OF WORK FOR DEMOLITION CONTRACT:
1. REMOVAL OF BUILDING, FOUNDATIONS AND CONCRETE WITHIN THE
BUILDING FOOT PRINT (BUILDING IS ON POST/RAISED FOUNDATIONS.
REMOVAL AREA IS DELINEATED AS c:::--=-..J , AND EXTENDS
BACK OF EXISTING PUBLIC SIDEWALK INCLUDES ALL CONCRffi
IMPROVEMENTS, STAIRS, WALKWAYS, ACCESS PATHS, FOUNDATIONS,
ETC. THAT EXTEND FROM BUILDING TO ADJACENT PUBLIC SIDEWALKS
ON THE WEST AND SOUTH SIDES.
2. REMOVAL OF PILASTERS AND 12" WIDE CONCRETE/PAVER BAND BEHIND
SIDEWALK ALONG THE FULL WEST FRONTAGE OF THE PROPERTY.
3. REMOVAL OF PERIMffiR WALL ATIACHED TO THE BUILDING AT THE
BUILDING 'S NORTH-WEST CORNER AND EXTENDS APPROXIMATELY 20'
NORTH .iFACING WEST).
4. REMOVAL OF PERIMETER WALL AT THE PROPERTY'S NORTH-WEST
CORNER (FACING WEsn, APPROXIMATELY 15' LONG .
5. REMOVAL OF SOUTHERLY PERIMETER WALLAND FOUNDATION,
APPROXIMATELY 70' LONG (FACING SOUTH).
6. REMOVAL OF ROLLING GATE, BASE RAILING, FRAME AND ALL OTHER
METALATIACHMENTS AT THE WEST AND EAST DRIVEWAYS.
7. REMOVAL OF OLD METAL (SCRAP) CONTAINER LEFT AT THE NORTH-EAST
CORNER OF THE PROPERTY.
8. REMOVAL OF A SECTION OF EXISTING PARKING LOT AC PAVEMENT AND
SUBBASE EAST OF THE BUILDING . THE AREA IS APPROX. 30' x 65'.
REMOVAL AREA IS DELINEATED AS L-: :_-: ~
9. REMOVAL OF EXISTING LANDSCAPE AREA (TO A DEPTH OF 6") JUST
SOUTH OF THE AC AREA INDICATED IN ITEM 8 ABOVE. THE AREA IS
APPROX . 22' x 65 '. REMOVAL AREA IS DELINEATED AS ~::::::::::
REMOVAL INCLUDES EXISTING TREE AND TREE ROOTS AT THE SOUTH -
EAST CORNER OF THE PROPERTY. TREE IS INSIDE THE PERIMETER WALL.
ATIENTION: 00 NOT REMOVE THE OTHER EXISTING MATURE TREES
ALONG THE SOUTHERLY PARKWAY.
ALL DIRT AREAS LEFT AFTER DEMOLITION AND REMOVALS SHALL BE
BACKFILLED WITH CLEAN DIRT SUITABLE FOR LANDSCAPE TO A DEPTH OF 2"
BELOW ADJACENT FINISHED SURFACE ELEVATIONS, INSTALL "BROWN LOOSE
BULK MULCH" ON TOP 2".
FTER DEMOLITION WORK IS COMPLETED, CONTRACTOR SHALL REMO VE ITS
CONSTRUCTION FENCE, AND CITY WILL INSTALL ITS OWN NEW FENC 8
SEPARATELYTHRU A FENCE RENTAL COMPANY. THE NEW FENCE WILL BE
INSTALLED AROUND THE PERIMETER OF THE PROPERTY, EXCEPT WHERE
PE RIMETER WALLS ARE KEPT IN PLACE. 1 ACCESS GATES WI LL BE PROVIDED
WITH THE NEW FENCE AT WEST SIDE. NEW FENCE THAT WILL BE INSTALLED
BY THE CITY IS SHOWN AS • • • • • • • •
ALL REMOVED ITEMS SHALL BE DISPOSED OFF BY THE CONTRACTOR.
CONTRACTOR SHALL BE RESPONSIBLE FOR ALL NECESSARY NOTICES
INCLUDING ANY AQMD NOTICES .
SCOPE OF WORK FOR DEMOLITION CONTRACT
Page: APPENDIX C-3
ATTACHMENT C
Items for Demolition
APPENDIX C-SCOPE OF WORK
Page: APPENDIX C.O
SITE LOCATION MAP
Pa ge: APPENDIX C.l
SITE VIEWS FROM 4 DIRECTIONS
Pa1e : APPENDIX C.2
SCOPE OF WORK FOR DEMOLITION CONTRACT:
1. REMOVAl OF BUilDING , FOUNDATIONS AND CONCRETE WITHIN TH
BUILDING FOOT PRINT (BUILDING IS ON POST/RAISED FOUNDATIONS.
REMOVAL AREA IS DEliNEATED AS c:-" ~ ..J , AND EXTEND~SlQ...-11-~'Iil
BACK OF EXISTING PUBliC SIDEWAlK INCLUDES All CONCRffi
IMPROVEMENTS, STAIRS, WAlKWAYS, ACCESS PATHS, FOU NDATIONS,
ETC. THAT EXTEND FROM BUILDING TO ADJACENT PUBliC SIDEWALKS
ON THE WEST AND SOUTH SIDES.
2. REMOVAL OF PilASTERS AND 12" WIDE CONCRETE/PAVER BAND BEHIND
SIDEWALK ALONG THE FULL WEST FRONTAGE OF THE PROPERTY.
3. REMOVAL OF PERIMETER WALL ATTACHED TO TH E BUILDING AT THE
BUILDING'S NORTH-WEST CORNER AND EXTENDS APPROXIMATELY 20'
6.
7 .
8 .
NORTH (FACING WEST).
REMOVAL OF PERIMETER WALl AT THE PROPERTY'S NORTH -WEST
~UBBASE EAST OF THE BUILDING. THE AREA IS APPROX. 30' x 65'.
REMOVAl AREA IS DELINEATED AS Lo :._-: :..
9. REMOVAL OF EXISTING LANDSCAPE AREA {TO A DEPTH OF 6") JUST
SOUTH OF THE AC AREA INDICATED IN ITEM 8 ABOVE THE AREA IS
PPROX . 22 ' x 65' REMOVAL AREA IS DEliNEATED As ':::::::::::
1\EMOVALINCLUDES EXISTING TREE AND TREE ROOTS AT THE SOUTH -
EAST CORNER OF THE PROPERTY. TREE IS INSIDE THE PERIMETER WAll.
ATTENTION : DO NOT REMOVE THE OTHER EXISTING MATURE TREES
ALONG THE SOUTHERLY PARKWAY.
All DIRT AREAS LEFT AFTER DEMOliTION AND REMOVALS SHAll BE
BACKFILLED WITH CLEAN DIRT SUITABLE FOR LANDSCAPE TO A DEPTH OF 2"
BELOW ADJACENT FINISHED SURFACE ELEVATIONS, INSTALL "BROWN LOOSE
BULK MULCH" ON TOP 2",
AffiR DEMOliTION WORK IS COMPLETED, CONTRACTOR SHALL REMOVE ITS
CONSTRUCTION FENCE, AND CITY WILL INSTAll ITS OWN NEW FENCE
SEPARATELY THRU A FENCE RENTAL COMPANY THE NEW FENCE WIU BE
INSTALLED AROUND THE PERIMETER OF THE PROPERTY, EXCEPT WHERE
PERIMETER WALLS ARE KEPT IN PLACE. 1 ACCESS GATES WILL BE PROVIDED
WITH THE NEW FENCE AT WEST SIDE . NEW FENCE THAT WILL BE INSTALLED
BY THE CITY IS SHOWN AS a a a a a a a •
SCOPE OF WORK FOR DEMOLITION CO NTRACT
Po&e: APPENDIX C.3