Loading...
CONTRACT 7162 Public Works ContractAgreement No. 7162 PUBLIC WORKS AGREEMENT ;.,... BETWEEN THE CITY OF EL SEGUNDO AND EXCELSIOR ELEVATOR CORPORATION LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 This CONTRACT is entered into this 3rd day of December, 2024, ("Effective Date") by and between the City of El Segundo, a municipal corporation and general law city ("City") and Excelsior Elevator Corporation, a California Corporation ("Contractor"). 1. WORK. A. The Contractor shall perform all work required by and set forth in the Contract Documents (the "Work") in a good and workmanlike manner for the project identified in the Contract Documents, as attached hereto and incorporated by reference. The Contractor agrees to perform additional work arising from changes ordered by the City in accordance with the Contract Documents. B. The Contractor shall furnish all of the labor; supplies and materials; equipment; printing; vehicles; transportation; office space and facilities; all tests, testing and analyses; and all matters whatsoever (except as otherwise expressly specified to be furnished by the City) needed to perform and complete the Work and provide the services required of the Contractor by the Contract Documents. C. The Contractor and the City agree to abide by the terms and conditions contained in the Contract Documents. "Contract Documents" means this Contract and the following, as applicable: 0 Notice Inviting Bids; • Instructions to Bidders; • Supplementary Instructions to Bidders; • Bid Proposal and Bid Bond; • Standard Specifications; • Supplementary Conditions; • Exhibits; • Insurance Requirements; • Labor and Material Payment Bond; • Performance Bond • Technical Specifications; • List of Drawings; • Drawings; • Addenda; • Notice to Proceed; • Change Orders; Page 1 Agreement No. 7162 a Notice of Completion. "Contract Documents" also includes all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. The Contract Documents constitute the complete agreement between the City and the Contractor and supersede any previous agreements or understandings. 2. CONTRACT SUM. In consideration of the services rendered hereunder, the City shall pay the Contractor a sum not to exceed amount of Two Hundred. Thirty -Five Thousand Nine Hundred Twenty Dollars 235 g20.00 for the Work in the manner set forth in the Contract Documents, in accordance with the prices set forth therein. Contractor shall provide City with a monthly invoice for current completed work. The City shall make payments within thirty-five (35) days after receipt of the Contractor's undisputed and properly submitted invoice, including an updated schedule of work. Progress payments shall include a retention amount of 5% in compliance with California public works laws. Retention shall be released upon project completion and acceptance by the City, as specified in this Agreement. The City shall return to the Contractor any invoice determined not to be a proper payment request as soon as practicable, but not later than seven (7) days after receipt and shall explain in writing the reasons why the payment request is not proper. Contractor shall have seven days from written notice of improper payment request to submit a revised request satisfactory to the City. Payment for a properly revised payment request shall then be paid by the City within a reasonable period thereafter. 3. SECURITIES AND BONDS. Within ten (10) working days of the Effective Date of this Contract, the Contractor shall furnish a labor and material payment bond in an amount equal to one hundred percent (100%) of the Contract Sum, and a faithful performance bond in the amount equal to one hundred percent (100%) of the Contract Sum. Said bonds shall be secured from a surety company admitted and authorized to do business in California as such and satisfactory to the City. Upon filing the Notice of Completion, the Contractor shall be required to maintain a labor and material payment bond for a period of seven (7) months. Additionally, the faithful performance bond amount shall be reduced to an amount equal to fifteen percent (15%) of the Contract Sum and shall remain in effect until the end of all warranty periods set forth in the Contract Documents, or, if no warranty period is specified, for a period of twelve (12) months after filing of the Notice of Completion. (Note: Securities are not required if Contract Sum is less than $25,000.) 4. INSURANCE. The Contractor must secure and maintain throughout the term of the Contract the types of insurance coverage and corresponding policy limits detailed in the attached "Exhibit A — Insurance Requirements," incorporated herein into this Contract by reference. 5. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work within Thirty 30 working days ("Project Completion Date") following contract execution, submittal Page 2 Agreement No. 7162 approvals, and delivery of all required materials. Contractor shall work on site daily, Monday through Friday until the Project is completed within the timeframe provided in this subsection (A). Contractor shall confirm to the City that all materials are available and delivered for Contractor's use prior to commencing work. Lead times for manufacturing and procurement shall be factored into the timeline, and any delays caused by material availability will result in an equitable adjustment to the Project Completion Date. In the event that specified materials are unavailable or delayed, the Contractor shall propose equivalent substitutions for the City's approval. The Contract Documents will supersede any conflicting provisions included on the Notice to Proceed issued pursuant to this Contract. B. The Contractor may not perform any Work until; The Contractor furnishes proof of insurance as required by the Contract Documents; and ii, The City gives the Contractor a written, signed, and numbered purchase order and Notice to Proceed. C. By signing this Contract, the Contractor represents to the City that the Project Completion Date is reasonable for completion of the Work and that the Contractor will complete the Work by that date. D. Should the Contractor begin the Work before receiving written authorization to proceed, any such Work is at the Contractor's own cost and risk. 6. DELAYS AND EXTENSIONS OF TIME. A. General. Unless otherwise agreed in writing, an adjustment to the Project Completion Date by reason of a Change Order shall be agreed to at the time the Change Order is issued and accepted by Contractor. B. Extensions of Time. In the event it is deemed appropriate by the City to extend the time for completion of the Work, any such extension shall not release any guarantee for the Work required by the Contract Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds executed. In executing such Bonds, the Sureties shall be deemed to have expressly agrees to any such extensions of time. The amount of time allowed by an extension of time shall be limited to the period of the delay giving rise to the same as determined by the City. Notwithstanding any dispute which may arise in connection with a claim for adjustment of the Project Completion Date, the Contractor shall promptly proceed with the Work. C. Payment for Delays. Notwithstanding any other terms and conditions of the Contract Documents, the City shall have no obligation whatsoever to increase the Contract Sum or extend the time for delays. Unless compensation and/or markup is agreed upon by the City, the Contractor Page 3 Agreement No. 7162 agrees that no payment of compensation of any kind shall be made to the Contractor for damages or increased overhead costs caused by any delays in the progress of the Contract, whether such delays are avoidable or unavoidable or caused by any act or omission of the City or its agents. Any accepted delay claim shall be fully compensated for by an extension of time to complete the performance of the Work. If delays are caused by the City, its agents, or other unforeseen circumstances beyond the Contractor's control, the Contractor shall be entitled to an extension of time and equitable compensation for additional costs incurred. Such costs incurred shall be proven to the City with receipts and other available documentation. 7. TERM AND TERMINATION. The Contract is effective as of the Effective Date stated in the first paragraph of this Contract and shall remain in full force and effect until the Contractor has fully rendered the services required by the Contract Documents or the Contract has been otherwise terminated by the City. However, some provisions may survive the term of the Contract, as stated in those provisions. City may terminate this Contract at any time, at will, for any reason or no reason, after giving written notice to Contractor at least ten (10) calendar days before the termination is to be effective. If City defaults under this Agreement, and if City has not cured the default within thirty (30) calendar days after Contractor has given City notice of the event of default. Contractor may terminate this Contract for cause after giving written notice to City at least thirty (30) calendar days before the termination is to be effective. Contractor shall cease all work under this Contract on or before the effective date of termination specified in the notice of termination. Contractor shall be paid for services satisfactorily rendered to the last working day this Contract is in effect and Contractor shall deliver all materials, reports, documents, notes or other written materials compiled through the last working day this Contract is in effect. In no event shall Contractor be entitled to receive more than the maximum compensation set forth in this Contract that would be paid to the Contractor for the full performance of the services required by this Contract. Neither party shall have any other claim against the other party by reason of such termination. In the event the City terminates the Contract, Contractor shall be reimbursed for all unavoidable and unmitigable costs resulting from such termination, in addition to the compensation for all work completed up until the effective date of the termination of the Contract. 8. PERMITS AND LICENSES. Before starting any construction work, the Contractor will be required to obtain all necessary permits, licenses or certificates from the City and shall maintain such permits, licenses and certificates required to complete the Work until the Project Completion Date. Delays caused by permit approvals or inspection scheduling outside of the Contractor's control shall result in an extension of the Project Completion Date without penalty. Contractor shall bear all costs for fees for all agencies except for the City's permit fees. 9. COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for coordinating all Work with the City's Street sweeping, trash pick-up, and street Page 4 Agreement No. 7162 maintenance contractors, emergency services departments, utility company crews, and others when necessary. Payment for conforming to these requirements shall be included in other items of Work, and no additional payment shall be made thereof. 10. EXTRA WORK. New and unforeseen work will be classified as Extra Work only when the Work is not covered and cannot be paid for under any of the various items or combination of items for which a Bid price appears on the Bid. The Contractor shall not do any Extra Work except upon written order from the City Manager. 11.ASSIGNMENT. Any purported assignment without written consent of the City shall be null, void, and of no effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers, officials, employees, agents and representatives with respect to any claim, demand, or action arising from or relating to any unauthorized assignment. If the city opts to consent to assignment, the City's consent shall be contingent upon: (1) a letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee without any reduction, or the assignee supplying all new Bonds in the amounts originally required under the Contract Documents; and (2) the assignee supplying all of the required insurance in the amounts required in the Contract Documents. Until the Surety assigns all of the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of the required insurance, an assignment otherwise consented to in writing by the City shall not be effective. Even if the City consents to assignment, no assignment shall relieve the Contractor from liability under the Contract. 12.INSPECTION. The Contractor shall arrange and pay for all off -site inspection of the Work required by any ordinance or governing authorities. The Contractor shall also arrange and pay for other inspections, including tests in connection therewith, as may be assigned or required. 13. WORKSITE MAINTENANCE.. A. General. Clean-up shall be done as Work progresses at the end of each day and thoroughly before weekends. The Contractor shall not allow the Work site to become littered with trash and waste material but shall maintain the same in a neat and orderly condition throughout the construction operation. Materials which need to be disposed shall not be stored at the Work site but shall be removed by the end of each working day. If the job site is not cleaned to the satisfaction of the City Manager, the cleaning will be done or contracted by the City and shall be back -charged to the Contractor and deducted from the Contract Sum. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complies with the foregoing requirements for final clean-up Page 5 Agreement No. 7162 of the Work site.. B. Storage of Equipment and Materials. The Contractor shall make arrangements for storing its equipment and materials. The Contractor shall make its own arrangements for any necessary off -site storage or shop areas necessary for the proper execution of the Work. Approved areas within Work site may be used for temporary storage; however, the Contractor shall be responsible for obtaining any necessary permits from the City. Construction materials and equipment shall not be stored in streets, roads, or highways unless otherwise approved by the City Manager. C. All costs associated with the clean-up and storage required to complete the Work shall be the sole responsibility of the Contractor. 14.WARRANTY. For purposes of the calculation of the start of the warranty period, the Work shall be deemed completed upon the date of the Notice of Completion. If that direction is contingent on the completion of any items remaining on a punch list, the Work shall be deemed to be completed upon the date of the City Manager's acceptance of the final item(s) on the punch list. Defective materials or workmanship shall be identified jointly by the City and Contractor. Any replacements or repairs under warranty shall be completed at no additional cost to the City within a reasonable timeframe. The Contractor shall repair or replace defective materials and workmanship at its own expense. Additionally, the Contractor agrees to defend, indemnify, and hold harmless the City from claims or any kind arising from damage, injury, or death due to such defects. The parties agree that no certificates given shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective Work or improper materials. Further, the certificate or final payment shall not terminate the Contractor's obligations under the warranty herein. 15. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the final acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements, criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, shall properly store and protect them if necessary, and shall provide suitable drainage and erect temporary structures where necessary. The Contractor is prohibited from performing work with a subcontractor who is debarred pursuant to Labor Code §§ 1777.1 or 1777.7. 16. DISPUTES. Disputes arising from this contract will be determined in accordance with the Contract Documents and Public Contracts Code §§ 10240-10240.13. 17.THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City Page 6 Agreement No. 7162 will promptly inform the Contractor regarding third -party claims against the Contractor, but in no event later than 10 business days after the City receives such claims. Such notification will be in writing and forwarded in accordance with the "Notice" section of the Contract Documents. As more specifically detailed in the Contract Documents, the Contractor agrees to indemnify and defend the City against any third -party claim. 18.TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. 19.OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by the Contractor under the Contract Documents are the City's property. The Contractor may retain copies of said documents and materials as desired, but will deliver all original materials to the City upon the City's written notice. 20.INDEMNIFICATION. To the maximum extent permitted by law, the Contractor hereby agrees at its sole cost and expense, to defend, protect, indemnify, and hold harmless the City, its elected and appointed officials, officers, employees, volunteers, attorneys, agents (including those City agents serving as independent contractors in the role of City representative), successors, and assignees (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, charges, obligations, damages, causes of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in connection with or resulting from any act, failure to act, error or omission of the Contractor or any of its officers, agents, attorneys, employees, subcontractors, material supplies or any of their officers, agents or employees and/or arising out of, incident to, related to, in connection with or resulting from any term, provision, image, plan, covenant, or condition in the Contract Documents, including, without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment, award or decree that may be rendered against any of the Indemnitees as to any such Claim. The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the Contractor or Indemnitees. This indemnity shall apply to all claims regardless of whether any insurance policies are applicable or whether the Claim was caused in part or contributed to by an Indemnitee. Nonwaiver of Rights. Indemnitees do not and shall not waive any rights that they may possess against the Contractor because the acceptance by the City or the deposit with the city of any insurance policy or certificate required pursuant to these Contract Documents. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. Page 7 Agreement No. 7162 Waiver of Right of Subrogation. The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. Survival. The provisions of this Section 20 shall survive the term and termination of the Contract, are intended to be as broad and inclusive as is permitted by the law of the State, and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against the Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 21. NONDISCRIMINATORY EMPLOYMENT. The Contractor shall not unlawfully discriminate against any individual based on race, religion, creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender identity, gender expression, age, sexual orientation, or military and veteran status. The Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 22. PREVAILING WAGES. In accordance with Labor Code § 1770 et seq., the Project is a "public work" to which prevailing wages apply. The Contractor and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations ("DIR") regarding the prevailing wage rate of per diem wages. The Contractor shall post a copy of the DIR's determination of the prevailing rate of per diem wages at each job site. The project is subject to compliance monitoring and enforcement by the DIR. 21INDEPENDENT CONTRACTOR. The City and the Contractor agree that the Contractor will act as an independent contractor and will have control of all work and the manner in which it is performed. The Contractor will be free to contract for similar service to be performed for other employers while under contract with the City. The Contractor is not an agent or employee of the City and is not entitled to participate in any pension plan, insurance, bonus or similar benefits the City provides for its employees. Any provision in this Contract that may appear to give the City the right to direct the Contractor as to the details of doing the work or to exercise a measure of control over the work means that the Contractor will follow the direction of the City as to end results of the work only. 24. CONFLICTS OF INTEREST. Contractor and its employees, associates and subcontractors, if any, shall comply with all California conflict of interest statutes applicable to Contractor's Work under this Contract, including, but not limited to the Political Reform Act (Gov. Code § 81000 et seq.) and Government Code § 1090. 25.AUDIT OF RECORDS. The Contractor will maintain full and accurate records with Page 8 Agreement No. 7162 respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three years after termination or final payment under the Contract Documents. 26. NON -WAIVER OF TERMS, RIGHTS AND REMEDIES. Waiver by either party of any one or more of the conditions of performance under the Contract Documents shall not be a waiver of any other condition of performance under the Contract Documents. In no event shall the making by the City of any payment to the Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default that may then exist on the part of the Contractor, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 27. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: To Contractor: Attn: Matthew Rough Excelsior Elevator Corporation Address: 1961 Blair Avenue Santa Ana, CA 92705 Phone: 949-757-1688 Email: matt@excelsiorelevator.com To City: Attn: Arianne Bola City of El Segundo, PW Dept, 350 Main Street El Segundo, CA 90245 Phone: 310-524-2364 Email: abola@elsegundo.org Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 28. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. 29. INTERPRETATION. This Contract was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Contract will be in Los Angeles County. 30. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of the Contract Documents, precedence will be as determined in the Standard Specifications. Page 9 Agreement No. 7162 31I.SEVERABILITY. If any portion of the Contract Documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Contract will continue in full force and effect. 32.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 33. ENTIRE AGREEMENT. This Contract, including the Contract Documents and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Contract may not be modified or amended, not any provisions or breach waived, except in a writing signed by both parties that expressly refers to this Contract. 34.ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Contract may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code §16.5, the Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. Contractor warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind Contractor accordingly. 35.COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof will be construed as both covenants and conditions, the same as if the words importing such covenants and conditions had been used in each separate paragraph. 36. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of reference only and will not affect the interpretation of this Contract. 37.TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. [Signatures on following page.] Page 10 Agreement No. 7162 IN WITNESS WHEREOF the parties hereto have executed this Contract the day and year first hereinabove written. EXCELSIOR ELEVATOR CORPORATION Z2:�� Name: Lina Rough Title: President Name: Victor Rough Title: Vice President Taxpayer ID No. 33-0740057 Contractor State License No. 733576 Contractor City Business License No. 34176 ATTEST: ')VQ A, Susan ruax, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney By Joaquin " quez, Assistant City Attorney wmh AvprweA I Page 11 Agreement No. 7162 EXHIBIT A - INSURANCE REQUIREMENTS Contractor must procure and maintain for the duration of the contract the following insurance coverages and limits against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work covered by this agreement by the Contractor, its agents, representatives, employees or subcontractors: COVERAGES/TYPE OF" INSURANCE LIMITS* 1. Commercial General Liability: a) Each Occurrence $2,000,000 b) Aggregate $4,000,000 2. Automobile Liability: a) Combined Single Limit (Each Accident) $1,000,000 3. Workers Compensation: Statutory *The city has the option to increase the limits as required for more complex and major ivaterworks, sanitation, and road pavement projects. Contractor will provide endorsements or other proof of coverage for contractual liability. Combined single limit per occurrence will include coverage for bodily injury, personal injury, and property damage for each accident. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the policy will be endorsed such that the general aggregate limit will apply separately to this contract and a copy of the endorsement provided to the City. Liability policies will contain, or be endorsed to contain the following provisions: !General Liability and Automobile Liaabilit°v The City, its officers, officials, employees, agents, and volunteers will be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage will contain no special limitations on the scope or protection afforded to the City, its officers, officials, employees, agents, or volunteers. The Contractor's insurance coverage will be primary insurance as respects the City, its officers, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents, and volunteers will be excess of the Contractor's insurance and will not contribute with it. The insurer will agree in writing to waive all rights of subrogation against the City, its officers, Agreement No. 7162 officials, employees and volunteers for losses arising from work. performed by the Contractor for the City. Any failure to comply with reporting provisions of the policies will not affect coverage provided to the City, its officers, officials, employees, agents and volunteers. The Contractor's insurance will apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Worker's Compensation The insurer will agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. All ;oyea-ages Each insurance policy required by this subsection will be endorsed to state that coverage will not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) calendar days written notice by certified mail, return receipt requested, has been given to: CITY CLERIC City of El Segundo 350 Main Street El Segundo, CA 90245 Notwithstanding the foregoing, the endorsement may state that insurance may be cancelled upon ten (10) calendar day notification for non-payment of premium. The Contractor will provide the City with updated proof of insurance should the Contract Time extend beyond the policy expiration date. All liability insurance will be on an occurrence basis. Insurance on a claims -made basis will be rejected. Any deductibles or self -insured retentions will be declared to and approved by City. The insurer will provide an endorsement to City eliminating such deductibles or self -insured retentions as respects the City, its officials, employees, agents, and volunteers. Except for Workers Compensation Insurance, Contractor will furnish to City certificates of insurance and endorsements on forms acceptable to the City's City Attorney, duly authenticated, giving evidence of the insurance coverages required in this contract and other evidence of coverage or copies of policies as may be reasonably required by City from time to time. Endorsements must be supplied on ISO Form No. CG 20 10 11 85, or equivalent. Certificate/endorsement for Workers Compensation Insurance will be furnished on State Comp Fund or other industry standard form. Except for worker's compensation insurance, all insurance required herein will be placed with insurers with a Best's Rating of not less than A:VII. Worker's compensation insurance policies will meet the requirements of California law. All subcontractors employed on the work referred to in this contract will meet the insurance requirements set forth for Contractor. Contractor will furnish certificates of insurance and endorsements for each subcontractor at least five days before the subcontractor entering the job Agreement No. 7162 site, or Contractor will furnish City an endorsement including all subcontractors as insureds under its policies. Contractor will save, keep and hold harmless the City, its officers, officials, employees, agents and volunteers from all damages, costs or expenses in law or equity that may at any time arise or be claimed because of damages to property, or personal injury received by reason of or in the course of performing work, which may be caused by any willful or negligent act or omission by the Contractor or any of the Contractor's employees, or any subcontractor. The City will not be liable for any accident, loss or damage to the work before its completion and acceptance. The cost of such insurance will be included in the various items of work in the Contractor's bid and no additional compensation for purchasing insurance or additional coverage needed to meet these requirements will be allowed. In the event that any required insurance is reduced in coverage, cancelled for any reason, voided or suspended, Contractor agrees that City may arrange for insurance coverage as specified, and Contractor further agrees that administrative and premium costs may be deducted from payments due to the Contractor. Contractor will not be allowed to work until alternate coverage is arranged. Coverage will not extend to any indemnity coverage for the active negligence of the additional insured if the agreement to indemnify the additional insured would be invalid under Civil Code § 2782(b). Agreement No. 7162 PROPOSAL FOR THE LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Date October 15 20 24 Company Name: Excelsior Elevator Corporation TO THE CITY OF EL SEGUNDO: In accordance with the City of El Segundo's Notice Inviting Sealed Bids, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. Submittal of this bid shall be considered evidence that the BIDDER has satisfied himself regarding the contract documents, access and any other field conditions which may affect bid prices. If this proposal is accepted for award, BIDDER agrees to enter into a contract with the City of El Segundo at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of El Segundo of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY OF EL SEGUNDO RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all apparent expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of El Segundo's notice of award of contract to the BIDDER, including sending by U.S. Mail a Public Works Contract for signature by the Awardee, the proceeds of the security accompanying this bid shall become the property of the City of El Segundo and this bid and the acceptance hereof may, at the City of El Segundo's option, be considered null and void. Revised I-C-1 Agreement No. 7162 EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AF IRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the City of El Segundo is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. Revised I-C-2 Agreement No. 7162 BID SCHEDULE LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: Excelsior Elevator Corporation Unit Price Item Total Item Description Estimated (in figures) (in figures) No. Unit Quanti Dollars/Cents Dollars/Cents 1 Mobilization/ LS 1 4,000.00 4,000.00 Demobilization Openings 2 Access Door/ Panel EA 1 5,000.00 5,000.00 3 Stainless Steel EA 2 L4,600-00 9,200.00 Elevator Shaft Jamb Conveying Equipment 4 Elevator Demo LS 1 8,250.00 8,250.00 5 Stainless Steel EA 2 4,625.00 9,250.00 Elevator Walls 6 Elevator Acrylic EA 1 10,380.00 10,380.00 Panel Ceiling 7 Elevator Carpet EA 1 5,200.00 5,200.00 Flooring 8 Elevator Door EA 2 9,700.00 19,400.00 Operator/Motor 9 Elevator Door EA 2 5,280.00 10,560.00 Panels [20- Elevator Door Track EA 2 2,500.00 5,000.00 11 Elevator Door EA 2 2,350.00 4,700.00 Hanger 12 Elevator Door Pick EA 2 2,975.00 5,950.00 Up Assembly 13 Elevator Door Locks EA 2 1,975.00 3,950.00 14 Elevator Door EA 2 4,960.00 9,920.00 Clutch Revised I-C-3 Agreement No. 7162 Unit Price Item Total Item Description Estimated (in figures) (in figures) No. Unit Quantq Dollars/Cents Dollars/Cents Conveying Equipment 15 Infrared Safety Edge EA 2 2,700.00 5,400.00 16 Elevator Interior LS 1 12,250.00 12,250.00 Panel/ Call Buttons 17 Elevator Audible LS 1 3,200.00 3,200.00 and Hall Si als 18 Elevator Control LS 1 26,350.00 26,350.00 Panel & Controls 19 Hydraulic Cylinder LS 1 4,560.00 4,560.00 Packing Seal 20 Stainless Steel LS 1 2,400.00 2,400.00 Elevator Handrails Heating, Ventilating, and Air Conditioning 21 Demo LS 1 10,000.00 10,000.00 22 Valves EA 2 5,000.00 10,000.00 23 Patching/Repair LS 1 3,000.00 3,000.00 Electrical 24 Demo LS 1 10,000.00 10,000.00 25 Disconnect Switch EA 1 5,000.00 5,000.00 with Shunt Tri 20A, 120V, Duplex 26 GFCI Receptacle EA 1 1,000.00 1,000.00 (NEMA 5-20R) with Waterproof Box 27 Lighting Fixtures EA 2 1,000.00 2,000.00 28 Fire Alarm EA 2 13,500.00 27,000.00 29 Patching/Repair LS 1 3,000.00 3,000.00 Revised I-C-4 Agreement No. 7162 TOTAL BID FOR ITEMS 1-29 IN FIGURES = $235,920.00 TOTAL BID WRITTEN IN WORDS: Two Hundred Thirty Five Thousand Nine Hundred Twenty and 00/100 dollars. Revised I-C-5 Agreement No. 7162 Company Name: BIDDER'S INFORMATION Excelsior Elevator Corporation BIDDER certifies that the following information is true and correct: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) Cor oration If corporation, State of Incorporation (i.e., California) California Business Excelsior Elevator Corporation Address 1961 Blair Avenue Santa Ana, CA 92705 Telephone No. 949-757-1688 Facsimile No. N/A State Contractor's License No. and Class 733576 C-11 Original Date Issued Expiration Date 3/13/1997 3/31 /2026 The following are the names, titles, addresses, and phone numbers of all individuals, film members, partners, joint venturers, and/or corporate officers having principal interest in this proposal: Lina Rough - President - 1961 Blair Avenue, Santa Ana, CA 92705 - (949) 757-1688 Victor Rou h -Vice President - 1961 Blair Avenue, Santa Ana, CA 92705 - 949 757-1688 The date of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal is as follows: NONE All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows: NONE Revised I-C-6 Agreement No. 7162 Company Name: BIDDER'S INFORMATION (CONTINUED) Excelsior Elevator Corporation Bidder shall list the name of the person who attended the mandatory pre -bid job walk: Name: Matthew Rough Title Director of Sales Revised I-C-7 Agreement No. 7162 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all a forenamed principals this _day of 0C� BIDDER r Subscribed AW N',. 0. NOTARY PUBLIC Revised I-C-8 MMM.M ♦ MMY.% M WMAdYMN119i:gry M MMTATYANA B. i"lWN7 �4 " Commission # 2479739 Los Angeles County California - Notary Public .... .....M,,.�1011M,11P NM tk 4SI ....... Agreement No. 7162 PROPOSAL GUARANTEE BID BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 KNOW ALL MEN BY THESE PRESENTS that, Excelsior Elevator Corporation , as BIDDER, and The Ohio CA§ ual Insurance Gory parry , as SURETY, are held and firmly bound unto the City of El Segundo, in the penal sum of m_Ten percent of total amount bid —DOLLARS ($ L 00/6 & bid amt ),, which is ten (10%) percent of the total amount bid by BIDDER to the City of El Segundo for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of El Segundo for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of El Segundo. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 14th ay of October 24 BIDDER* SURETY* Excelsior Elevator Cor►)oration, 1961 Blair Avenue, Santa Ana, CA 92705 Matthew Rough, Director of Sales 949-757-1688 nee Company, 62 Maple Avenue, Keene, NH 03431 Matthew Erra, Attorney -in -Fact, 513-603-2400 Subseibed and sworn to this 14th day of October ,, 20 24 'NOTARY PUBLIC *Provide BIDDER/SURETY name, title, address and telephone number and the name, title, address and telephone number for authorized representative. SEE ATTAGRED NOTARY ACKNOWLEDGEMENTS Revised I-C-9 Agreement No. 7162 ACKNOWLEDGMENT A notary public or other officer completing thi ...._._. s certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 05 -2 l,e ) On � � "„��t� before me, Inse�nae and �ef�eof' r) personally appeared h " 1 t U , who proved to me on the basis of satisfactory evidenc to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal, �,.. ,....a,,... ?��" �MT�TyAG�A B. HUNTER a Commission # 2479739 _ t Los Angeles County 4 Y 6 .wwu�' MNw* G... �� M ... ......... �Caaliforniia - Nyootta,y rUULIL µ 2028 KrMt�/NTI�....................... .. �J... .. ...........? Signature (Seal) Agreement No. 7162 ACKNOWLEDGEMENT State of Arizona County of Maricopa On 4qjaq before me personally appeared Matthew Erra whose identity was proven to me on the basis o satisfactory evidence to be the person who he or p f f Y she claims to be and acknowledged that he or she signed the attached document. (Seal) „ xi Jeremy Polk Commission Number 648798 Commission Expires June 28, 2027 This Power of Attorney limits the ads of those named herein, and they have no authorA t -eem ant No. 7162 bind the Company except in the manner and to the extent herein stated. Ul Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205775-969570 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Jeremy Polk; Kischa Rushing; Matthew Errs y " named!, its true and lawful attorney -in -fact to make, all of the city of 1'ltt�eraix state of A%, each isrdivrduatlt d there be more than one execute, seal„ ac nowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of June 2021 Liberty Mutual Insurance Company %NSlrp srcrws t PO U The Ohio Casualty Insurance Company West American Insurance Company 'a+ N 1912� 0 1919 1991. vu ' Al , y,r ql o N a �cswrtr rrsp d �ralaw wL' B - r» .jr y 03 David M. Carey, Assistant Secretarycr IState of PENNSYLVANIA County of MONTGOMERY ss 0 On this 22nd da of June 2021 before me ersona0 appeared David M. Care who acknowledged himself to be the..AssWant Secrete of Liberty Mutual Insurance o Y P Y PP Y, r? riY m Company, The Ohio Casuehy Company„ and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing, instrument for the purposes xa G > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ar m a) IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. m �' O ✓^i ¢ t o LorvrmnvmaMh cr Ponnsytvmla , Notary Seal d° ^ - ,�'t, Teresa Pastella,NolmyPublic 0 �' ,.„ Montgomery County Ir `®®_ ' E N y Commission n expires March 28, 2025 By: �.Q I Q> O Ci �� M commission umber 1126044 s �I C ??? �' '`' ,,t ✓ ;" P@maonGar„ P�bnrosyirra mta J"k5�i�l apYoru of Notaries ePastella,, NotaryPublic o 01 ✓"Gh r ,✓.a ,,,,,. V rn This Power of Attorney is matte and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty insurance Company, Liberty Mutual °7 m 9 Insurance CL Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: DO ARTICLE IV— OFFICERS: Section 12. Power of Attorney, y CD I Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the �ey — c President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety = M C: arty and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in fact, subject to the limitations set forth in their respective powers of attorney, shall � have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 0 a1 Z0 instruments " be as binding as if signed by the President and attested to by the Secretary, Any power or authority granted to any representative or attorney in fact under theca provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issues) by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C, Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty, insurance Company, Ljberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 14 day of October , 2024 ststrq 11 rnrs& � %rtSu Pocwtcc Prr�,1%a Poq,ar tam 1912 1919 1991 0 By: g P x b v t#WAO ryd Renee C, Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Mufti Co 02/21 Agreement No. 7162 CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) 1. BIDDER'S Contractor's License Number is: 733576 Class No.: C-11 2. The expiration date of BIDDER'S Contractor License is: March 31 , 20 26 3. BIDDER acknowledges that Section 7028.15(e) of the Business and Professions Code provides as follows: "A licensed contractor shall not submit a bid to a public agency unless his or her contractor's license number appears clearly on the bid, the license expiration date is stated, and the bid contains a statement that representations herein are made under penalty of perjury. Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered non -responsive and shall be rejected by the public agency." The undersigned declares, under penalty of perjury, that the representations made by the undersigned in this bid proposal are true and correct. Executed on 10/15 , 2024 , at Santa Ana, CA 792tbk" _ Signature Matthew Rough Typed Name Director of Sales Title Excelsior Elevator Cor oration Company Name (insert City and State where Declaration signed), Revised I-C-10 Agreement No. 7162 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Orange) Matthew Rough , being first duly sworn, deposes and say that he or she is Director of Sales of Excelsior Elevator Corporation the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any BIDDER or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the BIDDER has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the BIDDER or any other BIDDER, or to fix any overhead, profit, or cost element of the bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. watt L- ur Excelsior Elevator Signature Name of Bidder/Company Name Matthew Rough 10/15/2024 Typed Name Date Director of Sales Title Revised I-C-11 Agreement No. 7162 WORKER'S COMPENSATION CERTIFICATION Section 1861 OF THE LABOR CODE (Workers' Compensation) Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his/her PROPOSAL, shall sign the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature of Bidder: Title: Director of Sales Business Name: Excelsior Elevator Corporation Business Address Telephone Number: Dated this 15 1961 Blair Avenue Santa Ana, CA 92705 day of October 20 24 Revised I-C-12 Agreement No. 7162 DESIGNATION OF SUBCONTRACTORS LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: Excelsior Elevator Corporation As detailed in Section 2-3.1 (Page H-B-3) of the City Standard Specifications, Bidder certifies that it has listed below all subcontractors who will perform work in excess of one-half of one percent (0.5%) of the total bid price or certifies that the bidder is fully qualified to perform and will perform that portion of the work itself. Name of Subcontractor Address (Number and Street) Subcontractor's Contractor License No., & DIR Registration No. (CSLB #) Description of Portion of Work Subcontracted Estimated $ Amount (City, Zip Code) (DIR #) Ultimate COYIStrUCtlOn Services 14731 Franklin Ave, Unit B 1069314 HVAC, Electrical, Fire Alarm $75,000.00 Tustin, CA 92780 PW-LR-1000832946 (Make copies of this page if additional space is needed) �- 10/15/2024 Signature of idder Date Revised I-C-13 Agreement No. 7162 REFERENCES Company Name: 'Excelsior Elevator Corporation The following are the names, addresses, and telephone numbers for public agencies for which BIDDER has performed similar work as the prime Contractor or major Subcontractor within the past five (5) years: 1. Project Title:. Towers at Laguna Woods Village Location: 24055 Paseo Del Lago West, Laguna Woods, CA 92637 Towers at Laguna Woods Village HOA, 24055 Paseo Del Lago West, Laguna Woods, CA 92637 Name and address of owner Freddy Rodriguez - 949-434-5613 fodriguez@pmpmanage.com Name, current telephone number, and email of person familiar with project Type of work: Four traction elevator modernization Contract amount: $ 2,000,000 Date completed: In ro ress Amount of work done by my/our firm under Contract $ 2,000,000 Did your firm have any financial interest in Project? No 2. Project Title: 1 Venture Office Building Location: 1 Venture, Irvine, CA 92618 Olen Property Management, Seven Corporate Plaza, Newport Beach, CA 92660 Name and address of owner Kristina Longoria - 949-220-3640 - klongoria@olen.com Name, current telephone number, and email of person familiar with project Type of work: One hydraulic elevator modernization Contract amount: $ 120,000 Date completed: 10/25/2023 Amount of work done by my/our firm under Contract $ 130,000 Did your firm have any financial interest in Project? No Revised I-C-14 Agreement No. 7162 Project Title: Passion Church Location: 1655 West Broadway, Anaheim, CA 92802 Passion Church, 1655 West Broadway, Anaheim, CA 92802 Name and address of owner Connie Chen - 714-213-4862 - tt0936@hotmaii.com Name, current telephone number, and email of person familiar with project Type of Work: Hydraulic elevator modernization Contract amount: $ 110,000 Date completed: August 14, 2024 Amount of work done by my/our firm under Contract $, Did your firm have any financial interest in Project? 4. Project Title: 32451 Golden Lantern 110,000 No Location: 32451 Golden Lantern, Laguna Niguel, CA 92677 Shea Properties, 130 Vantis Street Suite 200 Aliso Viejo, CA 92656 Name and address of owner Victoria Auer - 949-389-7040 - victoria.auer@sheaproperties.com Name, current telephone number, and email of person familiar with project Type of work: Hydraulic elevator modernization Contract amount: $130,000 _ Date completed: October 14, 2024 Amount of work done by my/our firm under Contract $---J30,000 Did your firm have any financial interest in Project? No Revised I-C-15 Agreement No. 7162 5. Project Title: Fremont HOJ Courthouse Location: 39439 Paseo Padre Parkway, Fremont CA 94538 Judicial Council of CA - 39439 Paseo Padre Parkway, Fremont, CA 94538 Name and address of owner Tom Mistron - 650-336-3733 - tmistron@msconstruction.com Name, current telephone number, and email of person familiar with project Type of Work: Four hydraulic elevator modernization Contract amount: $ 1,600,000 Date completed: 10/802024 Amount of work done by my/our firm under Contract $ 1,600 000 Did your firm have any financial interest in Project? NO Bidder may attach additional reference pages if necessary. The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance bonds: Jeremy Polk, USI - 2375 East Camelback Road, Ste. 740 Phoenix, AZ 85016 602-505-6880 - jeremy.polk@usi.com Revised I-C-16 Agreement No. 7162 Company Name: BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Excelsior Elevator Corporation Please state all instances of being disqualified, removed, or otherwise prevented from bidding on, or completing, a federal, state, or local government project due to a violation of a law or safety regulation. Have you ever been disqualified from any government contract? Yes ❑ No 2. If yes, explain the circumstances: 3. Are you registered in accordance with Labor Code § 1725.5 [Note: failure to register requires the City to reject your bid as nonresponsive]? Yes Iff No ❑ Bidd er's Signature ' Matthew Rough Name (Please Print) Revised I-C-17 Agreement No. 7162 INSURANCE REQUIREMENTS [MUST BE SUBN[ITTED WITH PROJECT PROPOSAL] LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: Excelsior Elevator C2Ep2ration To be awarded this contract, the successful bidder must procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $2,000,000 Business automobile liability: $1,000,000 Workers compensation: Statutory requirement Commercial general liability insurance must meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above must be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies must be endorsed to name the City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by the City will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance must be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Insurer will agree in writing to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for the City. Automobile coverage must be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). The Consultant must furnish to the City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by the City from time to time. Insurance must be placed with admitted insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. The Consultant will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. The City requires California Worker's Compensation Coverage with the associated Waiver. Out-of- state coverage will not be accepted in lieu of the California coverage, because the work is being performed in the State of California. By signing this form, the bidder certifies that it has read, understands, and will comply with these insurance requirements if it is selected as the City's consultant. Fa° ure to provide this insurance will render the bidder's proposal "nonresponsive." 10/15/2024 Date Bidder's Signature Revised I-C-18 Agreement No. 7162 END PROPOSAL SECTION Revised I-C-19 Agreement No. 7162 my.i ELSE_GUNDO September 26, 2024 ADDENDUM NO. 1 to THE CONTRACT DOCUMENTS, SPECIFICATIONS AND PLANS for LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 ATTENTION BIDDERS: The following additions, modifications, and clarifications to the specifications shall be included in, and become a part of, any contract which may be executed for the above project in the City of El Segundo: 1. The bid due date and time is on Wednesday, October 16, 2024 at 11:00 am. 2. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the State Business and Professions Code. For this project, the license "C11" will be required and a valid City Business License from the City of El Segundo. 3. Please use the Revised Bid Proposal (Revised I-C-1 to Revised I-C-19) when submitting proposals. 4. Replace Section 142400 (Hydraulic Elevators) of the Appendix A (Technical Specifications) with the revised Section 142400. 5. Replace drawing pages 1, 9,10, 11, 12, 15, 17,19, and 21 of the Appendix B (Plans) with the revised drawing pages. 6. Please see this project's attached Supplement to Addendum 1 for bid -related questions and the responses to them. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this completed Addendum page with the Bid Proposal. Failure to provide such acknowledgement shall render the bid as non- responsive and subject to rejection. Signature: I Date: 10/15/2024 Print Company Name: Excelsior Elevator Corporation Page 1 of 1 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Agreement No. 7162 FAITHFUL PERFORMANCE BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Bond No. 024278398 Bond Fee: $4,718 Excelsior ElevatorCo oration _, __ ("PRINCIPAL") and, Ohio Casualty Insurance Oom a!2y, a corporation incorporated under the laws of the State of New Hampshire and licensed by the State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of Two l Itindred�T it Five Thousand. Nine flundred Twenty Dollars ($ 3 20.00), lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 24-03, and the public works contract executed with such Specifications. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 24-03, a copy of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 24-03) which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. CITY has estimated the required amount of the bond as shown above. 2. PRINCIPAL's work on the Public Project will be done in accordance with CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail to complete all required work within the time allowed, CITY may, at its sole discretion, cause all required work to be done and the parties executing the bond will be firmly bound for the payment of all necessary costs therefor. 3. PRINCIPAL will guarantee its work against any defective work, labor, or materials on the Public Project for a period of one (1) year following the Public Project's completion and acceptance by CITY. I-E-1 Agreement No. 7162 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 24-03 or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following two (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; & A certificate issued by the county clerk for the county in which SURETY'S representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted; and 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-E-2 Agreement No. 7162 SIGNED AND SEALED this 3rd day of PRINCIPAL's PRINCIPAL's January .20 25 SUlD E,T" 's POMMM Attorney -in -Fact SURETY'04WWRAgpy Account Manager PRINCIPAL's MAILING ADDRESS: SURETY'S MAILING ADDRESS: Excelsior Elevator Cor oration Ohio Casualty Insurance Company _ �__. 1961 Blair Avenue 175 Berkley Street Santa Ana CA 92705 Boston,,MA 02116 NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office. (2) Bond shall be effective for one (1) year after acceptance of the job. I-E-3 Agreement No. 7162 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of dtroXa)t On before me,�v�� \'l �o�� Ns•, rye t',v e~��.c (insert name and title of the officer) personally appeared tw,� k6\'jV, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ...................p.................... .N............?# KEVIN HUY HOANG NGUYEN WITNESS my hand and official seal. Comm. # 2497672 ORANGE County California -Notary Pubtic Comm. ExpiiresAUG. t, 2028 t...«.«............... Signature, (Seal) reement No. ACKNOWLEDGEMENT State of Arizona County of Maricopa On before me personally appeared Jeremy Polk whose identity was proven to me on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the attached document. (Seal) Notary Signature MATTHEW STANTON! E'RRA NOTARY PURL C • ARIZONA Matthew Stanton Error MARICOPA COUNTY COMMISSION # 622269 Commission Expires March 9", 2026 MY COMMISSION EXPIRES MCI 09 2026 Agreement No. 7162 This Power of Attorney limits the acts of those named herein, and they have no authority t Liberty bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205775-969570 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized t tM1 'tjj SIt IJ%pa Qp 1Rkfjg popdctively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, all of the city of Phoenix state of AZ each individually if there be more than one named, its true and lawful attornev-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Powerof Attorneyhasbeen subscribed by an authorized officer or official ofthe Companies and the corporate seals ofthe Companies have been affixed theretothis 22nd day of June , 2021 Liberty Mutual Insurance Company a 1St,ir y114 IN & � iNSUR The Ohio Casualty Insurance Company West Amer" n Insurance Company 1912 1919 0 2 1991 0At y'4c, I's� tt 0 +rAMO� DRAW, b �rrPy vAx=r. By: __... David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 22nd day of June 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania Wary Seal ' Teresa Pastella, Notary Public 7m qqq Montgomery County l� 01 „ My commission expires March 28 2025 B s 6 Commission number 11260" y -•-•-• Teresa Pastella, Notary Public Mwrg f, IPPAo5y1ya ma Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. M Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the a) Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if o m signed by the president and attested by the secretary. a`) > Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such m 3 attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and c 2 other surety obligations. o m Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the — - Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with a? 0 the same force and effect as though manually affixed. c m I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do ai — hereby certify that the original power of attorney of which the foregoing is a full, true and Correct copy of the Power of Attorney executed by said Companies, is in full force and effect and jv has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of January , 2025 0.5 E y 4h1Str X�4 INS& Ott ier > 1912 0 0 1919 1991 co C By. > c o $ OfAMPSS fit` orA"" Renee C. Llewellvn, Assistant Secretary -- Z U77 " 5 t p obi t LMS-12873 LMIC OCRC WAIC Multi Cc 02/21 U Agreement No. 7162 No. 5133-4 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, The Ohio Casualty Insurance Company ofNew Hampshire, organized under the laws of New Hampshire, subject to its Articles oflncorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Automobile and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 19'` day of March, 2013, I have hereunto set my hand and caused my official seal to be affixed this 19`h day of March, 2013. Dave Jones Insurance Commissioner By Valerie J. Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must he accomplished as required by the California Corporations Code promptly after issuance ofthis Certificate ofAuthority. Failure to do so will be a violation oflnsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Agreement No. 7162 LABOR AND MATERIALS BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Bond No. 024278398 Bond Fee: Included w/ performance bond Excelsior Elevator Co oration as principal ("PRINCIPAL") and Ohio Casualty Insurance Company , a corporation incorporated under the laws of the State of New Hampshire and licensed by the State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of Two Hundred Thirty Five Thousand. Nine Hundred Twenty Dollars ($23�20.00), lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. This bond is conditioned upon and guarantees payment by PRINCIPAL to contractors, subcontractors, and persons renting equipment; payment by PRINCIPAL and all PRINCIPAL'S subcontractors for all materials, provisions, provender, or other supplies, and equipment used in, upon, for or about the performance of the work contemplated in LIBRARY ELEVATOR UPGRADES PROJECT, SPECIFICATIONS NO. PW 24-03 ("Public Project"), the public works contract executed for such Public Project, and for all work or labor of any kind performed for the Public Project. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 24-03, and the public works contract executed for such Specifications, copies of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 24-03), which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. 2. PRINCIPAL will pay all contractors, subcontractors, and persons renting equipment. 3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, on, for or about the performance of the Public Project, and will pay for all work and labor thereon. I-F-1 Agreement No. 7162 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 24-03, or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following TWO (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; and B. A certificate issued by the county clerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted. 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-F-2 Agreement No. 7162 SIGNED AND SEALED this 3rd day of January 20 25 PRINCIPAL's P:f E PRINCIPAL'S SECRE PRINCIPAL's MAILING ADDRESS: Attorney -in -Fact SURETY's SEM Account Manager SURETY's MAILING ADDRESS: Fxr.jator- OhioCasualtyInsurance Company 1961 Blair Avenue 175 Berkley Street Santa Ana CA 92705 _ Boston MA 02116„ NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office. (2) Bond shall be effective for one (1) year after acceptance of the job I-F-3 Agreement No. 7162 ACKNOWLEDGMENT .............-- ...... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 0v t%"ke -) �M�.�� �� 7G2S �Q��� �'t �ac�v�' N9"`�e`^� On I before me, (insert name and title of the officer) personally appeared �'*"`Q K 0 -\C \k who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KEVIN HUY MANG NGUYEN WITNESS my hand and official seal. Comm. # 2497672 ORANGE County California - Notary Public *Comm. Expires AUG. 16, 2028 Signature (Seal) reement No. ACKNOWLEDGEMENT State of Arizona County of Maricopa On 5 before me personally appeared Jeremy, Polk whose identity was proven to meon the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the attached document. (Seal) Notary Signature MATTHEW STANTON ERRA NOTARY PUBLIC • ARIZONA Matthew Stanton Erra MARICOPA COUNTY COMMISSION # 622269 Commission Expires March 91h; 2026 MY COMMISSION EXPIRES MARCH . 22 Agreement No. 7162 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. =" Liberty Liberty Mutual Insurance Company muturil. The Ohio Casualty Insurance Company Certificate No: 8205775-969570 �ITSURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized t�h�jY9t,4���N�tPaS'ti�9a�1�1P�ctively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, .._—., all of the city of Phoenix state of AZ each individually if there be more than one named, its true and lawful attornev-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this PowerofAttorney has been subscribed by an authorized officer orofficial of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd davof June • 2021 , Liberty Mutual Insurance Company atts -IINS rKsfe ?f The Ohio Casualty Insurance Company cee " '* t 1a{4* , °" �° n West Amery n Insurance Company 1912 1919 1991� Or p7 A t 't Ott y BY: David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY On this 22nd day of, June 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. r r Commonwealth of Pannsy4Wama - Notary SYrO I e Teresa Pastella, Waq Pubk Montgomery County nG%�/ My commission expires March 2e, 2025 By: Commission number 1126044 ........ ...... �f�, d Member, Pennsylvania Association of 9J+J4drcnR5 Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the co provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, m bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the 0 a) Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed b the resident and attested b the � � 9 Y P Y secretary. (D > Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such 0) 5M attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and c a other surety obligations. o a) Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the — Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with Nthe same force and effect as though manually affixed. c I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do ¢ld hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. CD IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of January 2025 E ttlstr,�. tr rlvs trilbu 1912_ 1919 1991 ki p 4 > a) °J'.y'w�94rW''"� ., " IiAMP��`* b »c" "W4PAna41 5 By: 'a....n .._. � ��� � �^� Renee C. Llewellyv'n, Assistant Secretary Z LMS-12873 LMIC OCIIC WAVC Mulb Co 02121 c 0 U >— > •co QE O� —0 Cc c f 00 3—• U to CL c Of O a•f Agreement No. 7162 No. 51334 STATE OF CALIFOMIA DEPARTMENT OF INSURANCE SAN MUNCISCO Amended Certificate of Aathaorit, THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, The Ohio Casualty Insurance Company of New Hampshire, organized under the laws of New Hampshire, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Automobile and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 19" day of March, 2013, I have hereunto set my hand and caused my official seal to be affixed this 19" day of March, 2013. Dave Jones Insurance Commissioner By Valerie J. Sarfaty JJ for Nettie Hoge Chief Depuly NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance ofthis Certificate ofAuthority. Failure to do so will be a violation oflnsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Agreement No. 7162 CONTRACT DOCUMENTS PLANS & SPECIFICATIONS FOR LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 350 MAIN STREET EL SEGUNDO, CA 90245 3,10-524-2300 https: //www. elsegundo. org/government/departments/city-clerkibid-rfp MANDATORY PRE -BID MEETING . TUESDAY, SEPTEMBER 17, 2024 AT 9:00 AM LIBRARY PARK (SEE NEXT PAGE FOR LOCATION MAP) 111 WEST MARIPOSA AVENUE EL SEGUNDO, CA 90245 BIDS DUE WEDNESDAY, OCTOBER 2, 2024 AT 11:00 AM Agreement No. 7162 MANDATORY PRE -BID MEETING LOCATION: Agreement No. 7162 BIDS WILL BE RECEIVED UP TO THE HOUR OF 11:00 A.M. WEDNESDAY, OCTOBER 2, 2024 IN THE OFFICE OF THE CITY CLERK CITY HALL 350 MAIN STREET EL SEGUNDO, CALIFORNIA 90245 AT WHICH TIME THEY WILL BE PUBLICLY OPENED 3 Agreement No. 7162 SPECIAL INSTRUCTIONS TO CONTRACTORS Contractors are required to review section 7-3 of the STANDARD SPECIFICATIONS, pages II-B-25 thru II-B-26 "LIABILITY INSURANCE". ONLY CONTRACTORS ABLE TO OBTAIN AND FURNISH THE REQUIRED COVERAGE AND ENDORSEMENT °ISO" FORMS SHOULD CONSIDER SUBMITTING A BID PACKAGE. The Contractor will be required to apply and obtain an Encroachment Permit from the City Public Works Department as well as any applicable Building/Safety Permit from the City Building Planning and Building Safety Department. The Contractor shall be responsible for calling the Building Safety Division for inspections. All noted deficiencies shall be corrected by the contractor. The project will not be accepted as complete until the contractor obtains a final sign -off from the Department of Planning and Building Safety. 4 Agreement No. 7162 TABLE OF CONTENTS SECTION I - LEGAL A. NOTICE INVITING SEALED BIDS B. BIDDING INSTRUCTIONS 1. DEFINITION 2. BIDDER'S REPRESENTATIONS 3. BIDDING DOCUMENTS 4. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS 5. PRODUCT SUBSTITUTIONS 6. SUBCONTRACTORS 7. ADDENDA 8. PRE -BID CONFERENCE 9. FORM AND STYLE OF BIDS 10. BID SECURITY 11. MODIFICATION OR WITHDRAWAL OF BID 12. OPENING OF BIDS 13. REJECTION OF BIDS 14. AWARD C. PROPOSAL 1. PROPOSAL, FIRST PAGE 2. BID SCHEDULES 3. BIDDER'S INFORMATION 4. BIDDER AND NOTARIAL ACKNOWLEDGEMENT 5. PROPOSAL GUARANTEE BID BOND 6. CONTRACTOR'S LICENSE DECLARATION 7. NON -COLLUSION AFFIDAVIT 8. WORKER'S COMPENSATION CERTIFICATION 9. DESIGNATION OF SUBCONTRACTORS 10. REFERENCES 11. BIDDER'S STATEMENT OF PAST DISQUALIFICATIONS 11. INSURANCE REQUIREMENTS D. CITY OF EL SEGUNDO PUBLIC WORKS CONTRACT E. FAITHFUL PERFORMANCE BOND PAGE I-A-1 TO A-3 I-B-1 TO B-8 I-B-1 I-B-1 I-B-2 I-B-2 I-B-3 I-B-3 I-B-3 I-B-3 I-B-4 I-B-5 I-B-6 I-B-6 I-B-6 I-B-7 I-C-1 TO C-17 I-C-1 I-C-3 I-C-5 I=C-7 I-C-8 I-C-9 I-C-10 I-C- I 1 I-C-12 I-C-13 I-C-16 I-C-17 I-D-1 TO D-5 I-E-1 TO E-3 F. MATERIAL AND LABOR BOND I-F-1 TO F-3 SECTION II - GENERAL REQUIREMENTS A. GENERAL SPECIFICATIONS 1. REGISTRATION OF CONTRACTORS 2, INSURANCE AND CITY BUSINESS LICENSE 3. EMERGENCY INFORMATION 4. FURNISHING OF WATER 5. CALIFORNIA - OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION 6. SOUND CONTROL 7. AIR POLLUTION CONTROL 8. WORKER UNIFORMS B. GENERAL PROVISIONS Agreement No. 7162 PAGE II-A-1 TO A-2 II-A-1 II-A-1 II-A-1 II-A-1 II-A-1 II-A-2 II-A-2 II-A-2 II-B-1 TO B-34 0-1 STANDARD SPECIFICATIONS 0-2 NUMBERING OF SECTIONS 11-2 DEFINITIONS 1-2.1 ADDITIONAL DEFINITIONS 1-3 ABBREVIATIONS 2-0 SCOPE AND CONTROL OF WORK 2-1.1 ACCESS TO PROJECT SITE 2-1.2 OWNERSHIP AND USE OF CONTRACT DOCUMENTS 2-3 SUBCONTRACTS 2-3.1 GENERAL 2-3.2 ADDITIONAL RESPONSIBILITY 2-4 CONTRACT BONDS 2-5 PLANS AND SPECIFICATIONS 2-5.1 GENERAL 2-5.2 PRECEDENCE OF CONTRACT DOCUMENTS 2-5.5 ACCURACY OF PLANS AND SPECIFICATIONS 2-8 RIGHT-OF-WAY 2-8.1 ADDITIONAL WORK AREAS AND FACILITIES 2-9 SURVEYING 2-9.3 SURVEY SERVICE 2-9.3.1 CONSTRUCTION SURVEYING 2-9.3.2 MEASUREMENT AND PAYMENT 3-3.2.2 BASIS FOR ESTABLISHING COSTS 3-3.2.3 MARK UP M II-B-1 II-B-1 II-B-1 II-B-1 II-B-2 II-B-3 II-B-3 II-B-3 II-B-3 II-B-3 II-B-4 II-B-4 II-B-5 II-B-5 II-B-5 II-B-6 II-B-6 II-B-6 II-B-6 II-B-6 II-B-6 II-B-7 II-B-7 II-B-7 Agreement No. 7162 SECTION II — GENERAL REQUIREMENTS (Continued) 3-3.3 DAILY REPORTS BY CONTRACTOR 3-4 CHANGED CONDITIONS 3-5 DISPUTED WORK 4-1.3 INSPECTION REQUIREMENTS 4-1.3.1 GENERAL 4-1.6 TRADE NAMES OR EQUALS 5-2 PROTECTION 5-2.1 INCORRECT LOCATION OF UTILITIES 5-4 RELOCATION 5-4.1 RESPONSIBILITY OF UTILITY REMOVAL OR RELOCATION 5-5 DELAYS 5-5.1 CALCULATING IDLE TIME 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 CONTRACT SCHEDULE 6-1.2 CONTENT OF CONTRACT SCHEDULE 6-1.3 EFFECT OF CONTRACT SCHEDULE 6-1.4 COMMENCEMENT OF CONTRACT TIME 6-4 DEFAULT BY CONTRACTOR 6-4.1 GENERAL 6-4.2 TERMINATION OF CONTRACTOR'S CONTROL OVER THE WORK 6-4.3 SURETY'S ASSUMPTION OF CONTROL 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 GENERAL 6-62 EXTENSION OF TIME 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR 6-6.4 WRITTEN NOTICE AND REPORT 6-7.2 WORK DAYS AND WORKING HOURS 6-7.4 NIGHT WORK 6-7.5 WEEKEND AND HOLIDAY WORK 6-8 COMPLETION AND ACCEPTANCE 6-8.1 GENERAL GUARANTY 6-9 LIQUIDATED DAMAGES 6-9.1 FAILURE TO COMPLETE WORK ON TIME 6-11 DISPUTES AND CLAIMS; PROCEDURE 6-11.1 GENERAL 6-11.2 FORM in PAGE II-B-12 II-B-12 II-B-12 II-B-13 II-B-13 II-B-14 II-B-14 II-B-14 II-B-15 II-B-15 II-B-15 II-B-16 II-B-16 II-B-16 II-B-17 II-B-17 II-B-17 II-B-17 II-B-18 II-B-18 II-B-18 II-B-18 II-B-19 Agreement No. 7162 SECTION II — GENERAL REQUIREMENTS (Continued) 6-11.3 CLAIMS SUBMITTED TO ENGINEER 6-11.4 CLAIMS IS PREREQUISITE TO OTHER REMEDY 6-11.5 DECISION ON CLAIMS 6-11.6 APPEAL OF ENGINEER'S DECISION 6-11.7 MEDIATION 6-11.8 ARBITRATION 6-11.9 WHEN ARBITRATION DECISION BECOMES BINDING 6-11.10APPEAL TO SUPERIOR COURT; WAIVER OF JURY TRIAL 6-11.11AB 626 CLAIMS PROCESS 7-2 LABOR 7-2.3 PREVAILING WAGES 7-2.4 RECORD OF WAGES PAID; INSPECTION 7-3 LIABILITY INSURANCE 7-3.1 GENERAL 7-3.2 INDEMNIFICATION AND DEFENSE 7-5 PERMITS 7-8.1 CLEAN UP AND DUST CONTROL 7-8.1.1 GENERAL 7-8.1.2 WATERING 7-8.6 WATER POLLUTION CONTROL 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 TRAFFIC AND ACCESS 7-10.2 STREET CLOSURES, DETOURS, BARRICADES 7-10.5 PROTECTION OF THE PUBLIC 7-15 HAZARDOUS MATERIAL 9-2 LUMP SUM WORK 9-3.2 PARTIAL AND FINAL PAYMENTS 9.3.3 DELIVERED MATERIALS 100- 1 TERMINATION OF AGENCY LIABILITY IV PAGE II-B-20 II-B-20 II-B-20 II-B-21 II-B-21 II-B-22 II-B-22 II-B-22 II-B-22 II-B-23 II-B-23 II-B-24 II-B-24 II-B-24 II-B-27 II-B-28 II-B-29 II-B-29 II-B-29 II-B-29 II-B-30 II-B-30 II-B-30 II-B-31 II-B-31 II-B-32 II-B-33 II-B-33 II-B-35 II-B-35 Agreement No. 7162 SECTION III - SPECIAL PROVISIONS APPENDICES APPENDIX A: TECHNICAL SPECIFICATIONS APPENDIX B: PLANS APPENDIX C: CITY CONSTRUCTION AND DEMOLITION DEBRIS WASTE MANAGEMENT PLAN (WMP) FORM Agreement No. 7162 NOTICE INVITING SEALED BIDS FOR THE LIBRARY ELEVATOR UPGRADES IN THE CITY OF EL SEGUNDO PROJECT NO.: PW 24-03 The City of El Segundo is accepting sealed bids in the City Clerk's office, 350 Main Street, El Segundo, California 90245, until 11:00 a.m. on: WEDNESDAY, OCTOBER 2, 2024 at which time they will be publicly opened. Bids will not be accepted after that time As described in the Bidding Documents, the bids are for a public works project ("Project") which consists of furnishing all supervision, materials, labor, tools and incidentals, as required in the specifications and contract documents for the following project: "Library Elevator Modernization Project", on file with the City's Public Works Department. The work will take place at El Segundo Library, 111 West Mariposa Avenue in El Segundo CA, 90245. Work on the Project must be performed in strict conformity with Specifications No. PW 24- 03: Library Elevator Upgrades Project which is filed with the Public Works Department. Contractors bidding the project shall provide a minimum of five government agency references, preferably municipal, for building similar projects (in terms of scope, size, type, magnitude and complexity) as the prime contractor in the past five (5) years. Bidders shall include references, etc. to demonstrate qualifications. Copies of the Plans, Specifications, Contract Documents and Engineer's estimate are available electronically via hlip;ww,c�r�zcio.or °oves�.�cot de :artNe�lsc ty cl� rllicl- A pre -bid meeting is scheduled for Tuesday, September 17, 2024, at 9:00 am, at Library Park, 111 West Mariposa Avenue, El Segundo, CA 90245. Bidders' attendance at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on Thursday, September 19, 2024 to lattas:/'t w elSCL)Ll do.,or / y rrimerwti/(ie tirtr,iie)its/tiblic-woi-ks,/a-eq st- public- works -bid The terms and conditions for bidding on the Project are described in the attached Bidding Instructions. This project requires payment of State prevailing rates of wages for Los Angeles County. The contractor must post copies of the prevailing schedule at each job site. Copies of these rates of wages are available from the State of California Department of Industrial Relations Prevailing Wage Unit, Telephone No. (415) 703-4774. The website for this agency is currently I-A-1 Agreement No. 7162 located at www.dir.ca.gov. Note that the Project is subject to compliance monitoring and enforcement by California Department of Industrial Relations. Pursuant to California law, the City must find bids failing to comply with all applicable Labor Code requirements including, without limitation, Labor Code § § 1725.5 and 1771.4 to be nonresponsive. The contractor to whom the contract is awarded must assist in locating, qualifying, hiring and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Order 11246 and 11375. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The City of El Segundo hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. Prevailing Wage: Federal Labor Standards Provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts will be enforced. In the event of a conflict between Federal and State wage rates, the higher of the two will prevail. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section 1770 et. Seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. Five percent (5%) will be deducted from each progress payment and retained by the City. The remainder less the amount of all previous payments will be paid to the Contractor. Pursuant to Public Contracts Code ("PCC") § 22300, the Contractor may substitute securities for retention monies held by the City or request that the City place such monies into an escrow account. The Contractor is notified, pursuant to PCC § 22300, any such election will be at the Contractor own expense and will include costs incurred by the City to accommodate the Contractor's request. In entering into a Public Works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the Contractor, or Sub -Contractor, offers and agrees to assign to the awarding body all rights, title and interest in, and to, all causes of action it may have under Section 4 of the Clayton Act (15 U. S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the I-A-2 Agreement No. 7162 public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment by the parties. Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted to the Public Works Department, 350 Main Street, City of El Segundo, in a sealed envelope plainly marked on the outside: "SEALED BIDS FOR PROJECT NO.: PW 24-03 LIBRARY ELEVATOR UPGRADES IN THE CITY OF EL SEGUNDO DO NOT OPEN WITH REGULAR MAIL" No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the State Business and Professions Code. For these projects, those acceptable classes of license shall be "B". The successful Contractor and his Sub -Contractors will be required to possess the correct license for their project classifications, and valid City Business Licenses from the City of El Segundo. The City of El Segundo reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of ninety (90) calendar days. Any contract entered into pursuant to this notice shall become effective or enforceable against the City of El Segundo only when the formal written contract has been duly executed by the appropriate officer(s) of the City of El Segundo. DATED this 5 h day of September, 2024. CITY OF EL SEGUNDO, CALIFORNIA Tracy Weaver, City Clerk I-A-3 Agreement No. 7162 BIDDING INSTRUCTIONS DEFINITIONS. Unless provided otherwise, the definitions in the Greenbook, Special Conditions, or other Contract Documents are applicable to all Bidding Documents. 1.1 "Addenda" means written or graphic instruments issued by the City before the Bid Deadline that modify or interpret the Bidding Documents by additions, deletions, clarifications, or corrections. 1.2 "Alternate" means a proposed change in the Work, as described in the Bidding Documents which, if accepted, may result in a change to either the Contract Sum or the Contract Time, or both. 1.3 "Bid Deadline" means the date and time designated in the Notice for Bids as the last date and time for receipt of Bids, as may be revised by Addenda. 1.4 "Bidder" means a person or firm that submits a Bid. 1.5 "Bidding Documents" means the construction documents prepared and issued for bidding purposes including all Addenda. 1.6 "Lump Sum Base Bid" means the sum stated in the Bid for which Bidder offers to perform the Work described in the Bidding Documents, but not including unit price items or Alternates. 1.7 "Unit Price" means an amount stated in the Bid for which Bidder offers to perform the Unit Price Work for a fixed price per unit of measurement. 2. BIDDER'S REPRESENTATIONS. By making its Bid, Bidder represents that: 2.1 Bidder read, understood, and made the Bid pursuant to the requirements in the Bidding Documents. 2.2 Bidder visited the Project site and is familiar with the conditions under which the Work will be performed and the local conditions as related to the Contract Documents. 2.3 The Bid is based upon the materials, equipment, and systems required by the Bidding Documents. 2.4 Bidder and all Subcontractors, regardless of tier, have the appropriate current licenses issued by the State of California Contractor's State License Board for the Work to be performed. If Bidder is a joint venture, the Bidder will have a joint venture license appropriate for the performance of the work, and each member of the joint venture will likewise have the appropriate license. Business and Professions Code § § 7000-7191 establish licensing requirements for contractors. If a Bidder, that is a specialty contractor, submits a Bid involving 3 or more specialized building trades, the work of which is more than incidental and supplemental to the performance of the Work for which Bidder holds a specialty contractor license, Bidder must also hold either (1) a specialty contractor "C" license in each such trade, (2) a General Engineering contractor "A" license, or (3) a General Building contractor `B" license. This requirement is applicable whether or not Bidder lists a Subcontractor for each such trade. 2.5 If licensure or proper licensure is controverted, then proof of licensure pursuant to this section must be made by production of a verified certificate of licensure from I-B-1 Agreement No. 7162 the Contractors' State License Board which establishes that the individual or entity bringing the action was duly licensed in the proper classification of contractors at all times during the performance of any act or contract covered by the action. Nothing in this subdivision requires any person or entity controverting licensure or proper licensure to produce a verified certificate. When licensure or proper licensure is controverted, the burden of proof to establish licensure or proper licensure is on the licensee. 2.6 Bidder has the expertise and financial capacity to perform and complete all obligations under the Bidding Documents. 2.7 The person executing the Bid Form is duly authorized and empowered to execute the Bid Form on Bidder's behalf. 2.8 Bidder is aware of and, if awarded the Contract, will comply with Applicable Code Requirements in its performance of the Work. 2.9 The Bidder has paid the City's business license fee(s) 2.10 The Bidder, per SB 854 requirements for public projects, has registered with and paid their annual fee to the California State Department of Industrial Relations. Information about SB 854 and its requirements can be found at this link: http://www.dir.ca.gov/Public-Works/SB854.htrnl 3. BIDDING DOCUMENTS 3.1 Bidders may obtain complete sets of the Bidding Documents from the City's Public Works Department for the sum stated in the Notice for Bids. 3.2 Bidders will use a complete set of Bidding Documents in preparing Bids. 3.3 The City makes copies of the Bidding Documents available, on the above terms, for the sole purpose of obtaining Bids for the Work and does not confer a license or grant permission for any other use of the Bidding Documents. 4. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS. 4.1 Before submitting its Bid, Bidder will carefully study and compare the various documents comprising the Bidding Documents and compare them with any other work being bid concurrently or presently under construction which relates to the Work for which the Bid is submitted; will examine the Project site, the conditions under which the Work is to be performed, and the local conditions; and will at once report to the City's Representative errors, inconsistencies, or ambiguities discovered. 4.2 Requests for clarification or interpretation of the Bidding Documents will be addressed to the City's Representative. 4.2.1 The release of the bid package begins a quiet period for potential Bidders participating in this project. The City of El Segundo realizes it is critical to provide Bidders with a vehicle to ask questions so that quality responses can be prepared. Questions must be submitted in writing to project managers via the City website: tt s:/"/w ,w.ciseL�uii cL.or_ /1 ,ca i-nLqeta ii,iieiits/ ap b - works/rep uest-ubliic-works-bid Responses to all questions will be provided in writing to all Bidders in I-B-2 Agreement No. 7162 accordance with the schedule below. We will not identify companies or individuals that pose questions. Potential bidders must not call City of El Segundo employees to discuss potential projects or ask questions regarding the bid. Questions Due by 4:00 pm, Tuesday, September 17, 2024 Questions Answered by 4:00 pm Wednesday, September 25, 2024 4.3 Clarifications, interpretations, corrections, and changes to the Bidding Documents will be made by Addenda. Clarifications, interpretations, corrections, and changes to the Bidding Documents made in any other manner will not be binding and Bidders must not rely upon them. 5. PRODUCT SUBSTITUTIONS. No substitutions will be considered before award of Contract. Substitutions will only be considered after award of the Contract and as provided for in the Contract Documents. SUBCONTRACTORS. 6.1 Each Bidder will list in the Bid Form all first -tier Subcontractors that will perform work, labor or render such services. The Bid Form contains spaces for the following information when listing Subcontractors: (1) Work Activity; (2) name of Subcontractor; (3) city of Subcontractor's business location. Failure to list any of these items on the Bid Form will result in the City treating the Bid as if no Subcontractor was listed for the Work and that Bidder represents to the City that it is fully qualified to perform that portion of the Work and will perform do so. 6.2 Subcontractors listed in the Bid Form will only be substituted after the Bid Deadline with the City's written consent in accordance with California law. ADDENDA. 7.1 Addenda will be in writing and issued only by the City. Addenda will be mailed or delivered to all who are known by the City to have received a complete set of Bidding Documents and who have provided a street address for receipt of Addenda. 7.2 Copies of Addenda will be made available for inspection at the City's Public Works Department. 7.3 The City will issue Addenda so that they are received by prospective Bidders not later than three (3) business days before the Bid Deadline. Addenda that withdraw the request for Bids or postpone the Bid Deadline may be issued anytime before the Bid Deadline. 7.4 Each Bidder is responsible for ensuring that it has received all issued Addenda before issuing a Bid. PRE -BID CONFERENCE. Bidder will attend a Pre -Bid Conference where City will discuss the Bidding Documents, answer questions, accept comments, and conduct a Project site visit. The City requires all Pre -Bid Conference attendees to arrive for the meeting on time and to sign an attendance list which is used to determine if Bidders meet this requirement. Any Bidder not attending the Pre -Bid Conference in its entirety will be I-B-3 Agreement No. 7162 deemed to have not complied with the requirements of the Bidding Documents and its Bid will be rejected. FORM AND STYLE OF BIDS 9.1 Bids will be submitted on the Bid Form included with the Bidding Documents. Bids not submitted on the City's Bid Form will be rejected. 9.2 All blanks on the Bid Form will be filled in legibly in ink or by typewriter. 9.3 Bidder's failure to submit a price for any Alternate or unit price will result in the Bid being considered as nonresponsive. If Alternates are called for and no change in the Lump Sum Base Bid is required, enter "No Change." 9.4 Each Bidder must fill out the "Bidders Statement of Past Contract Disqualifica- tions" form stating any and all instances of contract disqualifications due to a violation of a law or safety regulation. The Bidder must explain the circumstances of each disqualification. The City may reject the bid based on such information. 9.5 Bidder will make no stipulations on the Bid Form nor qualify the Bid in any manner. 9.6 The Bids will be based upon full completion of all the Work as shown on the plans and specifications. It is expressly understood that the plans are drawn with as much accuracy as is possible in advance, but should errors, omissions or discrepancies exist in the plans which show conditions that vary from those encountered in construction, the Bidder (if awarded the Contract) specifically agrees to construct a completed work ready for the use and in the manner which is intended. In the event of increasing or decreasing of work, the total amount of work actually done or materials or equipment furnished must be paid for according to the unit or lump sum price established for such work under the contract, wherever such unit or lump sum price has been established. In the event no prices are named in the contract to cover such changes or alterations, the cost of such changes must be covered as extra work. 9.7 The Bid Form will be signed by a person or persons legally authorized to bind Bidder to a contract. Bidder's Representative will sign and date the Declaration included in the Bid Form. Failure to sign and date the declaration will cause the Bid to be rejected. 9.8 Bids must be submitted in writing on the Proposal forms provided by the City of El Segundo. One (1) set of these Proposal forms is inserted loose herein for use by the bidders. Bidders are required to submit one (1) original set of the proposal forms. All information requested therein must be clearly and legibly set forth in the manner and form indicated. 9.9 Bidders must satisfy themselves by personal examination of the work site, Plans, Specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed. No bidder shall at any time after submissions of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the Plans, Specifications, or other contract documents shall be called to the attention of the City of El Segundo and clarified prior to the I-B-4 Agreement No. 7162 submission of proposals. 10. BID SECURITY 10.1 Each Bid will be accompanied by Bid Security, in the amount of 10% of the Lump Sum Base Bid as security for Bidder's obligation to enter into a Contract with the City on the terms stated in the Bid Form and to furnish all items required by the Bidding Documents. Bid Security will be a Bid Bond on the form provided by the City or a certified check made payable to "City of El Segundo." When a Bond is used for Bid Security, failure to use the City's Bid Bond form will result in the rejection of the Bid. 10.2 If the apparent lowest responsible Bidder fails to sign the Agreement and furnish all items required by the Bidding Documents within the time limits specified in these Instructions to Bidders, the City will disqualify such Bidder and select the next apparent lowest responsible Bidder until all bids have been exhausted or the City may reject all bids. In such an event, the disqualified Bidder will be liable for and forfeit to the City the amount of the difference, not to exceed the amount of the Bid Security, between the amount of the disqualified Bid and the larger amount for which the City procures the Work. 10.3 If a Bid Bond is submitted and an attorney -in -fact executes the Bid Bond on behalf of the surety, a notarized and current copy of the power of attorney will be affixed to the Bid Bond. The surety issuing the Bid Bond will be listed in the latest published State of California, Department of Insurance list of, "Insurers Admitted to Transact Surety Insurance in This State." 10.4 The City will retain Bid Security until the occurrence of one of the following: 10.4.1 All items required by the Bidding Documents have been furnished and the Agreement has been signed by the successful Bidder and the City. 10.4.2 The specified time has elapsed during which Bids may be withdrawn. 10.4.3 All Bids have been rejected. 10.5 The Bid Form, Bid Security, and all other documents required to be submitted with the Bid must be enclosed in a sealed opaque envelope. The envelope must be addressed to the City Clerk. The envelope must be identified with the Bidder's name and address, and identify the Project for which the Bid is submitted, as follows: "SEALED BIDS FOR PROJECT NO.: PW 24-03 LIBRARY ELEVATOR UPGRADES PROJECT IN THE CITY OF EL SEGUNDO. NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger. 10.6 Bids will be deposited at the designated location on or before the Bid Deadline. A Bid received after the Bid Deadline will be returned to Bidder unopened. 10.7 Bidder will assume full responsibility for timely delivery at the location designated for receipt of Bids. 10.8 Oral, telephonic, facsimile, or telegraphic Bids are invalid and will not be accepted. 10.9 All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws related to bids for contracts of this nature whether the same is expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and I-B-5 Agreement No. 7162 requirements set forth, contemplated, and referred to in the Plans, Specifications, and other contract documents, and to full compliance therewith. 11. MODIFICATION OR WITHDRAWAL OF BID. 11.11 Before the Bid Deadline, a submitted Bid may be modified or withdrawn. Notice of such action will be given to the City in writing and signed by the Bidder's authorized representative. A change so made will be so worded as not to reveal the amount of the original Bid. 11.12 A withdrawn Bid may be resubmitted up to the Bid Deadline, provided that it then fully complies with the Bidding Requirements. 11.13 Bid Security will be in an amount sufficient for the Bid as modified or resubmitted. 11.14 Bids may not be modified, withdrawn, or canceled within sixty (60) days after the Bid Deadline unless otherwise provided in Supplementary Instructions to Bidders. 11.15 Proposals may not be withdrawn after said Bid Deadline without forfeiture of the proposal guarantee. 11.16 The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. 11.17 No mention shall be made in the proposal of Sales Tax, Use Tax, City Business License, or any other tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 11.18 No mention shall be made in the proposal of the cost of bonds as all amounts bid will be deemed and held to include any such costs, which may be applicable. 12. OPENING OF BIDS. Bids submitted in the manner required by these instructions and are received on or before the Bid Deadline will be opened publicly. .13. REJECTION OF BIDS. 13.1 The City will have the right to reject all Bids. 13.2 The City will have the right to reject any Bid not accompanied by the required Bid Security or any other item required by the Bidding Documents, or a Bid which is in any other way materially incomplete or irregular. 13.2.1 Unrequested/unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. 13.3 In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. No proposal will be accepted from a bidder who has not been licensed in accordance with the provisions of the State Business and Professions Code. I Agreement No. 7162 14. AWARD 14.1 The City may retain all bids for a period of sixty (90) days for examination and comparison, and to delete any portion of the work from the contract. 14.2 The City will have the right to waive nonmaterial irregularities in a Bid and to accept the lowest responsive Bid as determined by The City. 14.3 The City will have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents. 14.4 The City will determine the low Bidder on the basis of the sum of the Lump Sum Base Bid plus all unit prices multiplied by their respective estimated quantities as stated in the Bid Form, if any, plus the Contractor Delay Damages multiplied by the "multiplier" as stated in the Bid Form, plus the amounts of all accepted Alternates. 14.4.1 Inclusion of Contractor Delay Damages within the Bid Form is solely for the purpose of determining the low bidder and establishing the City's maximum daily liability as a result of City delays to Contractor, if any, and City has no obligation to pay any daily Contractor Delay Damages except as provided for in these Contract Documents for Compensable Delays. In the event that City becomes liable to Contractor for compensable delays, City agrees to pay Contractor the daily Contractor Delay Damages set forth in the Proposal Form or Contractor's actual daily delay damages, whichever is less, for each day of Compensable Delay as provided for by these Contract Documents. 14.5 The City will select the apparent lowest responsive and responsible Bidder and notify such Bidder within thirty (30) days (unless number of days is modified in Supplementary Instructions to Bidders) after the Bid Deadline or reject all bids. Within ten (10) days after receiving the City's notice that Bidder was selected as the apparent lowest responsible Bidder, Bidder will submit to the City all of the following items: 14.5.1 One original of the Agreement signed by Bidder. 14.5.2 One original of the Payment Bond. 14.5.3 One original of the Performance Bond. 14.5.4 Certificates of Insurance on form provided by the City. 14.5.5 Names of all Subcontractors, with their addresses, telephone number, facsimile number, trade on Bidders' company stationery. Evidence, as required by the City, of the reliability and responsibility of the proposed Subcontractors such as statements of experience, statements of financial condition, and references. 14.5.6 Preliminary Contract Schedule. 14.5.7 Selection of Retention Options and Escrow Agreement for Deposit of Securities in Lieu of Retention and Deposit of Retention. If not submitted, the City will withhold retention. 14.5.8 Cost Breakdown. 14.6 Before award of the Contract, the City will notify Bidder in writing, if the City objects to a Subcontractor proposed by Bidder, in which case Bidder will propose a substitute acceptable to the City. Failure of the City to object to a proposed I-B-7 Agreement No. 7162 Subcontractor before award will not preclude the City from requiring replacement of any Subcontractor based upon information received subsequent to award, information which cannot be properly evaluated before award due to time constraints, or information relating to a failure to comply with the requirements of the Contract. 14.7 If Bidder submits the original signed Agreements and all other items within ten (10) days after receiving the City's notification, and all such items comply with the requirements of the Bidding Documents, the City will award the Contract to Bidder by signing the Agreement and returning a signed copy of the Agreement to Bidder. 14.8 If the City consents to the withdrawal of the Bid of the apparent lowest responsible Bidder, or the apparent lowest responsible Bidder fails or refuses to sign the Agreement or submit to the City all of the items required by the Bidding Documents, within ten (10) days after receiving the City's notification, or the City determines that the Bidder is not financially or otherwise qualified to perform the Contract, the City may reject such Bidder's Bid and select the next apparent lowest responsible Bidder, until all bids are exhausted, or reject all Bids. I-B-8 Agreement No. 7162 PROPOSAL FOR THE LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Date 20 Company Name: TO THE CITY OF EL SEGUNDO: In accordance with the City of El Segundo's Notice Inviting Sealed Bids, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. Submittal of this bid shall be considered evidence that the BIDDER has satisfied himself regarding the contract documents, access and any other field conditions which may affect bid prices. If this proposal is accepted for award, BIDDER agrees to enter into a contract with the City of El Segundo at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of El Segundo of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY OF EL SEGUNDO RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all apparent expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of El Segundo's notice of award of contract to the BIDDER, including sending by U.S. Mail a Public Works Contract for signature by the Awardee, the proceeds of the security accompanying this bid shall become the property of the City of El Segundo and this bid and the acceptance hereof may, at the City of El Segundo's option, be considered null and void. Revised I-C-1 Agreement No. 7162 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the City of El Segundo is personally interested,directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. Revised I-C-2 Agreement No. 7162 BID SCHEDULE LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: ......... Unit Price Item Total Item Description Estimated (in figures) (in figures) No. Unit Ouantitv Dollars/Cents Dollars/Cents 1 Mobilization/ LS 1 Demobilization Openings 2 [Access Door/ Panel EA 1 Conveying Equipment 3 Elevator Demo LS 1 4 Stainless Steel EA 2 Elevator Walls 5 Elevator Acrylic EA 1 Panel Ceiling 6 Elevator Carpet EA 1 Flooring 7 Elevator Door EA 2 O erator/Motor 8 Elevator Door EA 2 Panels 9 Elevator Interior LS 1 Panel/Call Buttons 10 Elevator Audible LS 1 and Hall Signals 11 Elevator Control LS 1 Panel & Controls 12 Hydraulic Cylinder LS 1 Packing Seal Revised I-C-3 Agreement No. 7162 Unit Price Item Total Item Description Estimated (in figures) (in figures) o. Unit Ouantitv Dollars/Cents Dollars/Cents Heating, Ventilating, and Air Conditioning 13 Demo LS 1 14 Valves EA 2 15 Patching/Repair LS 1 Electrical 16 Demo LS 1 17 Disconnect Switch EA 1 with Shunt Trip 20A, 120V, Duplex 18 GFCI Receptacle EA 1 (NEMA 5-20R) with Waterproof Box 19 Lighting Fixtures EA 2 20 Fire Alarm EA 2 21 Patching/Repair LS 1 TOTAL BID FOR ITEMS 1-21 IN FIGURES = TOTAL BID WRITTEN IN WORDS; Revised I-C-4 Agreement No. 7162 BIDDER'S INFORMATION Company Name: BIDDER certifies that the following information is true and correct: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) If corporation, State of Incorporation (i.e., California) Business Address Telephone No. Facsimile No. State Contractor's License No. and Class Original Date Issued Expiration Date The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having principal interest in this proposal: The date of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal is as follows: All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows: Revised I-C-5 Agreement No. 7162 BIDDER'S INFORMATION (CONTINUED) Company Name: Bidder shall list the name of the person who attended the mandatory pre -bid job walk: Name: Title: Revised I-C-6 Agreement No. 7162 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all a forenamed principals this day of , 20_ BIDDER Subscribed and sworn to this day of , 20_. NOTARY PUBLIC Revised I-C-7 Agreement No. 7162 PROPOSAL GUARANTEE BID BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 KNOW ALL MEN BY THESE PRESENTS that, , as BIDDER, and , as SURETY, are held and firmly bound unto the City of El Segundo, in the penal sum of _.____M ....... DOLLARS ($ , which is ten (10%) percent of the total amount bid by BIDDER to the City of El Segundo for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of El Segundo for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of El Segundo. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this day of , 20 BIDDER* SURETY* Subscribed and sworn to this day of 20.— NOTARY PUBLIC *Provide BIDDER/SURETY name, title, address and telephone number and the name, title, address and telephone number for authorized representative. Revised I-C-8 Agreement No. 7162 CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) 1. BIDDER'S Contractor's License Number is: Class No.:. 2. The expiration date of BIDDER'S Contractor License is: 20 3. BIDDER acknowledges that Section 7028.15(e) of the Business and Professions Code provides as follows: "A licensed contractor shall not submit a bid to a public agency unless his or her contractor's license number appears clearly on the bid, the license expiration date is stated, and the bid contains a statement that representations herein are made under penalty of perjury. Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered non -responsive and shall be rejected by the public agency." The undersigned declares, under penalty of perjury, that the representations made by the undersigned in this bid proposal are true and correct. Executed on , 20, at Signature Typed Name Title Company Name (insert City and State where Declaration signed). Revised I-C-9 Agreement No. 7162 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) being first duly sworn, deposes and say that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any BIDDER or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the BIDDER has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the BIDDER or any other BIDDER, or to fix any overhead, profit, or cost element of the bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or, the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Typed Name Title Name of Bidder/Company Name Date Revised I-C-10 Agreement No. 7162 WORKER'S COMPENSATION CERTIFICATION Section 1861 OF THE LABOR CODE (Workers' Compensation) Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his/her PROPOSAL, shall sign the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature of Bidder: Title: Business Name: Business Address: Telephone Number: (. ) Dated this day of 20 Revised I-C-11 Agreement No. 7162 DESIGNATION OF SUBCONTRACTORS LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: As detailed in Section 2-3.1 (Page II-B-3) of the City Standard Specifications, Bidder certifies that it has listed below all subcontractors who will perform work in excess of one-half of one percent (0.5%) of the total bid price or certifies that the bidder is fully qualified to perform and will perform that portion of the work itself. ---- Subcontractor's Contractor Description of License No., & Portion of Name of DIR Work Estimated Subcontractor Address Registration No. Subcontracted $ Amount (Number and Street) (CSLB #) (City, Zip Code) (DIR #) _ ... _ .............. .............. ............� ................ _ .... (Make copies of this page if additional space is needed) Signature of Bidder Date Revised I-C-12 Agreement No. 7162 REFERENCES Company Name: The following are the names, addresses, and telephone numbers for public agencies for which BIDDER has performed similar work as the prime Contractor or major Subcontractor within the past five (5) years: 1. Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $_ Date completed: Amount of work done by my/our firm under Contract $ Did your firm have any financial interest in Project? 1 Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $— .............. Date completed: Amount of work done by my/our firm under Contract $ Did your firm have any financial interest in Project? Revised I-C-13 Agreement No. 7162 I Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $ Date completed: Amount of work done by my/our firm under Contract $ Did your firm have any financial interest in Project? 4. Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $� Date completed: Amount of work done by my/our firm under Contract $ Did your firm have any financial interest in Project? Revised I-C-14 Agreement No. 7162 Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $ ................. — Date completed: Amount of work done by my/our firm under Contract $ Did your firm have any financial interest in Project? Bidder may attach additional reference pages if necessary. The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance bonds: Revised I-C-15 Agreement No. 7162 BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: Please state all instances of being disqualified, removed, or otherwise prevented from bidding on, or completing, a federal, state, or local government project due to a violation of a law or safety regulation. Have you ever been disqualified from any government contract? Yes ❑ No ❑ 2. If yes, explain the circumstances: 3„ Are you registered in accordance with Labor Code § 1725.5 [Note: failure to register requires the City to reject your bid as nonresponsive]? Yes 0 No ❑ Bidder's Signature Name (Please Print) Revised I-C-16 Agreement No. 7162 INSURANCE REQUIREMENTS [MUST BE SUBMITTED WITH PROJECT PROPOSAL] LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Company Name: To be awarded this contract, the successful bidder must procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Inswance Limits Commercial general liability: $2,000,000 Business automobile liability: $1,000,000 Workers compensation: Statutory requirement Commercial general liability insurance must meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above must be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies must be endorsed to name the City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by the City will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance must be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Insurer will agree in writing to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for the City. Automobile coverage must be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto): The Consultant must furnish to the City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by the City from time to time. Insurance must be placed with admitted insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. The Consultant will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. The City requires Calif orm Worker's Compensation Coverage with the associated Waiver. Out-of- state coverage will not be accepted in lieu of the California coverage, because the work is being performed in the State of California. By signing this form, the bidder certifies that it has read, understands, and will comply with these insurance requirements if it is selected as the City's consultant. Failure to provide this insurance will render the bidder's proposal "nonresponsive." Date Bidder's Signature Revised I-C-17 Agreement No. 7162 END PROPOSAL SECTION Revised I-C-18 Agreement No. 7162 PUBLIC WORKS CONTRACT BETWEEN THE CITY OF EL SEGUNDO AND [CONTRACTOR] LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 This CONTRACT is entered into this day of , 20 , by and between the CITY OF EL SEGUNDO, a general law city and municipal corporation ("the City") and ("the Contractor"). 1. WORK. A. The Contractor will provide all work required by the Contract Documents (the "Work"). The Contractor agrees to do additional work arising from changes ordered by the City in accordance with the Contract Documents. B. The Contractor and the City agree to abide by the terms and conditions contained in the Contract Documents; C. The Contractor will furnish all of the labor; supplies and materials; equipment; printing; vehicles; transportation; office space and facilities; all tests, testing and analyses; and all matters whatsoever (except as otherwise expressly specified to be furnished by the City) needed to perform and complete the Work and provide the services required of the Contractor by the Contract Documents. D, "Contract Documents" means the Notice Inviting Bids; Instructions to Bidders; Supplementary Instructions to Bidders; Proposal; this Contract; Standard Specifications; Supplementary Conditions; Exhibits; Technical Specifications; List of Drawings; Drawings; Addenda; Notice to Proceed; Change Orders; Notice of Completion; and all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. The Contract Documents constitute the complete agreement between the City and the Contractor and supersede any previous agreements or understandings. 2. CONTRACT SUM. The City agrees to pay the Contractor a sum not to exceed Dollars ($ ) for the Work in the manner set forth in the Contract Documents. The City may adjust this amount as set forth in the Contract Documents. I-D-1 Agreement No. 7162 3. TIME FOR PERFORMANCE.. A. The Contractor will fully complete the Work within Thirty (30) working days (the "Contract Time.") B. The Contract Time will commence when the City issues a Notice to Proceed. The Contract Documents will supersede any conflicting provisions included on the notice to proceed issued pursuant to this Contract. C. The Contractor may not perform any Work until: The Contractor furnishes proof of insurance as required by the Contract Documents; and ii. The City gives the Contractor a written, signed, and numbered purchase order and notice to proceed. D, By signing this Contract, the Contractor represents to the City that the Contract Time is reasonable for completion of the Work and that the Contractor will complete the Work within the Contract Time. E. Should the Contractor begin the Work before receiving written authorization to proceed, any such Work is at the Contractor's own cost and risk. 4. DISPUTES. Disputes arising from this contract will be determined in accordance with the Contract Documents and Public Contracts Code §§ 10240-10240.13. 5. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City will promptly inform the Contractor regarding third -parry claims against the Contractor, but in no event later than ten (10) business days after the City receives such claims. Such notification will be in writing and forwarded in accordance with the "Notice" section of the Contract Documents. As more specifically detailed in the Contract Documents, the Contractor agrees to indemnify and defend the City against any third -party claim. 6. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. PERMITS AND LICENSES. Unless otherwise provided, the Contractor, at its sole expense, will obtain and maintain during the Contract Time, all necessary permits, licenses, and certificates that may be required in connection with the Work. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by the Contractor under the Contract Documents are the City's property. The Contractor may retain copies of said documents and materials as desired, but will deliver all original materials to the City upon the City's written notice. I-D-2 Agreement No. 7162 9. INDEMNIFICATION. The Contractor agrees to indemnify, defend, and hold the City harmless as set forth in the Contract Documents. The requirements as to the types and limits of insurance coverage to be maintained by the Contractor as required by the Contract Documents, and any approval of such insurance by the City, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Contractor pursuant to the Contract Documents, including, without limitation, to the provisions concerning indemnification. 10.INDEPENDENT CONTRACTOR. The City and the Contractor agree that the Contractor will act as an independent contractor and will have control of all work and the manner in which is it performed. The Contractor will be free to contract for similar service to be performed for other employers while under contract with the City. The Contractor is not an agent or employee of the City and is not entitled to participate in any pension plan, insurance, bonus or similar benefits the City provides for its employees. Any provision in this Contract that may appear to give the City the right to direct the Contractor as to the details of doing the work or to exercise a measure of control over the work means that the Contractor will follow the direction of the City as to end results of the work only. 11. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three (3) years after termination or final payment under the Contract Documents. 12. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: The Cily Arianne Bola Senior Associate Engineer City of El Segundo 350 Main Street, El Segundo, CA 90245 (310) 524-2364 alaola(i'else undoxrg The Contractor Any such written communications by mail will be conclusively deemed to have been received by the addressee three (3) days after deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. I-D-3 Agreement No. 7162 13. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. 14. INTERPRETATION. This Contract was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Contract will be in Los Angeles County. 15. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of the Contract Documents, precedence will be as follows: A. This Contract; B. The Standard Specifications; and C. Precedence of documents as determined in the Standard Specifications. 16. SEVERABILITY. If any portion of the Contract Documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Contract will continue in full force and effect. 17. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 18. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 19. COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof will be construed as both covenants and conditions, the same as if the words importing such covenants and conditions had been used in each separate paragraph. 20. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of reference only and will not affect the interpretation of this Contract. 21. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. I-D-4 Agreement No. 7162 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF EL SEGUNDO Darrell George City Manager ATTEST: Tracy Weaver, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney LOW Joaquin Vazquez, Assistant City Attorney Insurance Reviewed by: Risk Manager I-D-5 Taxpayer ID No. Contractor State License No.: Contractor City Business License No.: Agreement No. 7162 FAITHFUL PERFORMANCE BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Bond No. Bond Fee: ("PRINCIPAL") a corporation incorporated under the laws of the State of and licensed by the State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of DOLLARS, lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 24-03, and the Public Works Contract executed with such Specifications. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 24-03, a copy of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING NO. PW 24-03) which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. CITY has estimated the required amount of the bond as shown above. 2. PRINCIPAL's work on the Public Project will be done in accordance with CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail to complete all required work within the time allowed, CITY may, at its sole discretion, cause all required work to be done and the parties executing the bond will be firmly bound for the payment of all necessary costs therefor. 3. PRINCIPAL will guarantee its work against any defective work, labor, or materials on the Public Project for a period of one (1) year following the Public Project's I-E-1 Agreement No. 7162 completion and acceptance by CITY. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 24-03 or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the Contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following two (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; B. A certificate issued by the county clerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted; and 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-E-2 Agreement No. 7162 SIGNED AND SEALED this day of PRINCIPAL'S PRESIDENT PRINCIPAL's SECRETARY PRINCIPAL's MAILING ADDRESS: 20 SURETY'S PRESIDENT SURETY'sSECRETARY SURETY's MAILING ADDRESS: NOTE: (1) ALL signatures must be acknowledged by a notary public,. Return one (1) original to City Clerk's Office. (2) Bond shall be effective for one (1) year after acceptance of the job. I-E-3 Agreement No. 7162 LABOR AND MATERIALS BOND LIBRARY ELEVATOR UPGRADES PROJECT NO.: PW 24-03 Bond No. Bond Fee: ("PRINCIPAL") corporation as principal a incorporated under the laws of the State of and licensed by the State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of DOLLARS„ lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. This bond is conditioned upon and guarantees payment by PRINCIPAL to Contractors, Subcontractors, and persons renting equipment; payment by PRINCIPAL and all PRINCIPAL'S Subcontractors for all materials, provisions, provender, or other supplies, and equipment used in, upon, for or about the performance of the work contemplated in LIBRARY ELEVATOR UPGRADES PROJECT, SPECIFICATIONS NO. PW 24-03 ("Public Project"), the Public Works Contract executed for such Public Project, and for all work or labor of any kind performed for the Public Project. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 24-03, and the Public Works Contract executed for such Specifications, copies of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 24-03), which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. PRINCIPAL will pay all Contractors, Subcontractors, and persons renting equipment. Agreement No. 7162 3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, on, for or about the performance of the Public Project, and will pay for all work and labor thereon. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 24-03, or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the Contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following TWO (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; and B. A certificate issued by the county clerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted. 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will be in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-F-2 Agreement No. 7162 SIGNED AND SEALED this day of PRINCIPAL's PRESIDENT PRINCIPAL's SECRETARY PRINCIPAL's MAILING ADDRESS: 20 SURETY's PRESIDENT SURETY'sSECRETARY SURETY'S MAILING ADDRESS: NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office. (2) Bond shall be effective for one (1) year after acceptance of the job. I-F-3 Agreement No. 7162 SECTION II - GENERAL REQUIREMENTS CITY OF EL SEGUNDO PUBLIC WORKS DEPARTMENT GENERAL SPECIFICATIONS 1. REGISTRATION OFCONTRACTORS No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the laws of the State of California relating to licensing of contractors, for the type of work to be performed under this Contract. 2. INSURANCE AND CITY BUSINESS LICENSE Contractor and Sub -Contractors will obtain appropriate insurance and a City Business License before execution of the construction contract. 3. EMERGENCY INFORMATION The names, addresses and telephone numbers of the CONTRACTOR and subcontractors, or their representatives, will be filed with the City Engineer and the City Police Department BEFORE PERFORMING WORK. 4. FURNISHING OF WATER Water necessary for the prosecution of the work as herein specified will be furnished by the City in the following manner: The CONTRACTOR will deposit with the City Water/Wastewater Division the sum of One Thousand Four Hundred Forty -Four Dollars ($1,444.00) to insure against damage to a 2'/2" Fire Hydrant water meter which will be furnished and installed by the City at a point convenient to the site of the work. This deposit will be refunded to the CONTRACTOR upon completion of the Project if, after removal and inspection of said meter by the City, it is found to be in satisfactory condition. In event of damage to this meter while under the jurisdiction of the CONTRACTOR, all or any part of said deposit may be retained by the City. An non-refundable Activation Fee of One Hundred Ten Dollars ($110.00) will be charged upon activation of the temporary meter. 5. CALIFORNIA - OCCUPATIONAL SAFETY & HEALTH ADMINISTRATION All work performed under this contract will be done in strict compliance with the Cal -OSHA Rules and Regulations, latest edition. II-A-1 Agreement No. 7162 6. SOUND CONTROL The Contractor will comply with all local sound control and noise level rules, regulations and ordinances that apply to any work performed pursuant to the contract. Each internal combustion engine, used for any purpose on the Project or related to the Project, will be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine will be operated on the Project without said muffler. The use of loud signals will be avoided in favor of light warnings except those required by safety laws for the protection of personnel. 7. AIR POLLUTION CONTROL The Contractor is put on notice that he must abide by all existing rules and regulations of the SCAQMD (South Coast Air Quality Management District), relating to all operations or equipment which discharge visible emissions or solid or liquid particles to the atmosphere. 8. WORKER UNIFORMS All workers under the employment of the Contractor or his/her Sub -Contractor will wear an orange vest or an orange shirt while working in the public right-of-way. II-A-2 Agreement No. 7162 CITY OF EL SEGUNDO PUBLIC WORKS DEPARTMENT GENERAL PROVISIONS 0-0 STANDARD SPECIFICATIONS 0-1 GENERAL Except as modified by these Standard Specifications, the provisions of the latest edition of the "Standard Specifications for Public Works Construction" and its supplements prepared and promulgated by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America, constitute the Standard Specifications for this project. 0-2 NUMBERING O:I SECTIONS The numbering contained within the Standard Specifications of the Contract Documents is intended to correspond with Greenbook numbering. 1-2 DEFINITIONS The following subsection is added to Subsection 1-2 of the Greenbook. 1-2.1 ADDITIONAL DEFINITIONS Acceptance — The date on which the City Council accepts the Work as complete. Architect, Design Engineers, Soils Engineer, Structural Engineers - Advisors employed by the City. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. City Council - The body constituting the awarding authority of the City. Compensable Delay -- a delay entitling the Contractor to an adjustment of the Contract Sum and an adjustment of the Contract Time in accordance with this Agreement. Due Notice - A written notification, given in due time, of a proposed action where such notification is required by the contract to be given a specified interval of time (usually 48 hours or two working days) before the commencement of the contemplated action. Notification may be from Engineer to Contractor or from Contractor to Engineer. II-B-1 Agreement No. 7162 Engineer - The City Engineer, or designee, as defined in the Greenbook. Unless otherwise provided, all correspondence and decisions made relative to the contract will be by the City Engineer or his designated representative. PCC — California Public Contract Code.. Prompt - The briefest interval of time required for a considered reply, including time required for approval of a governing body. Public Works Director — The City's Public Works Director, or designee. ❑ (Check if applicable) State Standard Specifications - State of California Standard Specifications, dated July 1992, Business and Transportation Agency, Department of Transportation Working Days - A working day is defined as any day, except Saturdays, Sundays, legal holidays and days when work is suspended by the Engineer, as provided in Subsection 6-3 and days determined to be non -working in accordance with Subsection 6-7, "Time of Completion." 1-3 ABBREVIATIONS The following Subsection is added to Subsection 1-3 of the Greenbook. 1-3.1 The following abbreviations are added to Subsection 1-3 of the Greenbook: AAN American Association of Nurserymen AGC Associated General Contractors of America AISC American Institute of Steel Construction APWA American Public Works Association ASME American Society of Mechanical Engineers IEEE Institute of Electric and Electronic Engineers NEC National Electric Code Green Book The most current edition of the Standard Specification for Public Works Construction, and subsequent supplements prepared by Southern California Chapters of AGC and APWA WATCH Work Area Traffic Control Handbook SPPWC Standard Plans for Public Works Construction by the American Public Works Association current edition and subsequent supplements ASA American Standard Association CITY City of El Segundo SSP State of California Standard Plans, current edition SSS State of California Standard Specifications, current edition II-B-2 Agreement No. 7162 SECTION 2 — SCOPE AND CONTROL OF WORK The following subsections 2-1.1 and 2-1.2 are added to the Greenbook. 2-1.1 ACCESS TO PROJECT SITE Not later than the date designated in the current Contract Schedule submitted by the Contractor, the City will provide access to the real property and facilities upon which the Work is to be performed, including access to real property and facilities designated in the Contract Documents for the Contractor's use. 2-1.2 OWNERSHIP AND USE OF CONTRACT DOCUMENTS, The Contract Documents and all copies furnished to or provided by the Contractor are the City's property and may not be used on other work. 2-3 SUBCONTRACTS Subsection 2-3 Subcontractors of Greenbook is deleted in its entirety and replaced with the following subsection. 2-3.1 GENERAL Except as provided in PCC § § 4100 et. seq., each bidder will file with its bid the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specifically fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor's total bid. Only one subcontractor will be listed for each portion of the work, which portion will be defined in the bid. In each instance, the nature and extent of the work to be sublet will be described. The failure of the Contractor to specify a subcontractor, or the listing of more than one subcontractor for the same portion of the work, constitutes an agreement by the Contractor that it is fully qualified to perform that portion itself and that it will perform that portion itself. The Contractor must have the City Council's written consent to substitute a subcontractor other than that designated in the original bid, to permit any subcontract to be assigned or transferred, or to allow a subcontract to be performed by other than the original subcontractor. Subcontracting of work for which no subcontractor was designated in the original bid, and which is more than one-half of one percent of the work, will be allowed only in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the City Council setting forth the facts constituting the emergency II-B-3 Agreement No. 7162 or necessity.: Violation of any of the above provisions will be considered a breach of the Contract, and the City may terminate the Contractor's control over the Work, cancel the contract, or assess the Contractor a penalty of not more than ten percent of the subcontract involved. All persons engaged in the work, including subcontractors and their employees will be considered as employees of the Contractor. The Contractor will be solely responsible for and have control over construction means, methods, techniques, sequences, procedures, and the coordination of all portions of the Work. The City will deal directly with, and make all payments to, the prime Contractor. When subcontracted work is not being prosecuted in a satisfactory manner, the Contractor will be notified to take corrective action. The Engineer may report the facts to the City Council. If the City Council so orders, and on receipt by the Contractor of written instructions from the Engineer, the subcontractor will be removed immediately from the Work. That subcontractor will not again be employed on the Work. If licensure or proper licensure is controverted, then proof of licensure pursuant to this section must be made by production of a verified certificate of licensure from the Contractors' State License Board which establishes that the individual or entity bringing the action was duly licensed in the proper classification of contractors at all times during the performance of any act or contract covered by the action. Nothing in this subdivision requires any person or entity controverting licensure or proper licensure to produce a verified certificate. When licensure or proper licensure is controverted, the burden of proof to establish licensure or proper licensure is on the licensee. 2-3.2 ADDITIONAL RESPONSIBILITY Add the following to Subsection 2-3.2 Additional Responsibility: The Contractor will submit experience statements for each subcontractor who will perform contract work that amounts to more than ten percent (10%) of the Work. 2-4 CONTRACT BONDS The following paragraph is added to Subsection 2-4 of the Greenbook. The Faithful Performance Bond and the Labor and Materials Bond must be paid up and in effect for one year after the acceptance of the job by the City in accordance with the guarantee required by Subsection 6-8.1. II-B-4 Agreement No. 7162 2-5 PLANS AND SPECIFICATIONS Subsection 2-5.1 of the Greenbook is replaced by the following subsection. 2-5.1 GENERAL The Contractor will maintain the following at the Work site: One as -built copy of the Plans and Specifications, in good order and marked to record current changes and selections made during construction. As -built plans are to be submitted to the City representative for approval prior to acceptance of the project as complete. 2. The current accepted Contract Schedule, 3. Shop Drawings, Product Data, and Samples. 4. Approved permits from other agencies, including Cal -OSHA permits for trench shoring. All other required submittals. The Plans, Specifications, and other Contract Documents'will govern the Work. The Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the Plans, or on the Plans and not in the Specifications, will be as though shown or mentioned in both. Payment for any items on the plans for which there are no specific bid item will be included in the various items of work or in any item to which it is appurtenant. If the Contractor performs any work which it knows or should know involves an error, inconsistency, or omission without notifying and obtaining written consent from the Engineer, the Contractor will be responsible for the resulting losses, including, without limitation, the costs of correcting defective work. 2-5.2 PRECEDENCE OF CONTRACT DOCUMENTS The following paragraph is added to subsection 2-5.2 of the Greenbook: As the figured dimensions shown on the plans and in the specifications of the Contract may not in every case agree with scaled dimensions, the figured dimensions will be followed in preference to the scaled dimensions, and plans to a large scale will be followed in preference to the plans to a small scale. Should it appear that the work to be done, or any of the matters relative thereto, are not sufficiently detailed or explained II-B-5 Agreement No. 7162 in the Contract, the Contractor will apply to the Engineer for such further explanations as may be necessary, and will conform thereto as part of the Contract so far as may be consistent with the terms thereof. Any items shown on drawings and not mentioned in the specifications will be of like effect as if shown or mentioned in both. 2-5.5 ACCURACY OF PLANS AND SPECIFICATIONS Although it is believed that much of the information pertaining to conditions and existing utilities that may affect the cost of the Work will be shown on the Plans or indicated in the Specifications, the City does not warrant the completeness or accuracy of such information. The Contractor will carefully study and compare each of the Contract Documents with the others and with information furnished by the City and will promptly report in writing to the Engineer any errors, inconsistencies, or omissions in the Contract Documents or inconsistencies with applicable law observed by the Contractor. The Contractor will take field measurements, verify field conditions, perform soil investigations, and carefully compare with the Contract Documents such field measurements, conditions, and other information known to the Contractor before commencing the Work. Errors, inconsistencies, or omissions discovered at any time will be promptly reported in writing to the Engineer. 2-8 RIGHT-OF-WAY The following subsection is added to Subsection 2-8 of the Greenbook. 2-8.1 ADDITIONAL WORK AREAS AND FACILITIES When the Contractor arranges for additional temporary work areas and facilities, the Contractor will provide the City with proof that the additional work areas or facilities have been left in a condition satisfactory to the owner(s) of said work areas or facilities before acceptance of the work. 2-9 SURVEYING Subsection 2-9.3, Survey Service, is deleted in its entirety and replaced by the following subsection: 2-9.3 SURVEY SERVICE 2-9.3.1 CONSTRUCTION SURVEYING The Contractor will provide for all construction surveying required to layout, monitor and complete the work. The surveying will be performed by a Land Surveyor or Civil Engineer authorized to practice land surveying by the State of California. II-B-6 Agreement No. 7162 The Project Benchmark is shown on the plans. The Contractor will establish all necessary control lines based on the plans and record information on file with the County of Los Angeles Surveyor and the Engineer. It is the responsibility of the Contractor to protect the survey control as shown on the plans. If the survey control is destroyed or disturbed during construction, the Contractor will provide for resetting them and file appropriate documents with the County of Los Angeles at the direction of the Engineer. Computations, survey notes, and other data used to accomplish the work will be neat, legible and accurate. Copies of all computations, survey notes, and other data (electronic format may be required) will be furnished to the Engineer before beginning work that requires their use. 2-9.3.2 MEASUREMENT AND PAYMENT Construction Survey — Unless a separate bid item is provided, payment will be considered included in the other items of the bid and no additional payment will be made therefore. 3-3.2.2 BASIS FOR ESTABLISHING COSTS Subsection 3-3.2.2 (c), Tool and Equipment Rental is modified where the second and third paragraphs are replaced with "Regardless of ownership, the rates to be used in determining the equipment usage costs will not exceed those listed for the same or similar equipment in the California State Department of Transportation publication of Labor Surcharge and Equipment Rates effective for the period of usage." 3-3.2.3 MARK UP Subsection 3-3.2.3, Mark Up, is deleted in its entirety and replaced by the following subsection: (a) Work by Contractor. The following percentages will be added to the Contractor's costs and will constitute the markup for all overhead and profits. 1) Labor..................................................20 2) Materials............................................15 3) Equipment Rental...............................15 4) Other Items and Expenditures..... ....... 15 To the sum of the costs and markups provided for in this subsection, 1 percent will be added as compensation for bonding. No other formula, e.g., the Eichleay or other method, may be used to calculate daily damages for office overhead, profit, or other purported loss. II-B-7 Agreement No. 7162 (b) Work by Subcontractors. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) will be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. (c) In the event that City becomes liable to Contractor for compensable delays, City agrees to pay Contractor the daily Contractor Delay Damages set forth in the Bid Form or Contractor's actual daily delay damages, whichever is less, for each day of Compensable Delay as provided for by these Contract Documents. 3-3.3 DAILY DEPORTS BY CON°I"RACTOR. Add the following paragraph to subsection 3-3.3, Daily Reports by Contractor: If disagreement continues regarding extra work, the Contractor may seek compensation in accordance with the Claims procedure. Daily Reports required by this subsection must be made part of the Claim as supporting data for the Claim. 3-4 CHANGED CONDITIONS Subsection 3-4, Changed Conditions, is deleted in its entirety and replaced with the following subsection: If the Contractor encounters concealed or unknown conditions that differ materially from those anticipated or expected ("changed conditions"), the Contractor will immediately notify the Engineer in writing of such changed conditions (upon discovery and before disturbing such changed conditions), as provided in Subsection 6-11, so that the Engineer can determine if such conditions require design details that differ from those design details shown in the Contract Documents. Notwithstanding the thirty (30) day time period set forth in Subsection 6-11.3, the Contractor will be liable to the City for any extra costs incurred as a result of the Contractor's failure to promptly give such notice. Changed conditions will include, without limitation, the following: Subsurface or latent physical conditions differing materially from those represented in the Contract Documents; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from what is represented in the Contract which the Contractor II-B-8 Agreement No. 7162 believes may be hazardous waste as defined in California Health & Safety Code § 25117 that is required to be removed to a Class I, II, or III disposal site in accordance with applicable law. The Engineer will promptly investigate conditions that appear to be changed conditions. The Engineer's decision, and any dispute regarding that decision, will be made in accordance with Section 6-11 except that the Engineer will render a decision promptly. Any information provided pursuant to INFORMATION AVAILABLE TO BIDDERS is subject to the following provisions: The information is made available for the Bidders' convenience and is not a part of the Contract. 2. The City has not determined the accuracy 6r completeness of such information and all such information is made available to Bidders without any representation or warranty by the City whatsoever as to its accuracy, completeness, or relevancy. 3. Bidders will independently evaluate such information for their use and will be solely responsible for use or interpretation of such information. Any such use or interpretation will not be the basis of any claim against the City. 3-5 DISPUTED WORK Subsection 3-5 is deleted in its entirety and replaced by the following subsection. If the Contractor and the City do not reach agreement on disputed work, the City may direct the Contractor to proceed with the work. Any payment for the disputed work will be determined pursuant to the claims procedures in these Standard Specifications. Although not to be construed as proceeding under extra work provisions, the Contractor will keep and furnish records of disputed work as required by the Contract Documents. 4-1.3 INSPECTION REQUIREMENTS Subsection 4-1.3, Inspection Requirements, is deleted in its entirety and replaced by the following subsections. 4-1.3.1 GENERAL Unless otherwise specified, inspection at the source of production for such materials and fabricated items as bituminous paving mixtures, structural concrete, fabricated metal products, cast metal products, welding, reinforced and unreinforced concrete pipe, application of protective coatings, and similar shop and plant operations is not required. A certificate of compliance, signed by an authorized officer of the producer, certifying II-B-9 Agreement No. 7162 compliance with the contract documents will be submitted for all of the following materials: steel pipe, sizes less than 18 inches; vitrified clay pipe; asbestos cement pipe; cast iron pipe; reinforced concrete pipe; non -reinforced concrete pipe; and PVC sewer and water pipe; subject to sampling and testing by City. Standard items of equipment, such as electric motors, conveyors, plumbing fittings and fixtures, lumber, plywood, and so on, are subject to inspection at the job site. All other equipment items will be inspected and tested in accordance with the contract documents. The City does not provide full time inspection. The Contractor will provide 24-hour minimum notice for each inspection required by the work unless other arrangements have been agreed upon, in writing, with the City Engineer. Any inspection required outside of normal working hours and days, including holidays, will be at the Contractor's cost at rates established by the City. 4-1.6 TRADE NAMES OR EQUALS ALS Whenever any material, product, equipment, or service is specified by brand, trade, or proprietary name, the item so specified will be deemed to be followed by the words "or equal". For the City's consideration of a proposed "equal" item, the Bidder will submit, a minimum of ten (10) calendar days before, the date of the bid opening, documentation of the particulars of the proposed "equal item". At a minimum, the submitted documentation will include: • Written request with explanation of why the product should be considered as an equal product. ■ Material specifications. • Technical specifications. • Test data. • Samples. ■ Comparison chart of key specifications of the "equal" item against similar specifications of the specified item. • Work locations and reference telephone numbers of at least three (3) locations where the proposed "equal" item has been recently installed under similar conditions. ■ Warranty data. The Bidder will be notified by the Engineer whether or not the proposed "equal" product is acceptable to the City five (5) calendar days before, the date of the bid opening. Failure to submit all required documentation and/or submittal of incomplete documents may result in the City's rejection of the proposed "equal" product without further consideration. II-B-10 Agreement No. 7162 5-2 PROTECTION The following subsection is added to Subsection 5-2 of the Greenbook. 5-2.1 INCORRECT LOCATION OF UTILITIES If the Contractor, while performing the Work, discovers utility facilities not identified correctly or not shown in the contract plans or specifications by the City, the Contractor will immediately notify the City and utility owner in writing. 5-4 RELOCATION The following subsection is added to Subsection 5-4 of the Greenbook. 5-4.1 RESPONSIBILITY OF UTILITY REMOVAL OR RELOCATION The City will be responsible to arrange for the removal, repair, or relocation of existing utilities located within the project limits if such utilities are not correctly identified in the contract plans or specifications by the City. The City will have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation. 5-5 DELAYS The following paragraphs are added to Subsection 5-5 of the Greenbook. Actual loss, as used in this Subsection, will be understood to include no items of expense other than idle time of equipment and necessary payments for idle time of workers, cost of extra moving of equipment, and cost of longer hauls. Compensation for idle time of equipment and idle time of workers will be determined by Subsection 5-5.1 and no markup will be added in either case for overhead and profit. The cost of extra moving of equipment and the cost of longer hauls will be paid for as extra work. The following subsection is added to Subsection 5-5 of the Greenbook. 5-5.1 CALCULATING IDLE TIME Equipment idle time will calculated in accordance with Subsection 3-3.2.2(c) and based upon the actual normal working time during which the delay condition exists, but in no case will exceed 8 hours in any one day. The days for which compensation will be paid will be the calendar days, excluding Saturdays, Sundays and legal holidays, during the existence of the delay. Worker idle time will be calculated in accordance with Subsection 3-3.2.2(a). II-B- I I Agreement No. 7162 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Section 6-1, Construction Schedule and Commencement of Work, is deleted in its entirety and replaced by the following subsections. lire-Controcton Meetzn. After contract award, the City will arrange for a pre -construction meeting to discuss the construction of the project. City will invite utility agencies and the contractor will arrange for all of its sub -contractors to attend the meeting. 6-1.1 CONTRACT SCHEDULE After notification of award and before starting any work, the Contractor will submit a Contract Schedule to the Engineer for review, as required by these Specifications within fifteen (15) days of award. 6-1.2 CONTENT OF CONTRACT SCHEDULE The Contract Schedule, and any updated Contract Schedule, will meet the following requirements: 1. Schedules must be suitable for monitoring progress of the Work. 2. Schedules must provide necessary data about the time for the Engineer's decisions. 3. Schedules must be sufficiently detailed to demonstrate adequate planning for the Work. 4. Schedules must represent a practical plan to complete the Work within the Contract Time. 5. Schedules must show the critical path method for completing the Work. The Engineer's review of the form and general content of the Contract Schedule and any updated Contract Schedules is only for the purpose of determining if the listed requirements are satisfied, nothing more. 6-1.3 EFFECT OF CONTRACT SCHEDULE The Contract Schedule, and any updated Contract Schedules, will represent a practical plan to complete the Work within the Contract Time. Extension of any schedule beyond the Contract Time will not be acceptable. Schedules showing the Work completed in less than the Contract may be acceptable if judged by the Engineer to be practical. Acceptance of such a schedule by the Engineer will not change the Contract Time. The Contract Time, not the Contract Schedule, will control in determining liquidated damages payable by the Contractor and in determining any delay. II-B-12 Agreement No. 7162 If a schedule showing the Work completed in less than the Contract Time is accepted, the Contractor will not be entitled to extensions of the Contract Time for Excusable Delays or Compensable Delays or to adjustments of the Contract Sum for Compensable Delays until such delays extend the completion of the Work beyond the expiration of the Contract Time. The Contractor will plan, develop, supervise, control, and coordinate the performance of the Work so that its progress and the sequence and timing of Work activities conform to the current accepted Contract Schedule. The Contractor will continuously obtain from Subcontractors information and data about the planning for and progress of the Work and the delivery of equipment, will coordinate and integrate such information and data into updated Contract Schedules, and will monitor the progress of the Work and the delivery of equipment. The Contractor will act as the expeditor of potential and actual delays, interruptions, hindrances, or disruptions for its own forces and those forces of Subcontractors. The Contractor will cooperate with the Engineer in developing the Contract Schedule and updated Contract Schedules. The Engineer's review and comments about any schedule or scheduling data will not relieve the Contractor from its sole responsibility to plan for, perform, and complete the Work within the Contract Time. Review and comments about any schedule will not transfer responsibility for any schedule to the Engineer or the City nor imply their agreement with (1) any assumption upon which such schedule is based or (2) any matter underlying or contained in such schedule. The Engineer's failure to discover errors or omissions in schedules that have been reviewed, or to inform the Contractor that the Contractor, Subcontractors, or others are behind schedule, or to direct or enforce procedures for complying with the Contract Schedule will not relieve the Contractor from its sole responsibility to perform and complete the Work within the Contract Time and will not be a cause for an adjustment of the Contract Time or the Contract Sum. The Contractor will perform the Work in accordance with the currently accepted Contract Schedule. 6-1.4 COMMENCEMENT OF CONTRACT TIME The Contract Time will commence when the City issues a Notice to Proceed. The Work will start on the date specified in the Notice to Proceed and within a maximum of fifteen (15) days after the date of the Notice to Proceed, and be diligently prosecuted to completion with the time provided in the Specifications. 6-4 DEFAULT BY CONTRACTOR The language in subsection 6-4 is deleted in its entirety and replaced with the following subsections. II-B-13 Agreement No. 7162 6-4.1 GENERAL Should the Contractor fail to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fail to maintain the Work schedule (as determined by the current accepted Contract Schedule) which will ensure the City's interest, or if the Contractor is not carrying out the intent of the Contract, the City may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. 6-4.2 TERMINATION OF CONTRACTOR'S CONTROL OVER THE WORK The City may terminate the Contractor's control over the Work without liability for damages when, in the City's opinion, the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the City's consent. Should such termination occur, the Contractor will be paid the actual amount due, based on Contract Unit Prices or lump sums bid and the quantity and quality of the work completed and in place at the time of termination, less damages caused to the City by the Contractor's action or inaction. In the event of such termination of control, the City may do any one, or combination of, the following: 1. Serve written notice upon the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. In such event the Surety will, within 5 days, assume control and perform the Work as successor to the Contractor; 2, The City may perform the Work itself and deduct the cost thereof from any payment due to the Contractor; 3. The City may replace the Contractor with a different contractor to complete the work and deduct the cost thereof from any payment due to the Contractor. Nothing herein will waive, or serve as a limitation upon, any additional remedy the City may have under these Contract Documents or applicable law. 6-4.3 SURETY'S ASSUMPTION OF CONTROL Should the Surety assume any part of the Work, it will take the Contractor's place in all respects for that part, and will be paid by the City for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default will be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the City may exclude II-B-14 Agreement No. 7162 the Surety from the premises. The City may then take possession of all material and equipment and complete the Work by City's forces, by letting the unfinished work to another contractor, or by a combination of such methods. In any event, the cost of completing the Work will be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the City. If the sums due under the Contract are insufficient for completion, the Contractor or Surety will pay to the City within 5 days of completion, all costs in excess of the sums due. The provisions of this subsection will be in addition to all other rights and remedies available to the City under applicable law. 6-6 DELAYS AND EXTENSIONS OF TIME Subsection 6-6 is deleted in its entirety and replaced with the following subsections. 6-6.1 GENERAL If delays are caused by unforeseen events beyond the control .of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays except as otherwise provided herein. Excusable delay may include: war, earthquakes exceeding 3.5 on the Richter Scale, government regulation, labor disputes outside the contemplation of the parties, strikes outside the contemplation of the parties, fires, floods, changes to the Work as identified herein, or other specific events that may be further described in the Specifications. Delays to the project caused by labor disputes or strikes involving trades not directly related to the project, or involving trades not affecting the project as a whole will not warrant an extension of time. The City will not grant an extension of time for a delay by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and accepted construction schedule. Should delays be caused by events other than those included herein, the Engineer may, but is not required to, deem an extension of time to be in the City's best interests. 6-6.2 EXTENSIONS OF TIME If granted, extensions of time will be based upon the effect of delays to the critical path of the Work as determined by the current accepted Contract Schedule. Delays to minor portions of the Work that do not affect the critical path will not be eligible for extensions of time. II-B-15 Agreement No. 7162 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR Any payment for compensable delay will be based upon actual costs as set forth in Subsection 5-5 excluding, without limitation, what damages, if any, the Contractor may have reasonably avoided. The Contractor understands that this is the sole basis for recovering delay damages and explicitly waives any right to calculate daily damages for office overhead, profit, or other purported loss, using different formulas including, without limitation, the Eichleay Formula. 6-6.4 WRITTEN NoTicI4 AND REPORT If the Contractor desires payment for a delay or an extension of time, it will give the Engineer written notice of such request not later than the time limit set forth in the Proposal for submitting a claim after the event or occurrence giving rise to a delay claim. Failure to submit a written request within such amount of time will result in the Contractor waiving its delay claim. Any claim for payment or an extension of time must be in the form required by the "Claims" sections of these Specifications. In no event will the City grant the Contractor an extension of time if the delay is within the Contract Time as identified by the Contract Documents. 6-7.2 WORK DAYS AND WORKING HOURS City Hall is open from Monday thru Thursday lam -5pm and 7am-4pm on Friday. It is closed on the following holidays: New Year's Day Martin Luther King, Jr. Day President's Day Memorial Day Independence Day Labor Day Veterans' Day Thanksgiving Christmas Eve Christmas New Year's Eve If the Contractor requests an inspection a day when City Hall is closed, then the Contractor will have to reimburse the City for the costs of inspection. The Contractor must request such an inspection at least 48 hours in advance. City inspections during hours when City Hall is closed are subject to inspection overtime fees to be paid for by the Contractor. If the Contractor does construction on a day when City Hall is closed, that day is counted as a project working day. II-B-16 Agreement No. 7162 On workdays, Contractor's activities will be confined to the hours between 7:00 a.m. and 4:00 p.m. Please see Section 6-7.5 below for weekend and holiday work restrictions. 6-7.4 NIGHT WORK The following paragraph is added to Section 6-7 of the Greenbook: The City will not permit Work between the hours of 4 p.m. and 7 a.m. of the following day unless specifically provided for in the bid documents or unless the Contractor receives prior written approval. 6-7.5 WEEKEND AND UIOLII AY WORK The Engineer may, but is not required to, allow the Contractor to work on Saturdays, Sundays and City Holidays. 6-8 COMPLETION AND ACCEPTANCE Subsection 6-8 is deleted in its entirety and replaced by the following: The Work will be inspected by the Engineer for acceptance upon the Engineer receiving the Contractor's written assertion that the Work is complete. If, in the Engineer's judgment, the Work is complete and is ready for acceptance, the Engineer will accept the Work on behalf of the City in the manner prescribed by the City. The Engineer will recommend approval of the Notice of Completion to the City Council. This will be the date when the Contractor is relieved from responsibility to protect the Work. All work will be guaranteed by the Contractor against defective workmanship and materials furnished by the Contractor for a period of 1 year from the date the Work was completed. The Contractor will replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the City may perform this work and the Contractor's sureties will be liable for the cost thereof. 6-8.1 GENERAL GUARANTY The Contractor will remedy any defects in the work and pay for any damage to other work resulting therefrom, which will appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The owner will give notice of observed defects with reasonable promptness. II-B-17 Agreement No. 7162 6-9 LIQUIDATED DAMAGES Subsection 6-9, Liquidated Damages, of the Greenbook is deleted in its entirety and replaced by the following subsections. 6-9.1 FAILURE TO COMPLETE WORK ON TIME If all the work called for under the contract is not completed before or upon the expiration of the Contract Time, the City will sustain damage. Since it is and will be impracticable to determine the actual damage which the City will sustain in the event of and by reason of such delay, it is therefore agreed that the Contractor will pay to the City the sum specified in the Proposal for each and every calendar day beyond the time prescribed to complete the work not as a penalty, but as a predetermined liquidated damage. The Contractor agrees to pay such liquidated damages as are herein provided, and in case the same are not paid, agrees that the City may deduct the amount thereof from any money due or that may become due to the Contractor under the contract. Unless otherwise specified, liquidated damages will be $250 per calendar day. 6-11 DISPUTES AND CLAIMS.; PRC�EDURE 6-11.1 GENERAL Consistent with PCC § 10240.6, "Claim" means a written demand or assertion by the Contractor that seeks an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time, or other relief with respect to the Contract Documents, including a determination of disputes or matters in question between the City and the Contractor arising out of or related to the Contract Documents or the performance of the Work, and claims alleging an unforeseen condition or an act, error, or omission by the City, the Engineer, their agents or employees. "Claim" does not mean, and the Claims procedures herein do not apply, to the following: 1. Claims respecting penalties for forfeitures prescribed by statute or regulations, which a government agency is specifically authorized to administer, settle, or determine. 2. Claims respecting personal injury, death, reimbursement, or other compensation arising out of or resulting from liability for personal injury or death. 3. Claims respecting a latent defect, breach of warranty, or guarantee to repair. 4. Claims respecting stop notices. If a Claim is subject to the Change Order procedures, the Claim arises upon the issuance of a written final decision denying in whole or in part the Contractor's Change Order Request. If a Claim is not subject to the Change Order Procedures, the Claim arises when the Contractor discovers, or reasonably should discover, the condition or event giving rise to the Claim. II-B-18 Agreement No. 7162 6-11.2 FORM A Claim must include the following: A statement that it is a Claim and a request for a decision. A detailed description of the act, error, omission, unforeseen condition, event or other condition giving rise to the Claim. 3. If the Claim is subject to the Change Order procedures, a statement demonstrating that a Change Order Request was timely submitted and denied. 4. A detailed justification for any remedy or relief sought by the Claim, including to the extent applicable, the following: a) If the Claim involves extra work, a detailed cost breakdown claimed. The breakdown must be provided even if the costs claimed have not been incurred when the Claim is submitted. b) To the extent costs have been incurred when the Claim is submitted, the Claim must include actual cost records (including, without limitation, payroll records, material and rental invoices) demonstrating that costs claimed have actually been incurred. c) To the extent costs have not yet been incurred at the time the Claim is submitted, actual cost records must be submitted on a current basis not less than once a week during any periods costs are incurred. A cost record will be considered current if submitted within 7 days of the date the cost reflected in the record is incurred. At the Engineer's request, claimed extra costs may be subject to further. verification procedures (such as having an inspector verify the performance of alleged extra work on a daily basis). 5. If the Claim involves an error or omission in the Contract Documents: a) An affirmative representation that the error or omission was not discovered before submitting a bid for the Contract; and b) A detailed statement demonstrating that the error or omission reasonably should not have been discovered by the Contractor, its Subcontractors and suppliers, before submitting a bid for the Contract. If the Claim involves an extension of the Contract Time, written documentation demonstrating the Contractor's entitlement to a time extension. 7. If the Claim involves an adjustment of the Contract Sum for delay, written II-B-19 Agreement No. 7162 documentation demonstrating the Contractor's entitlement to such an adjustment. 8. A personal certification from the Contractor that reads as follows; "I, ITp, BEING THE (MUST BE AN OFFICER) OF _ .... (CONTRACTOR NAME), DECLARE UNDER PENALTY OF PERJURY UNDER CALIFORNIA LAW, AND DO PERSONALLY CERTIFY AND ATTEST THAT I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS MADE IN GOOD FAITH; THE SUPPORTING DATA IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE CONTRACTOR BELIEVES CITY IS LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE § 72 AND CALIFORNIA GOVERNMENT CODE § 12650, ET SEQ., PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMITTING OR CERTIFYING A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT, AND OTHER SEVERE LEGAL CONSEQUENCES." 6-11.3 CLAIMS SUBMITTED TO ENGINEER Within 30 days after the circumstances giving rise to a Claim occur, the Contractor will submit its Claim to the Engineer for a decision. Regardless of any Claim submittal, or any dispute regarding a Claim, unless otherwise directed by the Engineer, the Contractor will not cause any delay, cessation, or termination of the Work, but will diligently proceed with the performing the Work in accordance with the Contract Documents. Except as otherwise provided, the City will continue to make payments in accordance with the Contract Documents. 6-11.4 CLAIM IS PRI ERE UISITE TO OTHER REMEDY The Contractor certifies that it is familiar with PCC § 10240.2 and understands and agrees that submitting a Claim in accordance with these Specifications is an express condition precedent to the Contractor's right to otherwise pursue a claim whether through alternative dispute resolution or by litigation. Should the Contractor fail to submit a claim in accordance with these Specifications, including the time limits set forth herein, it will waive any right to a remedy, whether in law or equity, it might otherwise have pursuant to the Contract Documents or applicable law. 6-11.5 DECISION ON CLAIMS The Engineer will promptly review Claims submitted by the Contractor in accordance with these Specifications. Should the Engineer require additional supporting evidence II-B-20 Agreement No. 7162 to evaluate the claim, the Engineer will request such additional information in writing. Any such requested data will be furnished not later than 10 days after the Contractor receives the Engineer's request. The Engineer will render a decision not later than 60 days after either receiving the Claim or the deadline for furnishing additional supporting data, whichever is later. If the Engineer fails to render a decision within the time period established herein, then the Claim will be deemed denied. The Engineer's decision will be final and binding unless appealed in accordance with these Specifications. The Engineer's decision on a Claim will include a statement substantially as follows: "This is a decision pursuant to the General Specifications of your contract. If you are dissatisfied with the decision, and have complied with the procedural requirements for asserting claims, you may have the right to alternative dispute resolution or litigation. Should you fail to take appropriate action within 30 days of the date of this decision, the decision will become final and binding and not subject to further appeal." 6-11.6 APPEAL OF ENGINEER'S DECISION Should the Contractor dispute the Engineer's decision, then the Contractor must appeal that decision to the City's Public Works Director within 30 days of receiving the Engineer's decision. The Public Works Director will address disputes or claims within 30 calendar days after receiving such request and all necessary supporting data. The Public Works Director's decision on the dispute or claim will be the City's final decision. If the Contractor disputes the Public Works Director's decision, then the Contractor must demand alternative dispute resolution in accordance with this Section and the PCC within 30 days of the City's final decision. 6-11.7 MEDIATION If the City and the Contractor agree, disputes between the parties may be submitted to non -binding mediation. If the parties cannot agree to an alternative form of mediation, then mediation will be administered by the American Arbitration Association ("AAA") under its Construction Industry Mediation Rules, unless the use of such rules are waived by mutual stipulation of both parties. The parties may, but are not required to be, represented by counsel in mediation. The requirement for mediation will not alter or modify the time limitations otherwise provided for claims and no conduct or settlement negotiation during mediation will be considered a waiver of the City's right to assert that claim procedures were not followed. II-B-21 Agreement No. 7162 6-11.8 ARBITRATION If the City and Contractor do not agree to mediation, then a disputes will be submitted to neutral non -binding (except as provided herein) arbitration. Arbitration will be conducted in accordance with PCC § 10240.3. Any decision rendered by an arbitrator will be consistent with PCC § 10240.8. The exclusive venue for any arbitration will be in Los Angeles County. The expenses and fees of the arbitrators and the administrative fees, if any, will be divided among the parties equally. Each party will pay its own counsel fees, witness fees, and other expenses incurred for its own benefit. 6-11.9 WHEN ARBITRATION DECISION BECOMES BINDING The decision rendered by the arbitrator will become binding upon the parties unless appealed to the Los Angeles County Superior Court pursuant to PCC § 10240.12 within 30 days of the decision. If subsequent litigation results in an award to the party appealing the arbitration that is less than or equal to that of the arbitration decision, or if the litigation results in a decision in favor of the nonappealing party, then the party appealing the arbitration will pay the nonappealing party's attorney's fees and court costs. 6-11.10 APPEAL TO SUPERIOR COURT; WAIVER OF JURY TRIAL Should a party timely object to the arbitration decision, it may file a petition with the Los Angeles County Superior Court in accordance with California Code of Civil Procedure ("CCP") §§ 1285, et seq. Notwithstanding the limitations set forth in CCP § 1286.2, the court may vacate, correct, or adjust an arbitration award, and enter judgment in accordance with CCP § 1287.4, for any legal or equitable basis including, without limitation, error of law. The court will apply the substantial evidence standard of review when considering the appeal of an objecting party. BY EXECUTING THESE CONTRACT DOCUMENTS, THE CONTRACTOR AGREES TO HAVE DISPUTES OR CONTROVERSY CONCERNING THE CONSTRUCTION, INTERPRETATION, PERFORMANCE, OR BREACH OF THESE CONTRACT DOCUMENTS, INCLUDING CLAIMS FOR BREACH OF CONTRACT OR ISSUES OF BAD FAITH DECIDED IN ACCORDANCE WITH THIS SECTION 6-11. BOTH THE CITY AND THE CONTRACTOR WAIVE THEIR RIGHT TO A JURY TRIAL FOR THESE DISPUTES OR ISSUES. 6-11.11 AB 626 CLAIMS PROCESS Claims made by a Contractor for one or more of the following are subject to the claim resolution process set forth in Public Contract Code section 9204: II-B-22 Agreement No. 7162 (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the city under a contract for a public works project. (B) Payment by the city of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the city. 7-2 LABOR The following subsections are added to Subsection 7-2 of the Green Book. 7-2.3 PREVAILING WAGES The Contractor will post at appropriate conspicuous points at the site of the project a schedule showing determinations of the Director of Industrial Relations of the prevailing rate of per diem wages. It will be the Contractor's responsibility to obtain copies of the prevailing rate of per diem wages. One source that may be used is the California Department of Industrial Relations website which is currently located at www.dir.ca.gov, or by calling the Prevailing Wage Unit at (415) 703-4774. Attention is directed to Labor Code §§ 1777.5, 1777.6 and 3098 concerning the employment of apprentices by the Contractor or any subcontractor. Labor Code § 1777.5 requires the Contractor or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: a) When employment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or b) When the number of apprentices in training in the area exceeds a ratio of one to five, or c) When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or d) When the Contractor provides evidence that the Contractor employs registered apprentices on all of his contracts on an annual average of not less than one II-B-23 Agreement No. 7162 apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if the Contractor employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and any subcontractor will comply with Labor Code § § 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7-2.4 RECORD OF WAGES I'All:): INSPECTION Every Contractor and subcontractor will keep an accurate certified payroll records showing the name, occupation, and the actual per diem wages paid to each worker employed in connection with the Work. The record will be kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement. If requested by the City, the Contractor will provide copies of the records at its cost. 7-3 LIABILITY INSURANCE Subsection 7-3, Liability Insurance, of the Greenbook is deleted in its entirety and replaced by the following subsections. 7-3.1 GENERAL Contractor will procure and maintain for the duration of the contract the following insurance coverages and limits against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work covered by this agreement by the Contractor, its agents, representatives, employees or subcontractors: COVERAGE PER OCCURRENCE Comprehensive General Liability Business Auto Workers' Compensation ISO FORM CL 00 02 01 85 or 88 CA 00 01 01 87 COMBINED SINGLE LIMIT $2,000,000 $1,000,000 Statutory Contractor will provide endorsements or other proof of coverage for contractual liability. II-B-24 Agreement No. 7162 Combined single limit per occurrence will include coverage for bodily injury, personal injury, and property damage for each accident. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the policy will be endorsed such that the general aggregate limit will apply separately to this contract and a copy of the endorsement provided to the City. Liability policies will contain, or be endorsed to contain the following provisions: GENERAL LIABILITY AND AUTOMOBILE LIABILITY: The City, its officers, officials, employees, agents, and volunteers will be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage will contain no special limitations on the scope or protection afforded to the City, its officers, officials, employees, agents, or volunteers. The Contractor's insurance coverage will be primary insurance as respects the City, its officers, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents, and volunteers will be excess of the Contractor's insurance and will not contribute with it. The insurer will agree in writing to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. Any failure to comply with reporting provisions of the policies will not affect coverage provided to the City, its officers, officials, employees, agents and volunteers. The Contractor's insurance will apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. WORKERS' COMPENSATION: The insurer will agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. ALL COVERAGES: Each insurance policy required by this subsection will be endorsed to state that coverage will not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days written notice by certified mail, return receipt requested, has been given to: II-B-25 Agreement No. 7162 CITY CLERK City of El Segundo 350 Main Street El Segundo, CA 90245 Notwithstanding the foregoing, the endorsement may state that insurance may be cancelled upon ten (10) day notification for non-payment of premium. The Contractor will provide the City with updated proof of insurance should the Contract Time extend beyond the policy expiration date. All liability insurance will be on an occurrence basis. Insurance on a claims made basis will be rejected. Any deductibles or self -insured retentions will be declared to and approved by City. The insurer will provide an endorsement to City eliminating such deductibles or self -insured retentions as respects the City, its officials, employees, agents, and volunteers. Except for Workers Compensation Insurance, Contractor will furnish to City certificates of insurance and endorsements on forms acceptable to the City's City Attorney, duly authenticated, giving evidence of the insurance coverages required in this contract and other evidence of coverage or copies of policies as may be reasonably required by City from time to time. Endorsements must be supplied on ISO Form No. CG 20 10 11 85, or equivalent. Certificate/endorsement for Workers Compensation Insurance will be furnished on State Comp Fund or other industry standard form. Except for worker's compensation insurance, all insurance required herein will be placed with insurers with a Best's Rating of not less than A:VII. Worker's compensation insurance policies will meet the requirements of California law. All subcontractors employed on the work referred to in this contract will meet the insurance requirements set forth for Contractor. Contractor will furnish certificates of insurance and endorsements for each subcontractor at least five days before the subcontractor entering the job site, or Contractor will furnish City an endorsement including all subcontractors as insureds under its policies. Except as provided in Subsection 6-10, the Contractor will save, keep and hold harmless the City, its officers, officials, employees, agents and volunteers from all damages, costs or expenses in law or equity that may at any time arise or be claimed because of damages to property, or personal injury received by reason of or in the course of performing work, which may be caused by any willful or negligent act or omission by the Contractor or any of the Contractor's employees, or any subcontractor. The City will not be liable for any accident, loss or damage to the work before its completion and acceptance, except as provided in Subsection 6-10. The cost of such insurance will be included in the various items of work in the Contractor's bid and no additional compensation for purchasing insurance or additional coverage needed to meet these requirements will be allowed. II-B-26 Agreement No. 7162 In the event that any required insurance is reduced in coverage, cancelled for any reason, voided or suspended, Contractor agrees that City may arrange for insurance coverage as specified, and Contractor further agrees that administrative and premium costs may be deducted from payments due to the Contractor. Contractor will not be allowed to work until alternate coverage is arranged. Coverage will not extend to any indemnity coverage for the active negligence of the additional insured if the agreement to indemnify the additional insured would be invalid under Civil Code § 2782(b). 7-3.2 INDEMNIFICATION IFICATION AND DEFENSE, In addition to the provisions of Subsection 7-3 of the Greenbook as between the City and Contractor, Contractor will take and assume all responsibility for the work as stated herein or shown on the plans. The Contractor will bear all losses and damages directly or indirectly resulting to it, to the City, its officers, employees, and agents, or to others on account of the performance or character of the work, unforeseen difficulties, accidents, traffic control, job site maintenance, or any other causes whatsoever. The Contractor will assume the defense of and indemnify and save harmless the City of El Segundo, its officers, employees, and agents, from and against any and all claims, losses, damage, expenses and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence, and from any and all claims, losses, damage, expenses, and liability, howsoever the same may be caused, resulting directly, or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence, to the fullest extent permitted by law. In accordance with Civil Code § 2782, nothing in this Subsection 7-3.2 or in Subsection 7-3 of the Standard Specifications will require defense or indemnification for death, bodily injury, injury to property, or any other loss, damage or expense arising from the sole negligence or willful misconduct of the City, or its agents, servants or independent contractors who are directly responsible to the City, or for defects in design furnished by such persons. Moreover, nothing in this Subsection 7-3.2 or in Subsection 7-3 will apply to impose on the Contractor, or to relieve the City from, liability for active negligence of the City. The City does not, and will not, waive any rights against the Contractor which it may have by reason of the aforesaid hold harmless agreements because of the acceptance by the City, or deposit with City by Contractor, of any insurance policies described in Subsection 7-3 of the Special Provisions. This hold harmless agreement by the Contractor will apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered by reasons of any of the aforesaid operations of Contractor, or any subcontractor, regardless of whether or not such insurance policies are determined to be applicable to any of such damages or claims for damages. II-B-27 Agreement No. 7162 No act by the City, or its representatives in processing or accepting any plans, in releasing any bond, in inspecting or accepting any work, or of any other nature, will in any respect relieve the Contractor or anyone else from any legal responsibility, obligation or liability he might otherwise have. 7-5 PERMITS The following paragraph will be added to Subsection 7-5 of Greenbook: The Contractor will apply for permits required by the City Building Safety Division. The Contractor must pay for and obtain all other permits from other governmental and utility agencies necessitated by their operations. All bonding fees, (overweight and oversized vehicle permit fees) inspection permit fees or other fees charged or required for such permits must be paid by the Contractor. These costs will be included in the bid item provided. If no bid item is included, costs will be included in the various items of work, and no additional payment will be allowed. II-B-28 Agreement No. 7162 7-8.1 CLEANUP AND DUST CONTROL Subsection 7-8.1, Cleanup and Dust Control, of the Greenbook is deleted in its entirety and replaced by the following subsections. 7-8.1.1 GENERAL On any construction project requiring trenching within public streets and for which total trenching is in excess of 500 feet, the Contractor will be required to sweep the worksite utilizing a pick-up type street sweeper a minimum of once daily. 7-8.1.2 WATERING Water for the laying of dust caused by Contractor's operations or the passage of traffic through the work will be applied as necessary or as directed by the Engineer. Water for the above or other purposes may be obtained from any approved source. If the Contractor chooses to use a City fire hydrant upon placing a $300 meter deposit and the payment of a $50 service fee, the Engineer will cause a meter to be installed. All water used from the hydrant will be metered and charged to the Contractor at the prevailing rate plus the current daily meter rental rate. The Contractor will be charged a $15 reconnect fee if the Contractor wishes to move the meter to a different hydrant. Costs of water to be used will be included in the cost of various bid items. 7-8.6 WA,rER POLLUTION LUTIO1 CON"TROL This section is supplemented by the addition of the following requirements which establish storm water and urban runoff pollution prevention controls. (a) Storm or construction generated water containing sediment such as, construction waste, soil, slurry from concrete/asphalt concrete saw cutting operations, clean up of concrete transit mixers or other pollutants from construction sites and parking areas will be retained or controlled on site and will not be permitted to enter the storm drain system. (b) Temporary sediment filtering systems such as sandbags, silt fences, or gravel berms will be utilized to trap sediment so that only filtered water enters the City's storm drain system. Proper clean up and disposal of settled sediment and the filtering system will be the responsibility of the CONTRACTOR. (c) Discharge of concrete transit mixer wash water on to approved dirt areas (sub - grade area designated for new concrete construction for example) is acceptable. Discharge on to private property, parkway areas, or the street is not permitted. (d) Plastic or other impervious covering will be installed where appropriate to prevent erosion of an otherwise unprotected area, along with any other runoff control devices deemed appropriate by the City. II-B-29 Agreement No. 7162 (e) Excavated soil stored on the site will be covered in a manner that minimizes the amount of sediments running into the storm drain system, street or adjoining properties. (f) No washing of construction or other industrial vehicles and equipment will be allowed adjacent to a construction site. During the rainy season (October 15 to April 15), Contractor will keep at the construction site sufficient materials and labor to install temporary sediment filtering systems and other water pollution prevention control measures. These control measures will be in place and maintained by the Contractor on a daily basis on days when construction is not in progress due to rain. (h) All costs associated with water pollution control will be borne by the Contractor. Any expense incurred by the City to expeditiously respond to storm drain contamination resulting from Contractor's failure to implement water pollution control measures will be charged to the Contractor. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The following requirements are added to Section 7-9: Where existing traffic striping, pavement markings, and curb markings are damaged or their reflectively reduced by the Contractor's operations, such striping or markings will also be considered as existing improvements and the Contractor will replace such improvements. Relocations, repairs, replacements, or re -establishments will be at least equal to the existing improvements and will match such improvements in finish and dimensions unless otherwise specified. 7-10 PUBLIC CONVENIENCE AND SAFETY The following requirement is added to Section 7-10: Unless otherwise specified all traffic control will be performed in accordance with the Work Area Traffic Control Handbook (WATCH) Latest Edition, published by Building News, 3055 Overland Avenue, Los Angeles, CA 90034, telephone 310-474-7771. 7-10.1 TRAFFIC AND ACCESS The Contractor will notify the occupants of all affected properties at least 48 hours prior to any temporary obstruction of access. Vehicular access to property line will be maintained except as required for construction for a reasonable period of time. No overnight closure of any driveway will be allowed except as permitted by the Engineer. II-B-30 Agreement No. 7162 At least one (1) twelve (12) foot wide traffic lane will be provided for each direction of travel on all streets at all times except as permitted by the Engineer. The traffic lanes will be maintained on pavement, and will remain unobstructed. All work requiring that a lane be closed or a lane moved right or left will be noticed to the traveling public by use of City approved lighted arrow boards. Clearances from traffic lanes will be five feet to the edge of any excavation and 2 feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. One four (4) foot wide paved pedestrian walkway will be maintained in the parkway area on each side of all streets. The clearance from the pedestrian walkway to any traffic lane will be five (5) feet. Pedestrians and vehicles will be protected from all excavations, material storage, and/or obstructions by the placement of an adequate number of lighted barricades (minimum two (2)) at each location, one (1) at each end of the obstruction or excavation), which will have flashing lights during darkness. Barricades will be Type I or Type II per Section 7-3 and lights will be Type A per Section 7-6 of the "Work Area Traffic Control Handbook" (WATCH). 7-10.2 STREET CLOSURES DETOURS BARRICADES Street closures will not be allowed except as specifically permitted by the Engineer. The Contractor will prepare any traffic control or detour plans that may be required as directed by the Engineer. Lane transitions will not be sharper than a taper of thirty (30) to one (1). Temporary traffic channelization will be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the Engineer. The Contractor will prepare any plans that may be required for temporary striping to the satisfaction of the Engineer. In no event will temporary striping be allowed on finish pavement surfaces, which are to remain. Where access to driveway or street crossings need to be maintained, minimum 1 1/4 inch thick steel plating will be used to bridge the trench. All steel plating will have temporary asphalt concrete 1:12 minimum sloped ramps to assist vehicles to cross comfortably over the plates and have a non-skid surface. Plates subject to vehicle high traffic speeds and in residential areas will be secured by welding at the discretion of the Engineer. 7-10.5 PROTECTION OF THE PUBLIC It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor will use foresight and will take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly II-B-31 Agreement No. 7162 completed work or partially removed facilities. Unusual conditions may arise on the Project which will require that immediate and unusual provisions be made to protect the public from danger or loss of life, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the Contractor's operations and when, in the opinion of the Engineer, immediate action will be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation immediately, the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, will be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. Such remedial measures by the City will not relieve the Contractor from full responsibility for public safety. 7-15 HAZARDOUS MATERIAL The following Subsection will be added to Section 7 of the Greenbook: For any excavation, which extends more than four feet below existing grade, the Contractor will promptly, and before the conditions are disturbed, -notify the Engineer, in writing, of 1) any material that the Contractor believes may be hazardous waste, as defined in Health and Safety Code § 25117, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law, 2) subsurface or latent physical conditions at the site differing from those indicated, or 3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. After receiving notice from the Contractor, the Engineer will promptly investigate any condition identified by the Contractor as being hazardous. The rights and obligations of the City and the Contractor with regard to such conditions (including, without limitation, the procedures for procuring change orders and filing claims) will be specified by the provisions of Subsection 3-4 (Changed Conditions) of the Greenbook. If a dispute arises between the City and the Contractor whether the conditions materially differ, involve hazardous waste, or cause a change in the Contractor's cost or time required for performance of the work, the Contractor will not be excused from any scheduled completion date provided for by the contract, but will proceed with all II-B-32 Agreement No. 7162 work to be performed under the contract. The Contractor will retain all rights provided by Subsection 3-5, Disputed Work, of the Greenbook. If the Engineer determines that material called to the Engineer's attention by the Contractor is hazardous waste, or if the Engineer otherwise discovers the existence of hazardous waste, the Contractor will be responsible for removal and disposal of the hazardous waste by qualified personnel and appropriate equipment in the manner required by law as directed by the Engineer, subject to the provisions of Section 3 (Changes in Work) of the Greenbook. 9-2 LUMP SUM WORK Subsection 9-2, Lump Sum Work, of the Greenbook is deleted in its entirety and replaced by the following: Items for which quantities are indicated as "Lump Sum," "L.S.," or "Job" will be paid for at the price indicated in the Proposal. Such payment will be full compensation for all costs for labor, equipment, materials and plant necessary to furnish, construct and install the lump sum item of work, complete, in place, and for all necessary appurtenant work, including, but not limited to, all necessary cutting, patching, repair and modification of existing facilities, and clean up of site. Contractor will furnish three copies of a detailed schedule, which breaks down the lump sum work into its component parts and cost for each part, in a form and sufficiently detailed as to satisfy Engineer that it correctly represents a reasonable apportionment of the lump sum. This schedule is subject to approval by Engineer as to both the components into which the lump sum item is broken down, and the proportion of cost attributable to each component. This schedule will be the basis for progress payments for the lump sum work. 9-3.2 PARTIAL AND FINAL PAYMENTS The text of Subsection 9-3.2 of the Standard Specifications is hereby deleted and replaced with the following: The closure date for the purpose of making partial progress payments will be the last working day of each month. The Contractor will prepare the partial payment invoice with measurement of the work performed through the closure date and submit it to the CITY for approval. When work is complete, the Contractor will determine the final quantities of the work performed and prepare the final progress payment, and submit it to the Engineer for approval. It will take a minimum of thirty-five (35) calendar days from the date of approving the II-B-33 Agreement No. 7162 Contractor's invoice to make the payment to the Contractor. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents, or legal release of filed Stop Payment Notices against the Contractor. In addition, the final progress payment will not be released until the Contractor returns the control set of Plans and Specifications showing the as -built conditions. The full five percent (5%) retention will be deducted from all progress payments. The Contractor will make a payment request for the retained amount, for approval by the City, upon field acceptance of the work by the City Engineer. The City Engineer upon field acceptance and receipt of the final as -built plans and any other reports or documents required to be provided by the Contractor will process a recommendation to the City Council for acceptance of the work. Not less than thirty-five (35) calendar days from the City Council acceptance of the work, the Contractor's final payment will be made provided Stop Payment Notices or other claims have not been filed against the Contractor and/or the City by material suppliers, sub -contractors, other governmental agencies, and private property owners. Until these Stop Payment Notices are released and claims are resolved the stop payment/claim amount will be withheld from the final payment. The Contractor, however, may receive interest on the retention for the length of construction, or receive the retention itself as long as the retention is substituted with escrow holder surety or equal value. At the request and expense of the Contractor, surety equivalent to the retention may be deposited with the State Treasurer, or a State or Federally chartered bank, as the escrow agent, who will pay such surety to the Contractor upon satisfactory completion of the contract. Pursuant to PCC § 22300, the Contractor may substitute securities for retention monies held by the City or request that the City place such monies into an escrow account. The Contractor is notified, pursuant to PCC § 22300, that any such election will be at the Contractor's own expense and will include costs incurred by the City to accommodate the Contractor's request. Progress payment paid by the City as contemplated herein, will be contingent upon the Contractor submitting, in addition to any additional documents, an updated Contract Schedule in the form prescribed by these Contract Documents. Failure of the Contractor to submit an acceptable updated Contract Schedule will result in the City withholding partial payment, without liability to the City, until such an acceptable updated Contract Schedule is submitted. Nothing herein will allow the Contractor to suspend or slow progress of the Work. A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account which is the sole source of funds available for payment of the Contract Sum. Contractor understands and agrees that Contractor will be paid only from this special fund and if II-B-34 Agreement No. 7162 for any reason this fund is not sufficient to pay Contractor, Contractor will not be entitled to payment. The availability of money in this fund, and City's ability to draw from this fund, are conditions precedent to City's obligation to make payments to Contractor. 9-3.3 DELIVERED MATERIALS Materials and equipment delivered or stored, but not incorporated into the work, will not be approved for progress payments. 100-1 TERMINATION OF AGENCY LIABILITY Before receiving final payment, the Contractor will execute a Release on Contract" form which will operate as, and will be a release to the City, the City Council, and each member of the City Council and their agencies, from all claims and liability to the Contractor for anything done or furnished for, or relating to, the work or for any act of neglect of the City of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be, of the amounts kept or retained as provided in Subsections 9-3 of the Standard Specifications and except for any unsettled claims listed on said form which have been filed in compliance with the requirements for making claims. - END OF SECTION - II-B-35 Agreement No. 7162 SECTION III — SPECIAL PROVISIONS 1-0. GENERAL., SCOPE TIME FOR COMPLEIFION. AND LOCATION OF WORK 1-1. General Scope of Work.: Repair, upgrade, and modernization of the existing elevator at the El Segundo Public Library. Architectural scope includes: 1. Repair existing elevator shaft to meet 1-hour fire resistant requirement. 2. Repair demolished finishes for mechanical & electrical scope for elevator modernization. Mechanical scope includes: 1. Provide new elevator controls and control panel. 2. Repair existing hydraulic lines and cylinder in elevator pit. 3. Replace existing elevator door actuators. Electrical scope: 1. Provide power supply to new elevator fixtures and motors to meet current code requirements. 2. Replace GFCI outlet in elevator pit. 3. Replace elevator cabin lights. 4. Replace elevator lights in shaft. 5. Provide smoke and heat detectors in elevator shaft and equipment room. 6. Provide shunt trip breaker. 1-2. Location of the Work: The project will occur at City Public Library, 111 West Mariposa Avenue, El Segundo, CA 90245 1-3. Workmqa sand Time for Com letion. Contractor will commence work on date specified in the Notice to Proceed to be issued to the Contractor by City of El Segundo Public Works Department and shall complete work within Thirty (30) working days after the date of commencement. 2-0. NOTIFICATIONS The CONTRACTOR will notify all agencies listed here in a minimum of forty-eight (48) hours before start of operation. The following list of names and telephone numbers are intended for the convenience of the CONTRACTOR and the City does not guarantee either the completeness or correctness of this list. III-A-1 Agreement No. 7162 OPERATION 1. Start of work, shutdown of work, or resumption of work after shutdown 2. Closing of streets OFFICE Arianne Bola, Project Manager Cheryl Ebert, Interim City Engineer Elias Sassoon, Director of Public Works El Segundo Police Department** El Segundo Fire Department** TELEPHONE. 310-524-2364 310-524-2321 310-524-2356 310-524-2200 310-524-2236 ** The CONTRACTOR will notify the Engineering Division before notifying these offices. The following information is provided for CONTRACTOR'S use to notify agencies if their facilities are affected by CONTRACTOR'S work: 2-1 2-2. 1. Underground Service Alert (all excavation in public right-of-way) 800-227-2600 2. City of El Segundo — Water Division 310-524-2742 3. City of El Segundo - Wastewater Division 4. City of El Segundo - Recreation and Parks 5. Southern California Gas Company 6. Southern California Edison Company (SCE) 7. AT&T 8. Time Warner Communication (Cable) 9. Los Angeles County Sanitation District 10. El Segundo Unified School District NO PARKING NOTIFICATIONS 310-524-2754 310-524-2707 310-671-9002 310-417-3366 310-515-4430 310-768-0400 Extension 414 310-699-7411 310-615-2650 The CONTRACTOR shall post City -approved temporary NO PARKING notices a minimum of seventy-two (72) hours before the start of operation. The CONTRACTOR shall promptly notify City staff once posting is completed in order to ensure the 72-hour requirement has been met. The dates and times on the signs shall be site specific and shall cover the minimum time required for "NO PARKING" to facilitate construction. Generic long-term "NO PARKING" time designations are not acceptable. Parking shall not be restricted during any period when construction activity is not scheduled at this particular site. NOTIFICATION OF RESIDENTS The City will require the Contractor to distribute one (1) "Public Notice" to each resident affected by the construction. Notice must be approved by the City prior to distribution. The notice shall be distributed minimum five (5) calendar days prior to III-A-2 Agreement No. 7162 the start of any work. Notice shall be attached to a red information hanger provided by the Contractor and hung on the front door knob of every resident on the project streets. Notices shall include the project times, dates, working hours, and description of project activities. If any changes occur to project times, dates or working hours, the Contractor will revise and re -deliver the Notice to affected persons. 3-0. MOBILIZATION Mobilization shall conform to the provisions of Section 9-3.4 of the Standard Specifications. The scope of work under mobilization includes but is not limited to: 1. Obtaining and paying for all required bonds, insurance, permits, and licenses. 2. Completing and submitting required documents as required per specifications. 3. Moving on to the site of all Contractor's equipment required for operations. 4. Installing and removing of all temporary facilities required for operations. 5. Posting all OSHA required notices. 6. Submittal of Construction Schedule, Contractor Contact List, and Notices to City staff for City approval 7. Notification of City staff, residents, businesses and motorists, including temporary warning and safety signage where construction is or will be occurring. Notification shall be furnished by Contractor and shall be distributed seventy-two (72) hours prior to work in that area. 8. Re -notification of all affected parties for all construction schedule changes 9. Protection of utility facilities, landscapes, pavements, structures, and any existing condition and other public property in place during any construction activities. This includes protection of planter boxes and vegetation. 10. Restoration, to existing standard conditions or better, of public property damaged during construction 11. NPDES permit compliance 12. Bringing unforeseen field conditions to City staff s attention in a timely manner 13. Furnishing temporary sewer services to maintain sewer service to consumers at all times. 14. Removal and disposal of any existing unused materials from the project sites. 15. Demobilization 3-1. Clearing, grubbing, and landscape removal shall take place as necessary for all construction activities to occur, including but not limited to Section 300-1 of the Standard Specifications. If applicable, live tree roots shall be inspected by the Recreation and Parks Department after the surface above them has been removed, to ascertain if tree root barrier installation or full tree removal is necessary. Costs for clearing, grubbing, and landscape/tree root removal shall be included in the bid prices for the different bid items. All such removals shall take place prior to any excavation for construction. Where necessary, the contractor shall replace residential landscaping or sprinklers damaged by construction after construction is complete. III-A-3 Agreement No. 7162 3-2. Underground Service Alert, 1-800-227-2600, shall be contacted and the contractor shall determine the exact location of all utilities prior to beginning excavation and construction. If conflicts are discovered, the Contractor shall notify the Engineer immediately. A detailed description of the depth and location of utility conflicts in relation to the proposed storm drain facilities shall be provided to City Inspector as well as the applicable utility agency. A list of utility agency and waste hauler contact number is included in the Appendix. 3-3. Demobilization shall include all activities for the Contractor to remove all equipment, on -site sanitary facilities, etc. from the project areas after construction is complete. Demobilization shall also include general cleanup activities and punch list items and specific activities determined by the City Public Works Inspector, to repair or replace any private or public facilities damaged by the construction and to return public right- of-way to the same or better condition as that existing prior to construction. 4-0. CONSTRUCTION & DEMOLITION MATERIALS RECYCLING REQUIREMENTS The Contractor shall divert all Construction and Demolition (C&D) waste generated from the project in accordance with the California Green (CALGreen) Building Standards Code (pursuant to El Segundo Municipal Code, Title 13, Chapter 11). C&D waste can only be legally collected, removed, or transported by City of El Segundo permitted waste haulers. If the Contractor plans on collecting, removing, or transporting its own waste, approval from the City Engineer or designee is required. Failure to meet the C&D waste recycling requirements will result in the assessment of penalties pursuant to El Segundo Municipal Code. Contractor shall prepare a C&D Debris Management Plan as follows: PART1 GENERAL 1.1 SUMMARY A. This Section includes the following: procedures for ensuring optimal diversion of construction and demolition (C&D) waste materials generated by the Work within the limits of the Construction Schedule and Contract Sum. The Integrated Solid Waste Management Act of 1989 ("AB 939"), requires that localities throughout the state develop source reduction, reuse, recycling, and composting programs to reduce the tonnage of solid waste disposed in landfills by 50%; this requirement may increase in the future. C&D waste materials generated by the Work are targeted to achieve these diversion rates. 2. , A minimum of 50% by weight of the solid wastes generated in the Work shall be diverted from landfill disposal through a combination of reuse, recycling, and composting activities. III-A-4 Agreement No. 7162 This section includes requirements for submittal of C&D Debris Management Plan prior to the commencement of the Work, and during the project, submittal of Contractor's quantitative reports for construction and demolition waste materials generated by the Contractor as a condition of approval of progress payments submitted to the Contracting Officer, and following completion of the project, as a condition of the release of final project retention. 1.2 DEFINITIONS A. Class III Landfill. A landfill that accepts non -hazardous waste such as household, commercial, and industrial waste, resulting from construction, remodeling, repair, and demolition operations. A Class III landfill must have a solid waste facilities permit from the California Department of Resources Recycling and Recovery (CalRecycle) and be regulated by the Enforcement Agency. B. Construction and Demolition Debris or C&D Debris. Building materials and solid waste resulting from construction, remodeling, repair, cleanup, or demolition operations that are not hazardous as defined in California Code of Regulations, Title 22, Section 66261.3 et seq. This term includes, but is not limited to, asphalt, concrete, Portland cement, brick, lumber, gypsum wallboard, cardboard and other associated packaging, roofing material, ceramic tile, carpeting, plastic pipe, and steel. The debris may be commingled with rock, soil, tree stumps, and other vegetative matter resulting from land clearing and landscaping for construction or land development projects. C. Contracting Officer. The City of El Segundo City Engineer or designee. D. C&D Recycling Center. A facility that receives only C&D material that has been separated for reuse prior to receipt, in which the residual (disposed) amount of waste in the material is less than 10% of the amount separated for reuse or recycling, by weight. E. Disposal. Final deposition of C&D or inert debris into land, including stockpiling onto land of construction and demolition debris that has not been sorted for further processing or resale, if such stockpiling is for a period of time greater than 30 days; and construction and demolition debris that has been sorted for further processing or resale, if such stockpiling is for a period of time greater than one year, or stockpiling onto land of inert debris that is for a period of time greater than one year. F, Diversion or Divert. The reuse or recycling of construction and demolition debris to avoid disposal in a landfill. G. Enforcement Agency (EA). Enforcement agency as defined in Public Resources Code 40130. H. Inert Disposal Facility or Inert Waste Landfill. A disposal facility that accepts only inert waste such as soil and rock, fully cured asphalt paving, uncontaminated III-A-5 Agreement No. 7162 concrete (including fiberglass or steel reinforcing rods embedded in the concrete), brick, glass, and ceramics, for land disposal. I. Inert Solids or Inert Waste. Non -liquid solid wastes including, but not limited to, soil and concrete that do not contain hazardous waste or soluble pollutants at concentrations in excess of water quality objectives established by a regional Water Board pursuant to Division 7 (Sections 13000 et seq) of the California Water Code and does not contain significant quantities of decomposable solid resources. Mixed C&D Debris. Loads that include commingled recyclable and non -recyclable C&D debris generated at the construction site. K. Mixed Debris Recycling Facility. A processing facility that accepts loads of solid waste and/or recycling materials for the purpose of recovering reusable, recyclable, and compostable materials and disposing the non -recyclable residual materials. L. Recycling. The process of sorting, cleansing, treating and reconstituting materials for the purpose of using the altered form in the manufacture of a new product. Recycling does not include burning, incinerating or thermally destroying solid waste. M. Reuse. The use of a material that might otherwise be discarded, in the same or similar form as it was produced. N. Separated for Reuse. Materials, including commingled recyclables, that have been separated or kept separate from the solid waste stream for the purpose of additional sorting or processing of those materials for reuse or recycling in order to return them to the economic mainstream in the form of raw material for new, reused, or reconstituted products which meet the quality standards necessary to be used in the marketplace, and includes materials that have been "source separated." O. Solid Waste. Refer to Public Resources Code Section 40191. P. Source -Separated. Materials, including commingled recyclables, that have been separated or kept separate from the solid waste stream at the point of generation, for the purpose of additional sorting or processing of those materials for reuse or recycling in order to return them to the economic mainstream in the form of raw materials for new, reused, or reconstituted products which meet the quality standards necessary to be used in the marketplace. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 SALVAGE, REUSE, RECYCLING AND PROCEDURES A. Identify reuse, salvage, and recycling facilities: Refer to the City's website for a list of local organizations and companies. III-A-6 Agreement No. 7162 lttiis://www.clse,-,utido,orL,/izove�niniciiL/de agin�e�ats�p�ik lac-w o ksllr<sh .rcc�g B. Develop and implement procedures to reuse, salvage, and recycle new construction and excavation materials, based on the Contract Documents, the C&D Debris Waste Management Plan, estimated quantities of available materials, and availability of recycling facilities. Procedures may include on -site recycling, source separated recycling, and/or mixed debris recycling efforts. l . Identify materials that are feasible for salvage, determine requirements for site storage, and transportation of materials to a salvage facility. 2. Explore the possibility of reusing project job -site inert materials, such as rock, concrete, dirt and aggregate, on -site for road base or other similar uses. 3. Source separate new construction, excavation and demolition materials including, but not limited to the following types: a. Asphalt b, Concrete, concrete block, slump stone (decorative concrete block), and rocks. Red Clay Brick d. Soils Other materials, as appropriate, such as wood and corrugated cardboard. 4. Develop and implement a program to transport loads of mixed (commingled) new construction materials that cannot be feasibly source - separated to a mixed materials recycling facility. 5. Contractor may develop their own C&D Debris Management Plan based on CALGreen requirements or use available City forms as follows: a. Form PW-A — Project Information b. Form PW-B — Pre -Project Worksheet C. Form PW-B1 — Pre -Project Worksheet (This form is to be completed only if you plan to use your own company -owned bins/trucks for disposition of material.) d. Form PW-C — Post -Project Summary e. Form PW-D — Exemption Request — only use if it is infeasible to comply with requirements. 3.2 DISPOSAL OPERATIONS AND WASTE HAULING III-A-7 Agreement No. 7162 A. Legally transport and dispose of materials that cannot be delivered to a source - separated or mixed recycling facility to a transfer station or disposal facility that can legally accept the materials for the purpose of disposal. B. Use a permitted waste hauler or Contractor's trucking services and personnel. To confirm valid permitted status of waste haulers, visit the City of El Segundo website: ttlps://www,elseuriilo..oi- /(Yoveriii-neiit/de art:ngits1pra6a'l"mc-^ rks/tras�i rec c g C. Become familiar with the conditions for acceptance of new construction, excavation and demolition materials at recycling facilities, prior to delivering materials. D. Legally transport and deliver to facilities that can legally accept new construction, excavation and demolition materials for purpose of re -use, recycling, or composting. E. Do not burn, bury or otherwise dispose of solid waste on the project job -site. 3.3 REUSE AND DONATION OPTIONS A. Implement a reuse program to the greatest extent feasible. Options for reuse may include, but are not limited to: Los Angeles County Materials Exchange (LACOMax) LACoMAX is a free service provided by the Los Angeles County Department of Public Works, Environmental Programs Division, designed to help residents, businesses, and organizations in Los Angeles County find markets for their industrial by-products, surplus materials, and other would-be discards. All exchanges are coordinated between the parties. The site can be accessed at litt //www.ladpw.org/ cilllacorna . 2. California Materials Exchange (Ca1MAX) is a free service provided by the State of California, Department of Resources Recycling and Recovery (CalRecycle) that connects businesses, organizations, manufacturers, schools, and individuals with online resources for exchanging materials. The site can be accessed at W"1,ca1recycle,ca,gqv/Cq1MAX. 3. Habitat for Humanity Restore resale outlets accept donated home improvement goods like furniture, home accessories, building materials and appliances. The materials are sold to the general public. The proceeds help local Habitat affiliates fund the construction of Habitat homes within their communities. Locations of ReStores can be found at: WWw.1i,abitat.org/re�t,ores. 3.4 REVENUE A. Revenues or other savings obtained from recycled, re -used, or salvaged materials shall accrue to Contractor unless otherwise noted in the Contract Documents. III-A-8 Agreement No. 7162 - END SECTION — 5-0. WORK SCHEDULE Contractor shall be responsible for providing a workable construction schedule that incorporates the following conditions: 1. The schedule for the work is subject to the approval of the Public Works Department. 2. All work shall take place Monday through Friday between the hours of 7:00 am and 4:00 pm unless previously approved by the Public Works Director, City Engineer, or Project Engineer for any other day of the week. 3. The Contractor shall coordinate all inspections and final sign -offs for permits and the project with Public Works Department staff. 6-0. EXAMINATION OF JOB SITE AND MEASUREMENT VERIFICATION The BIDDER shall make a detailed physical inspection of the project site before submitting the proposal. It is understood that the BIDDER has thoroughly examined the specifications, sites and conditions under which work will be performed before submitting a proposal and has satisfied himself regarding existing conditions and existing access conditions which may affect bid prices for the proposed work. Measurement Verification: Contractor shall verify all field measurements and determine quantities prior to ordering materials. Contractor shall procure all material and confirm all parts are onsite prior to beginning installation. 7-0. INSPECTION Section 4-1.3 on page II-B-9 of these Specifications is supplemented by the following additional requirements: 1. On all questions relating to quantities, the acceptability of material, or work, the execution, progress or sequence of work, and the interpretation of specifications or plans, the decision of the Engineer or City Inspector is final and binding, and shall be precedent to any payment under the contract. 2. All work and materials are subject to inspection and approval of the Engineer or City Inspector. 3. Legible copies of material/weight certification shall be turned over to the City Inspector on a daily basis. 4. Inspection of the work shall not relieve the Contractor of the obligations to fulfill all conditions of the contract. III-A-9 Agreement No. 7162 8-0. WORK AREA SAFETY All work shall conform to all applicable State, local, regional and Federal codes, ordinances, and regulations as prescribed by the City. 1. The Contractor shall conform to the rules and regulations pertaining to safety established by the California Division of Occupational Safety and Health of the Industrial Relations Department (CAL -OSHA). 2. The CONTRACTOR shall place and maintain signs, cones, barricades, security fences, and other safety devices as needed for the safety of and the general public, City personnel, and the Contractor. 8-0. USE OF PRIVATE PROPERTY AND PROTECTION OF EXISTING IMPROVEMENTS The use of any private property or utilities on private property by the Contractor is prohibited. The prohibited uses include, but not limited to Contractor's use of water, electricity or natural gas from the private property, and storage of material or equipment, and turning around/parking of his vehicles on private property. 1. Existing public and/orprivate improvements, adjacent property, utility and other facilities and trees and plants shall be protected from injury or damage. 2. Any damage to the facilities, public, or private property that takes place as a result of the contractor's work shall be repair or replaced to the City's satisfaction by the contractor at no cost to the City. 3. Access to driveway shall be maintained at all times for residents. 9-0. STORAGE OF MATERIALS AND EQUIPMENT 1. No material or equipment shall be stored in public right-of-way. 2. The contractor shall be responsible for obtaining a site for storage of material and equipment. The site shall not be within or adjoining the residential areas of the City. Site shall be subject to approval by the City. 3. The sites for stockpiling and batching materials shall be clean and free from objectionable material. 4. The City does not have nor does it guarantee any designated property within the City for storage of materials. 5. If the Contractor finds a private property for storage of his materials, the Contractor shall furnish the City a letter of approval and a letter of release (at the end of the job and cleanup of the storage site) from the property owner for this purpose. III-A-10 Agreement No. 7162 10-0. DISPOSAL OF REMOVALS There are no authorized dump facilities within the City of El Segundo. All removed material shall become the property of the Contractor and shall be legally disposed of by Contractor at the end of each work day away from the site of work. 11-0. PUBLIC WORKS ENCROACHMENT PERMITS The Contractor will be required to apply and obtain applicable permits from the Public Works. The Contractor's work shall adhere to the City standards and applicable codes including the California Building Code, Plumbing Code, Electrical Code, and Mechanical Code. The Contractor shall call the Inspector at least 24 hours in advance for inspections. All noted deficiencies on permits shall be corrected by contractor. The project will not be accepted as complete until contractor obtains a final sign -off for all permits. 12-0. NPDES COMPLIANCE Contractor shall comply with the latest version of the Los Angeles Regional Water Quality Control Board (LA RWQCB) NPDES MS4 Permit for storm water and non -storm water discharges. Contractor shall not discharge or permit to be discharged to any street, channel, river, storm drain, or any appurtenances thereof, any non -rain water or other liquid substance from the project or from operations pertaining to the project site, unless the discharge is specifically listed as exempt or conditionally exempt in the most current MS4 Permit issued by the Regional Water Quality Control Board, Los Angeles Region. Contractor shall implement all necessary Best Management Practices (BMPs) to ensure that any conditionally exempt discharge meets all current requirements of the LA RWQCB MS4 Permit. City may prohibit or restrict any discharge if, in its sole discretion, the discharge is polluting, unsafe, or causes a nuisance condition to be created. Depending on the size of the project and/or construction activities of the project, the Contractor may be required to comply with the State Water Resources Control Board (SWRCB) Construction General Permit (Adopted Order 2009-0009-DWQ and subsequent amendments). Contractor shall refer to the SWRCB Construction General Permit for construction activities covered and be responsible for implementing requirements if subject to the Construction General Permit. 13-0. COMPLETION Upon completion of work at eachsite, the Contractor shall conduct careful inspection with the City Inspector and shall correct all defective work to the satisfaction of the III-A-11 Agreement No. 7162 Owner. The Contractor shall coordinate all inspections and final sign -offs for Encroachment Permits with City staff. All scrap, litter and debris resulting from operations specified herein, shall be removed and the premises left in a clean and satisfactory condition. 14-0. WARRANTY The Contractor and/or manufacturer shall warrant all work performed under this Contract for a minimum of one (1) years from the date of Owner's acceptance of completed job. Any defects in materials or workmanship appearing during this period shall be corrected without cost to the City. - END OF SECTION - III-A-12 Agreement No. 7162 F&I w 9, 1410 1 - Technical S ecir cations Agreement No. 7162 6 March 2024 100% Submittal M 10101:4""' + w I il Prepared for: CITY OF EL SEGUNDO 350 Main Street El Segundo, CA, 90245 Prepared by: J.C. CHANG & ASSOCIATES, INC. Engineers ■ Architects w Planners 385 Van Ness Avenue, Suite 208 Torrance, California 90501 Phone: (310) 212-7644 www.jccainc.com JCCA # 23042-9 Agreement No. 7162 J.C. Chang & Associates, Inc, JCCA No. 23042-1 SECTION 078413 PENETRATION FIRESTOPPING 1.1 SUMMARY A. Section Includes: Penetration firestopping systems. 1.2 ALLOWANCES A. Penetration firestopping Work is part of an allowance. 1.3 ACTION SUBMITTALS A. Product Data: Penetration firestopping systems. El Segundo Public Library Elevator Modernization B. Product Schedule: For each penetration firestopping system. Include location, illustration of firestopping system, and design designation of qualified testing and inspecting agency. 1. Engineering Judgments: Where Project conditions require modification to a qualified testing and inspecting agency's illustration for a particular penetration firestopping system, submit illustration, with modifications marked, approved by penetration firestopping system manufacturer's fire -protection engineer as an engineering judgment or equivalent fire -resistance -rated assembly developed in accordance with current International Firestop Council (IFC) guidelines. Obtain approval of authorities having jurisdiction prior to submittal. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B, Listed System Designs: For each penetration firestopping system, for tests performed by a qualified testing agency. 1.5 CLOSEOUT SUBMITTALS A. Installer Certificates: From Installer indicating that penetration firestopping systems have been installed in compliance with requirements and manufacturer's written instructions. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A firm that has been approved by FM Approvals according to FM Approvals 4991, "Approval Standard for Firestop Contractors," or been evaluated by UL and found to comply with its "Qualified Firestop Contractor Program Requirements." PENETRATION FIRESTOPPING 078413 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install penetration firestopping system when ambient or substrate temperatures are outside limits permitted by penetration firestopping system manufacturers or when substrates are wet because of rain, frost, condensation, or other causes. B. Install and cure penetration firestopping materials per manufacturer's written instructions using natural means of ventilations or, where this is inadequate, forced -air circulation. 1.8 COORDINATION A. Coordinate construction of openings and penetrating items to ensure that penetration firestopping systems can be installed according to specified firestopping system design. B. Coordinate sizing of sleeves, openings, core -drilled holes, or cut openings to accommodate penetration firestopping systems. PART2-PRODUCTS 2.1 SOURCE LIMITATIONS A. Obtain penetration firestop systems for each type of opening indicated from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. Fire -Test -Response Characteristics: I . Perform penetration firestopping system tests by a qualified testing agency acceptable to authorities having jurisdiction. 2. Test in accordance with testing standards referenced in "Penetration Firestopping Systems" Article. Provide rated systems complying with the following requirements: a. Penetration firestop systems installed with products bearing the classification marking of a qualified product certification agency in accordance with listed system designs published by a qualified testing agency. 1) UL in its online directory "Product iQ." 2) Intertek Group in its "Directory of Building Products." 3) FM Approvals in its "Approval Guide." 2.3 PENETRATION FIRESTOPPING SYSTEMS A. Penetration Firestopping Systems: Systems that resist spread of fire, passage of smoke and other gases, and maintain original fire -resistance rating of construction penetrated. Penetration PENETRATION FIRESTOPPING 078413 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization firestopping systems are to be compatible with one another, with the substrates forming openings, and with penetrating items if any. 1. basis- f='12csi2nn ,,Educt: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Balco; a CSW Industrials Company. b. FireShield; Fire Rated Solutions LLC. C. Hilti, Inc. d. Specified Technolg �¢I, � l p. Tg....._..• e. Treanco lncoior atccl, B. Penetrations in Fire -Resistance -Rated Walls: Penetration firestopping systems with ratings determined in accordance with ASTM E814 or UL 1479. 1. F-Rating: Not less than the fire -resistance rating of the wall penetrated. 2. Membrane Penetrations: Install recessed fixtures such that the required fire resistance will not be reduced. C. Penetrations in Horizontal Assemblies: Penetration firestopping systems with ratings determined in accordance with ASTM E814 or UL 1479. I. F-Rating: At least one hour, but not less than the fire -resistance rating of the floor penetrated. 2. T-Rating: At least one hour, but not less than the fire -resistance rating of the floor. The following floor penetrations do not require a T-rating: a. Those within the cavity of a wall. b. Floor, tub, or shower drains within a concealed space. C. 4-inch (200-mm) or smaller metal conduit penetrating directly into metal -enclosed electrical switchgear. D. Penetrations in Smoke Barriers: Penetration firestopping systems with ratings determined in accordance with UL 1479. 1. L-Rating: Not exceeding 5.0 cfm/sq. ft. (0.025 cu. m/s per sq. m) of penetration opening and no more than 50-cfm (0.024-cu. m/s) cumulative total for any 100 sq. ft. (9.3 sq. m) at both ambient and elevated temperatures. E. Exposed Penetration Firestopping Systems: Flame -spread and smoke -developed indexes of less than 25 and 450, respectively, in accordance with ASTM E84. F. Accessories: Provide components for each penetration firestopping system that are needed to install fill materials and to maintain ratings required. Use only those components specified by penetration firestopping system manufacturer and approved by qualified testing and inspecting agency for conditions indicated. 1. Permanent forming/damming/backing materials. 2. Substrate primers. 3. Collars. PENETRATION FIRESTOPPING 078413 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 4. Steel sleeves. 0 PART 3 - EXECUTION 3.1 EXAMINATION El Segundo Public Library Elevator Modernization A. Examine substrates and conditions, with Installer present, for compliance with requirements for opening configurations, penetrating items, substrates, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning: Before installing penetration firestopping systems, clean out openings immediately to comply with manufacturer's written instructions and with the following requirements: l . Remove from surfaces of opening substrates and from penetrating items foreign materials that could interfere with adhesion of penetration firestopping materials. 2. Clean opening substrates and penetrating items to produce clean, sound surfaces capable of developing optimum bond with penetration firestopping materials. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form -release agents from concrete. B. Prime substrates where recommended in writing by manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces. 3.3 INSTALLATION OF PENETRATION FIRESTOPPING SYSTEMS A. General: Install penetration firestopping systems to comply with manufacturer's written installation instructions and published drawings for products and applications. B. Install forming materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross -sectional shapes and depths required to achieve fire ratings. 1. After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not forming permanent components of firestopping. C. Install fill materials by proven techniques to produce the following results: PENETRATION FIRESTOPPING 078413 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1. Fill voids and cavities formed by openings, forming materials, accessories and penetrating items to achieve required fire -resistance ratings. 2. Apply materials so they contact and adhere to substrates formed by openings and penetrating items. 3. For fill materials that will remain exposed after completing the Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.4 IDENTIFICATION A. Wall Identification: Permanently label walls containing penetration firestopping systems with the words "FIRE AND/OR SMOKE BARRIER -,PROTECT ALL OPENINGS," using lettering not less than 3 inches (76 mm) high and with minimum 0.375-inch (9.5-mm) strokes. 1. Locate in accessible concealed floor, floor -ceiling, or attic space at 15 feet (4.57 m) from end of wall and at intervals not exceeding 30 feet (9.14 m). B. Penetration Identification: Identify each penetration firestopping system with legible metal or plastic labels. Attach labels permanently to surfaces adjacent to and within 6 inches (150 mm) of penetration firestopping system edge so labels are visible to anyone seeking to remove penetrating items or firestopping systems. Use mechanical fasteners or self -adhering -type labels with adhesives capable of permanently bonding labels to surfaces on which labels are placed. Include the following information on labels: 1„ The words "Warning - Penetration Firestopping - Do Not Disturb. Notify Building Management of Any Damage." 2. Contractor's name, address, and phone number. 3. Designation of applicable testing and inspecting agency. 4. Date of installation. 5. Manufacturer's name. 6. Installer's name. 3.5 FIELD QUALITY CONTROL A. Owner will engage a qualified testing agency to perform tests and inspections according to ASTM E2174. B. Where deficiencies are found or penetration firestopping system is damaged or removed because of testing, repair or replace penetration firestopping system to comply with requirements. C. Proceed with enclosing penetration firestopping systems with other construction only after inspection reports are issued and installations comply with requirements. PENETRATION FIRESTOPPING 078413 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 3.6 CLEANING AND PROTECTION A. Clean off excess fill materials adjacent to openings as the Work progresses by methods and with cleaning materials that are approved in writing by penetration firestopping system manufacturers and that do not damage materials in which openings occur. B. Provide final protection and maintain conditions during and after installation that ensure that penetration firestopping systems are without damage or deterioration at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, immediately cut out and remove damaged or deteriorated penetration firestopping material and install new materials to produce systems complying with specified requirements. END OF SECTION 078413 PENETRATION FIRESTOPPING 078413 - 6 J.C. Chang & Associates, Inc. JCCA No. 23042-1 SECTION 083113 ACCESS DOORS AND FRAMES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fire -rated access doors and frames. Agreement No. 7162 El Segundo Public Library Elevator Modernization 1.2 ALLOWANCES A. Access doors and frames are part of an access door and frame allowance. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. L Include construction details, fire ratings, material descriptions, dimensions of individual components and profiles, and finishes. B. Samples: For each type of access door and frame and for each finish specified, complete assembly minimum 6 by 6 inches (150 by 150 mm) in size. C. Product Schedule: For access doors and frames. Use same designations indicated on Drawings. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing and inspecting agency. 1. Fire -Rated Door Inspector: Submit documentation of compliance with NFPA 80, Section 5.2.3.1. 1.5 CLOSEOUT SUBMITTALS A. Record Documents: For fire -rated doors, list of applicable room name and number in which access door is located. ACCESS DOORS AND FRAMES 083113 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1.6 QUALITY ASSURANCE A. Fire -Rated Door Inspector Qualifications: Inspector for field quality control inspections of fire - rated door assemblies meets the qualifications set forth in NFPA 80, Section 5.2.3.1 and the following: PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Rated Access Doors and Frames: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection and temperature -rise limit ratings indicated, according to NFPA 252 or UL 1 OB. 2.2 ACCESS DOORS AND FRAMES 1. Metallic -Coated Steel Sheet for Door: Nominal 0.064 inch (1.63 min), 16 gage , factory primed. 2. Frame Material: Same material, thickness, and finish as door. 3. Latch and Lock: As indicated on Drawings with interior release. 2.3 FIRE -RATED ACCESS DOORS AND FRAMES A. Fire -Rated, Flush Access Doors with Exposed Flanges : Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ACUDOR Products, Inc. b. Babcock -Davis. C. Cendrex Inc. d. Elmdor; Morris Group International, Inc. e. Karp Associates, Inc. f. MIFAB, Inc. g. Milcor by Duravent; Duravent Group. h. Nystrom, Inc. i. Williams Brothers Corporation of America. 2. Description: Door face flush with frame, with a core of mineral -fiber insulation enclosed in sheet metal; with exposed flange, self -closing door, and concealed hinge. 3. Optional Features: Piano hinges. 4. Locations: Wall and ceiling. 5. Door Size: See drawings. 6. Fire -Resistance Rating: Not less than that indicatedl hour. 7. Metallic -Coated Steel Sheet for Door: Nominal 0.040 inch (1.02 min), 20 gage , factory primed. ACCESS DOORS AND FRAMES 083113 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 8, Frame Material: Same material, thickness, and finish as door. 9.. Latch and Lock: Self -latching door hardware, operated by knurled -knob with interior release. 2.4 MATERIALS A. Steel Plates, Shapes, and Bars: ASTM A36/A36M. B, Steel Sheet: Uncoated or electrolytic zinc coated, ASTM A879/A879M, with cold -rolled steel sheet substrate complying with ASTM A1008/A1008M, Commercial Steel (CS), exposed. C. Metallic -Coated Steel Sheet: ASTM A653/A653M, Commercial Steel (CS), Type B; with minimum G60 (Z 180) or A60 (ZF 180) metallic coating. D. Frame Anchors: Same material as door face. E. Inserts, Bolts, and Anchor Fasteners: Hot -dip galvanized steel according to ASTM A153/A153M or ASTM F2329. 2.5 FABRICATION A. General: Provide access door and frame assemblies manufactured as integral units ready for installation. B. Metal Surfaces: For metal surfaces exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. C. Doors and Frames: Grind exposed welds smooth and flush with adjacent surfaces. Furnish mounting holes, attachment devices and fasteners of type required to secure access doors to types of supports indicated. D. Latch and Lock Hardware: 1. Quantity: Furnish number of latches and locks required to hold doors tightly closed. 2: Keys: Furnish two keys per lock and key all locks alike. 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. ACCESS DOORS AND FRAMES 083113 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization D. Painted Finishes: Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 1. Factory Primed: Apply manufacturer's standard, lead- and chromate -free, universal primer immediately after surface preparation and pretreatment. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with manufacturer's written instructions for installing access doors and frames. 3.3 FIELD QUALITY CONTROL A. Inspection Agency: Owner will engage a qualified inspector to perform inspections and to furnish reports to Architect. B. Inspections: L Fire -Rated Door Inspections: Inspect each fire -rated access door in accordance with NFPA 80, Section 5.2. C. Repair or remove and replace installations where inspections indicate that they do not comply with specified requirements. D. Reinspect repaired or replaced installations to determine if replaced or repaired door assembly installations comply with specified requirements. E. Prepare and submit separate inspection report for each fire -rated access door indicating compliance with each item listed in NFPA 80 and NFPA 101. 3.4 ADJUSTING A. Adjust doors and hardware, after installation, for proper operation. END OF SECTION 083113 ACCESS DOORS AND FRAMES 083113 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 SECTION 099123 INTERIOR PAINTING PART 1 - GENERAL El Segundo Public Library Elevator Modernization 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Primers. 2. Water -based finish coatings. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Include preparation requirements and application instructions. 2. Indicate VOC content. B. Samples: For each type of topcoat product. C. Samples for Initial Selection: For each type of topcoat product. D. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches (200 mm) square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. E. Product Schedule: Use same designations indicated on Drawings and in the Interior Painting Schedule to cross-reference paint systems specified in this Section. Include color designations. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. INTERIOR PAINTING 099123 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 1.5 1.6 1.7 El Segundo Public Library Elevator Modernization Paint Products: 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied. QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. A. M 1. Architect and Project Manager will select one surface to represent surfaces and conditions for application of each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups.. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. DELIVERY, STORAGE, AND HANDLING Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. FIELD CONDITIONS Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). Do not apply paints when relative humidity exceeds 85 percent; at temperatures of less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. INTERIOR PAINTING 099123 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 PART 2 - PRODUCTS 2.1 MANUFACTURERS El Segundo Public Library Elevator Modernization A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Behr Paint Company; Behr Process Corporation. 2. Benjamin Moore & Co. 3. Dunn -Edwards Corporation (a Nippon Paint Holdings Co. Ltd. company). 4. Kelly -Moore Paints. 5. PPG Paints; PPG Industries, Inc. 6. Rust-Oleum Corporation; a subsidiary of RPM International, Inc. 7. Sherwin-Williams Company (The). 8. Valspar; a brand of The Sherwin-Williams Company. 9. Vista Paint Corporation. B. Source Limitations: Obtain each paint product from single source from single manufacturer. 2.2 PAINT PRODUCTS, GENERAL A. Material Compatibility: 1. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. B. Colors: As selected by Architect and Project Manager from manufacturer's full range. 2.3 PRIMERS A. Interior, Institutional Low-Odor/VOC Primer Sealer: Water -based primer sealer with low -odor characteristics and a VOC of less than 10 grams per liter for use on new interior plaster, concrete, and gypsum wallboard surfaces that are subsequently to be painted with latex finish coats. 1, Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Behr Paint Company; Behr Process Corporation. b. Benjamin Moore & Co. C. Dunn -Edwards Corporation (a Nippon Paint Holdings Co. Ltd. company).. d. Kelly -Moore Paints. e. PPG Paints; PPG Industries, Inc. f. Rust-Oleum Corporation; a subsidiary of RPM International, Inc. INTERIOR PAINTING 099123 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc.. JCCA No. 23042-1 g. Sherwin-Williams Company (The). h. Vista Paint Corporation. 2.4 WATER -BASED FINISH COATS El Segundo Public Library Elevator Modernization A. Interior, Latex, Institutional Low Odor/VOC, Eggshell: White or colored latex paint with low - odor characteristics and a VOC of less than 10 grams per liter, for use in areas, such as hospitals and other occupied buildings, where the odor and VOC levels of conventional latex products would preclude their use. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Behr Paint Company; Behr Process Corporation. b. Benjamin Moore & Co. C. Dunn -Edwards Corporation (a Nippon Paint Holdings Co. Ltd. company), d. Kelly -Moore Paints. e. PPG Paints; PPG Industries, Inc. f. Sherwin-Williams Company (The). g. Valspar; a brand of The Sherwin-Williams Company. 2. Gloss and Sheen Level: Manufacturer's standard eggshell finish. B, Interior, Latex, Institutional Low Odor/VOC, Semigloss: White or colored latex paint with low - odor characteristics and a VOC of less than 10 grams per liter, for use in areas, such as hospitals and other occupied buildings, where the odor and VOC levels of conventional latex products would preclude their use. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Behr Paint Company; Behr Process Corporation. b. Benjamin Moore & Co. C. Dunn -Edwards Corporation (a Nippon Paint Holdings Co. Ltd. company). d. Kelly -Moore Paints. e. PPG Paints; PPG Industries, Inc. f. Sherwin-Williams Company (The). g. Valspar; a brand of The Sherwin-Williams Company. 2. Gloss Level: Manufacturer's standard semigloss finish, C, Interior, Latex, Institutional Low-Odor/VOC, Gloss: White or colored latex paint with low -odor characteristics and a VOC of less than 10 grams per liter, for use in areas, such as hospitals and other occupied buildings, where the odor and VOC levels of conventional latex products would preclude their use. Manufacturers: Subject to compliance with requirements, provide products by one of the following: INTERIOR PAINTING 099123 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No.'23042-1 a. Behr Paint Company; Behr Process Corporation. b. Benjamin Moore & Co. C. PPG Paints; PPG Industries, Inc. d. Sherwin-Williams Company (The). 2. Gloss Level: Manufacturer's standard gloss finish PART 3 - EXECUTION 3.1 EXAMINATION El Segundo Public Library Elevator Modernization A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Fiber -Cement Board: 12 percent. 3. Masonry (Clay and CMUs): 12 percent. 4. Wood: 15 percent. 5. Gypsum Board: 12 percent. 6. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that fmishing compound is sanded smooth. D. Plaster Substrates: Verify that plaster is fully cured. E. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. F. G 3.2 A B. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. PREPARATION Comply with manufacturer's written instructions and recommendations applicable to substrates and paint systems indicated. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. INTERIOR PAINTING 099123 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization C, Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. 1. SSPC-SP 3. G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. Aluminum Substrates: Remove loose surface oxidation. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. K. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 INSTALLATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. INTERIOR PAINTING 099123 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. & Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire -Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. h. Other items as directed by Architect. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry -Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect -and test paint for dry -film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by, testing. 2. If test results show that dry -film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry -film thickness that complies with paint manufacturer's written recommendations. INTERIOR PAINTING 099123 - 7 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 3.5 CLEANING AND PROTECTION 3.6 El Segundo Public Library Elevator Modernization A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. 1. Do not clean equipment with free -draining water and prevent solvents, thinners, cleaners, and other contaminants from entering into waterways, sanitary and storm drain systems, and ground. 2. Dispose of contaminants in accordance with requirements of authorities having jurisdiction. 3. Allow empty paint cans to dry before disposal. 4. Collect waste paint by type and deliver to recycling or collection facility. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. INTERIOR PAINTING SCHEDULE A. Concrete Substrates, Nontraffic Surfaces: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Interior, institutional low-odorNOC primer sealer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior latex, institutional low odorNOC, gloss. B. CMU Substrates: 1. Institutional Low-OdorNOC Latex System : a. Block Filler: Interior/exterior latex block filler. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior, latex, institutional low odorNOC, gloss. d. C. Steel Substrates: Institutional Low-Odor/VOC Latex System: a. Prime Coat: Water -based rust -inhibitive primer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior, latex, institutional low odor/VOC, gloss. INTERIOR PAINTING 099123 - 8 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization D. Galvanized -Metal Substrates: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Water -based galvanized primer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior, latex, institutional low odorNOC, gloss. E. Gypsum Board Substrates: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Interior, institutional low-odorNOC primer sealer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior, latex, institutional low odorNOC, eggshell, semigloss. F. Acoustic Panels and Tiles: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Matching topcoat. b. Intermediate Coat: Matching topcoat. C. Topcoat: Interior, latex, institutional low odorNOC, eggshell, semigloss. END OF SECTION 099123 INTERIOR PAINTING 099123 - 9 Agreement No. 7162 J.C. Chang & Associates, Inc, JCCA No. 23042-1 SECTION 101423.16 ROOM -IDENTIFICATION PANEL SIGNAGE 1.1 RELATED DOCUMENTS El Segundo Public Library Elevator Modernization A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes room -identification signs that are directly attached to the building. 1.3 ALLOWANCES A. Allowances for room -identification signs are specified in Section 012100 "Allowances." 1.4 DEFINITIONS A. Accessible: In accordance with the accessibility standard. 1.5 COORDINATION A. Furnish templates for placement of sign -anchorage devices embedded in permanent construction by other installers. B. Furnish templates for placement of electrical service embedded in permanent construction by other installers. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For room -identification signs. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, including raised characters and Braille, and layout for each sign at least half size . C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc.. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 1. Include representative Samples of available typestyles and graphic symbols. D. Samples for Verification: For each type of sign assembly showing all components and with the required finish(es), in manufacturer's standard size unless otherwise indicated and as follows: 1. Room -Identification Signs: Full-size Sample . 2. Variable Component Materials: Full-size Sample 8-inch (200-mm) Sample of each base material, character (letter, number, and graphic element) in each exposed color and finish not included in Samples above. 3. Exposed Accessories: Full-size Sample of each accessory type. 4. Full-size Samples, if approved, will be returned to Contractor for use in Project. E. Product Schedule: For room -identification signs. Use same designations indicated on Drawings or specified. 1.7 INFORMATIONAL SUBMITTALS A. Sample Warranty: For special warranty. 1.8 CLOSEOUT SUBMITTALS A. Maintenance Data: For signs to include in maintenance manuals. 1.9 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1, Variable Component Materials: 12 replaceable text inserts and interchangeable characters (letters, numbers, and graphic elements) of each type. 2. Tools: One set(s) of specialty tools for assembling signs and replacing variable sign components. 1.10 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer of products. 1.11 FIELD CONDITIONS A. Field Measurements: Verify locations of anchorage devices and electrical service embedded in permanent construction by other installers by field measurements before fabrication, and indicate measurements on Shop Drawings. ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1.12 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Deterioration of embedded graphic image. C. Separation or delamination of sheet materials and components. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 2.2 PERFORMANCE REQUIREMENTS A. Accessibility Standard: Comply with applicable provisions in CBC I I and ICC A117.1 ROOM -IDENTIFICATION SIGNS A. Room -Identification Sign : Sign with smooth, uniform surfaces; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles; and as follows: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ACE Sign Systems, Inc. b. APCO Graphics, Inc. C. ASE, Inc. d. ASI Sign Systems, Inc. e. Allen Industries. f. Best Sign Systems, Inc. g. Cosco. h. Mohawk Sign Systems. i. Seton Identification Products; a Brady Corporation company, j. Signature Signs, Inc. k. Signs & Decal Corp. 1. Vista System, LLC. in. inpro Corporation. 2. Sign -Panel Perimeter: Finish edges smooth. a. Edge Condition: Beveled. b. Comer Condition in Elevation: Rounded to radius indicated. ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 2.3 2.4 El Segundo Public Library Elevator Modernization 3. Mounting: Manufacturer's standard method for substrates indicated. 4. Text and Typeface: Accessible raised characters and Braille typeface as selected by Architect from manufacturer's full range . Finish raised characters to contrast with background color, and finish Braille to match background color. SIGN MATERIALS A. Aluminum Sheet and Plate: ASTM B209 (ASTM B209M), alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. B. Aluminum Extrusions: ASTM B221 (ASTM B221M), alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. C. Acrylic Sheet: ASTM D4802, category as standard with manufacturer for each sign, Type UVF (UV filtering). ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following: I. Use concealed fasteners and anchors unless indicated to be exposed. 2. For exterior exposure, furnish nonferrous -metal stainless -steel or hot -dip galvanized devices unless otherwise indicated. 3. Exposed Metal -Fastener Components, General: a. Fabricated from same basic metal and finish of fastened sign unless otherwise indicated. b. Fastener Heads: Use flathead or screws and bolts with tamper -resistant Allen -head spanner -head or one -way -head slots unless otherwise indicated. 4. Sign Mounting Fasteners: a. Concealed Studs: Concealed (blind), threaded studs welded or brazed to back of sign material or screwed into back of sign assembly unless otherwise indicated. b. Through Fasteners: Exposed metal fasteners matching sign finish, with type of head indicated, and installed in predrilled holes. B. Adhesive: As recommended by sign manufacturer. C. Two -Face Tape: Manufacturer's standard high -bond, foam -core tape, 0.045 inch (1.14 mm) thick, with adhesive on both sides. D. magnetic tape with adhesive on one side. ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 2.5 FABRICATION El Segundo Public Library Elevator Modernization A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Preassemble signs and assemblies in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in .locations concealed from view after final assembly. 2. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 3. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 4. Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners that match sign finish. 2.6 GENERAL FINISH REQUIREMENTS A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.7 ALUMINUM FINISHES A. Color Anodic Finish: AAMA 611, Class I, 0.018 mm or thicker. B. Baked -Enamel or Powder -Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils (0.04 mm). Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Install signs so they do not protrude or obstruct according to the accessibility standard. 3. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization B. Accessibility: Install signs in locations on walls as indicated on Drawings and according to the accessibility standard. C. Mounting Methods: Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place sign in position and push until flush to surface, embedding studs in holes. Temporarily support sign in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place sign in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface, and tighten. 2. Through Fasteners: Drill holes in substrate using predrilled holes in sign as template. Countersink holes in sign if required. Place sign in position and flush to surface. Install through fasteners and tighten. 3. Adhesive: Clean bond -breaking materials from substrate surface and remove loose debris. Apply linear beads or spots of adhesive symmetrically to back of sign and of suitable quantity to support weight of sign after cure without slippage. Keep adhesive away from edges to prevent adhesive extrusion as sign is applied and to prevent visibility of cured adhesive at sign edges. Place sign in position, and push to engage adhesive. Temporarily support sign in position until adhesive fully sets. 4. Two -Face Tape: Clean bond -breaking materials from substrate surface and remove loose debris. Apply tape strips symmetrically to back of sign and of suitable quantity to support weight of sign without slippage. Keep strips away from edges to prevent visibility at sign edges. Place sign in position, and push to engage tape adhesive. 3.2 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed signs and signs that do not comply with specified requirements. Replace signs with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions, and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 101423.16 ROOM -IDENTIFICATION PANEL SIGNAGE 101423.16 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 SECTION 142400 HYDRAULIC ELEVATORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Hydraulic elevators. 1.2 ALLOWANCES El Segundo Public Library Elevator Modernization A. Elevator Car Allowances: Provide finished passenger elevator cars under the Elevator Car Allowance specified in Section 012100 "Allowances." Allowance includes furnishing and installing the following: 1. Car wall finishes, including trim. 2. Car floor finishes. 3. Car ceiling finishes. 4. Car door finishes. 5. Hoistway door and frame finishes. 6. Car light fixtures. 7. Handrails. 8. Cutouts and other provisions for installing elevator signal equipment in cars. 1.3 DEFINITIONS A. Definitions in ASME Al7.1/CSA B44 apply to work of this Section. B. Service Elevator: A passenger elevator that is also used to carry freight. 1.4 ACTION SUBMITTALS A. Product Data: Hydraulic elevators. B. Product Data Submittals: Include capacities, sizes, performances, operations, safety features, finishes, and similar information. Include product data for car enclosures; hoistway entrances; and operation, control, and signal systems. C. Shop Drawings: 1. Include plans, elevations, sections, and large-scale details indicating service at each landing; machine room layout; coordination with building structure; relationships with other construction; and locations of equipment. 2. Include large-scale layout of car -control station. HYDRAULIC ELEVATORS 142400 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 1 Indicate maximum dynamic and static loads imposed on building structure at points of support as well as maximum and average power demands. D. Samples for Initial Selection: For finishes involving color selection. E. Samples for Verification: For exposed car, hoistway door and frame, and signal equipment finishes, 3-inch- (75-mm-) square Samples of sheet materials and 4-inch (100-min) lengths of running trim members. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B, Manufacturer Certificates: Signed by elevator manufacturer, certifying that hoistway, pit, and machine room layout and dimensions, as indicated on Drawings, and electrical service, as indicated and specified, are adequate for elevator system being provided. C. Sample Warranty: For special warranty, 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For elevators to include in emergency, operation, and maintenance manuals. Submit manufacturer's/installer's standard operation and maintenance manual, in accordance with ASME A 17.1 /CSA B44 including diagnostic and repair information available to manufacturer's and Installer's maintenance personnel. B. Inspection and Acceptance Certificates and Operating Permits: As required by authorities having jurisdiction for normal, unrestricted elevator use. C. Continuing Maintenance Proposal: 1. Submit a continuing maintenance proposal from Installer to Owner, in the form of a standard five-year maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. 2. Submit a continuing maintenance proposal from Installer to Owner with terms, conditions, and obligations as set forth in, and in same form as, "Draft of Elevator Maintenance Agreement" at end of this Section, starting on date initial maintenance service is concluded. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle materials, components and equipment in manufacturer's protective packaging. Store materials, components, and equipment off of ground, under cover, and in a dry location. HYDRAULIC ELEVATORS 142400 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 1.8 COORDINATION El Segundo Public Library Elevator Modernization A. Coordinate installation of sleeves, block outs, elevator equipment with integral anchors, and other items that are embedded in concrete or masonry for elevator equipment. Furnish templates, sleeves, elevator equipment with integral anchors, and installation instructions and deliver to Project site in time for installation. B. Coordinate locations and dimensions of other work specified in other Sections that relates to hydraulic elevators, including pit ladders; sumps and floor drains in pits; entrance subsills; electrical service; and electrical outlets, lights, and switches in hoistways, pits, and machine rooms. 1.9 WARRANTY A. Manufacturer's Special Warranty: Manufacturer agrees to repair, restore, or replace elevator work that fails in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, operation or control system failure, including excessive malfunctions; performances below specified ratings; excessive wear; unusual deterioration or aging of materials or finishes; unsafe conditions; need for excessive maintenance; abnormal noise or vibration; and similar unusual, unexpected, and unsatisfactory conditions. 2. Warranty Period: 5 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with ASME A17.1/CSA B44. B. Accessibility Standard: Comply with applicable provisions in the United States Access Board's ADA-ABA Accessibility Guidelines and ICC A 117.1. 2.2 ELEVATORS A. Elevator System, General: Manufacturer's standard elevator systems. Unless otherwise indicated, manufacturers' standard components are used, as included in standard elevator systems and as required for complete system. B. Elevator Description: 1. Elevator Number(s): Car 1. 2. Type: Under -the -car single cylinder. 3. Operation System: Single automatic operation. 4. Auxiliary Operations: HYDRAULIC ELEVATORS 142400 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 a. Battery -powered lowering. b. Automatic dispatching of loaded car. C. Nuisance call cancel. d. Loaded -car bypass. C. Automatic operation of lights and ventilation fans, 2.3 SYSTEMS AND COMPONENTS El Segundo Public Library Elevator Modernization A. Piping: Size, type, and weight of piping as recommended by elevator manufacturer, with flexible connectors to minimize sound and vibration transmissions from power unit. Cylinder units are connected with dielectric couplings. B. Hydraulic Fluid:. I_. Hydraulic Fluid, Manufacturer's Standard: Elevator manufacturer's standard fire- resistant fluid with additives as needed to prevent oxidation of fluid, corrosion of cylinder and other components, and other adverse effects. 2. Hydraulic Fluid, Nontoxic and Biodegradable: Nontoxic, biodegradable, fire-resistant fluid, made from vegetable oil with antioxidant, anticorrosive, antifoaming, and metal- passivating additives, that is approved by elevator manufacturer for use with elevator equipment. C. Protective Cylinder Casing: PVC or HDPE pipe casing complying with ASME A17.1/CSA B44, of sufficient size to provide not less than 1-inch (25-mm) clearance from cylinder and extending above pit floor. Casing has means of monitoring effectiveness to comply with ASME At7.1/CSA B44. D. Corrosion -Protective Filler: A nontoxic, petroleum -based gel formulated for filling the space between hydraulic cylinder and protective casing. Filler is electrically nonconductive, displaces or absorbs water, and gels or solidifies at temperatures below 60 deg F (16 deg Q. 2.4 OPERATION SYSTEMS A. Provide manufacturer's standard microprocessor operation system as required to provide type of operation indicated. B. Auxiliary Operations: Single -Car Battery -Powered Lowering: a. If power fails and car is at a floor, it remains at that floor, opens its doors, and shuts down. If car is between floors, it is lowered to a preselected floor, opens its doors, and shuts down. If car is below the preselected floor, it is lowered to the next lower floor, opens its doors, and shuts down. System includes rechargeable battery and automatic recharging system. b. When power fails, car is lowered to the lowest floor, opens its doors, and shuts down. System includes rechargeable battery and automatic recharging system. HYDRAULIC ELEVATORS 142400 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 2. Automatic Dispatching of Loaded Car: When car load exceeds 80 percent of rated capacity, doors start closing. 3. Nuisance Call Cancel: When car calls exceed a preset number while car load is less than a predetermined weight, all car calls are canceled. Preset number of calls and predetermined weight can be adjusted. 4. Loaded -Car Bypass: When car load exceeds 80 percent of rated capacity, car responds only to car calls, not to hall calls. 5. Independent Service: Keyswitch in car -control station removes car from group operation and allows it to respond only to car calls. Key cannot be removed from keyswitch when car is in independent service. When in independent service, doors close only in response to door close button. 6. Priority Service: Service is initiated by a keyswitch at designated floors. One elevator is removed from group operation and directed to the floor where service was initiated. On arriving at the floor, elevator opens its doors and parks, and a lighted sign directs passengers to exit elevator. Car is placed in operation by selecting a floor and pressing door close button or by operating keyswitch to put car in independent service. After responding to floor selected or being removed from independent service, car returns to group operation. If car is not placed in operation within a preset time after being called, it is returned to group operation. 7. Automatic Operation of Lights and Fan: When elevator is stopped and unoccupied with doors closed, lighting, ventilation fan, and cab displays are de -energized after 5 minutes and are re -energized before car doors open. 2.5 DOOR -REOPENING DEVICES A. Infrared Array: Provide door -reopening device with uniform array of 36 or more microprocessor -controlled, infrared light beams projecting across car entrance. Interruption of one or more light beams causes doors to stop and reopen. B. Nudging Feature: After car doors are prevented from closing for predetermined adjustable time, through activating door -reopening device, a loud buzzer sounds and doors begin to close at reduced kinetic energy. 2.6 SIGNAL EQUIPMENT A. Provide hall -call and car -call buttons that light when activated and remain lit until call has been fulfilled. Provide vandal -resistant buttons and lighted elements illuminated with LEDs. B. Car -Control Stations: Provide manufacturer's standard recessed car -control stations. Mount in return panel adjacent to car door unless otherwise indicated. 1. Mark buttons and switches for required use or function. Use both tactile symbols and Braille. 2. Provide "No Smoking" sign matching car -control station, either integral with car -control station or mounted adjacent to it, with text and graphics as required by authorities having jurisdiction. HYDRAULIC ELEVATORS 142400 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization C. Emergency Communication System: Two-way voice communication system, with visible signal, which dials preprogrammed number of monitoring station and does not require handset use. System is contained in flush -mounted cabinet, with identification, instructions for use, and battery backup power supply. D. Firefighters' Two -Way Telephone Communication Service: Provide flush -mounted cabinet in car and required conductors in traveling cable for firefighters' two-way telephone communication service specified in Section 284621.11 "Addressable Fire -Alarm Systems." E. Car Position Indicator: Provide illuminated, digital -type car position indicator, located above car door or above car -control station. Also, provide audible signal to indicate to passengers that car is either stopping at or passing each of the floors served. Include travel direction arrows if not provided in car -control station. F. Hall Push -Button Stations: Provide one hall push-button station at each landing. Provide units with flat faceplate for mounting with body of unit recessed in wall. Equip units with buttons for calling elevator and for indicating applicable direction of travel. G. Hall Lanterns: Units with illuminated arrows; however, provide single arrow at terminal landings. Provide one of the following: 1. Manufacturer's standard wall -mounted units, for mounting above entrance frames. 2. Units with flat faceplate for mounting with body of unit recessed in wall and with illuminated elements projecting from faceplate for ease of angular viewing. 3. Units mounted in both jambs of entrance frame. 4. Units mounted in both car door jambs. H. Hall Annunciator: With each hall lantern, provide audible signals indicating car arrival and direction of travel. Signals sound once for up and twice for down. At manufacturer's option, audible signals may be placed on cars. I. Standby -Power. Elevator Selector Switches: Provide switches, as required by ASME A17.1/CSA B44, where indicated. Adjacent to switches, provide illuminated signal that indicates when normal power supply has failed. Fire -Command -Center Annunciator Panel: Provide panel containing illuminated position indicators for each elevator, clearly labeled with elevator designation; include illuminated signal that indicates when elevator is operational and when it is at the designated emergency return level with doors open. Provide standby -power elevator selector switch(es), as required by ASME A17.1/CSA B44, adjacent to position indicators. Provide illuminated signal that indicates when normal power supply has failed. K. Emergency Pictorial Signs: Fabricate from materials matching hall push-button stations, with text and graphics as required by authorities having jurisdiction, indicating that in case of fire, elevators are out of service and exits should be used instead. Provide one sign at each hall push- button station unless otherwise indicated. HYDRAULIC ELEVATORS 142400 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 2.7 FINISH MATERIALS A. Stainless Steel Sheet: ASTM A240/A240M, Type 304. El Segundo Public Library Elevator Modernization B. Textured Stainless Steel Sheet: ASTM A240/A240M, Type 304, with embossed texture rolled into exposed surface. C. Stainless Steel Bars: ASTM A276/A276M, Type 304. D. Stainless Steel Tubing: ASTM A554, Grade MT 304. E. Bronze Plate and Sheet: ASTM 1336/1336M, Alloy UNS No. C28000 (muntz metal). F. Bronze Extrusions: ASTM B455/B455M, Alloy UNS No. C38500 (architectural bronze). G. Bronze Tubing: ASTM B 135/B 135M, Alloy UNS No. C23000 (red brass, 85 percent copper). H. Aluminum Extrusions: ASTM B221 (ASTM B221M), Alloy 6063. Nickel Silver Extrusions: ASTM B151/B151M, Alloy UNS No. C74500 or No. C77600. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine elevator areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Verify critical dimensions and examine supporting structure and other conditions under which elevator work is to be installed. B. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF HYDRAULIC ELEVATORS A. Install cylinder plumb and accurately centered for elevator car position and travel. Anchor securely in place, supported at pit floor and braced at intervals as needed to maintain alignment. Anchor cylinder guides at spacing needed to maintain alignment and avoid overstressing guides. B. Install piping above the floor, where possible. Install underground piping in casing. C. Lubricate operating parts of systems as recommended by manufacturers. D. Alignment: Coordinate installation of hoistway entrances with installation of elevator guide rails for accurate alignment of entrances with car. Where possible, delay installation of sills and HYDRAULIC ELEVATORS 142400 - 7 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization frames until car is operable in shaft. Reduce clearances to minimum, safe, workable dimension at each landing. E. Leveling Tolerance: 1/4 inch (6 mm), up or down, regardless of load and travel direction. F. Set sills flush with finished floor surface at landing. Fill space under sill solidly with nonshrink, nonmetallic grout. G. Locate hall signal equipment for elevators as follows unless otherwise indicated: 1. Place hall lanterns either above or beside each hoistway entrance. 2. Mount hall lanterns at a minimum of 72 inches (1829 mm) above finished floor. 3.3 FIELD QUALITY CONTROL A. Acceptance Testing: On completion of elevator installation and before permitting elevator use (either temporary or permanent), perform acceptance tests as required and recommended by ASME A17.1/CSA B44 and by governing regulations and agencies. B. Advise Owner, Architect, and authorities having jurisdiction in advance of dates and times that tests are to be performed on elevators. 3.4 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to operate, adjust, and maintain elevator(s). B. Check operation of elevator with Owner's personnel present before date of Substantial Completion and again not more than one month before end of warranty period. Determine that operation systems and devices are functioning properly. 3.5 MAINTENANCE A. Initial Maintenance Service: Beginning at Substantial Completion, maintenance service includes 12 months' full maintenance by skilled employees of elevator Installer. Include monthly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper elevator operation. Parts and supplies are manufacturer's authorized replacement parts and supplies. 1. Perform maintenance during normal working hours. 2. Perform emergency callback service during normal working hours with response time of two hours or less. END OF SECTION 142400 HYDRAULIC ELEVATORS 142400 - 8 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Copper building wire. 2. Fire -alarm wire and cable. 3. Connectors and splices. 1.2 ACTION SUBMITTALS A. Product Data: 1. Copper building wire. 2. Fire -alarm wire and cable. 3. Connectors and splices. B. Product Schedule: Indicate type, use, location, and termination locations. 1.3 INFORMATIONAL SUBMITTALS A. Field quality -control reports. PART 2-PRODUCTS 2.1 COPPER BUILDING WIRE A. Manufacturers: 1. Southwire. 2. Alpha Wire. 3. General Cable. 4. Or approved equal. B. Description: Flexible, insulated and uninsulated, drawn copper current -carrying conductor with an overall insulation layer or jacket, or both, rated 600 V or less. C. Standards: LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization I Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. 2. Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." D. Conductors: Copper, complying with ASTM B3 for bare annealed copper and with ASTM B8 and ASTM B496 for stranded conductors. E. Conductor Insulation: 1. Type TC-ER. Comply with NEMA WC 70/ICEA S-95-658 and UL 1277. 2. Type THWN-2. Comply with UL 83. F. Shield: 1, Type TC-ER: Cable designed for use with ASDs, with oversized crosslinked polyethylene insulation, spiral -wrapped foil plus 85 percent coverage braided shields and insulated full-size ground wire, and sunlight- and oil -resistant outer PVC jacket. 2.2 FIRE -ALARM WIRE AND CABLE A. Manufacturers: 1. West Penn Wire. 2. Genesis Cable. 3. Superior Essex. 4. Or approved equal. B. General Wire and Cable Requirements: NRTL listed and labeled as complying with NFPA 70, Article 760. C. Signaling Line Circuits: Twisted, shielded pair, not less than No. 18 AWG and size as recommended by system manufacturer. D. Non -Power -Limited Circuits: Solid -copper conductors with 600 V rated, 75 deg C, color -coded insulation, and complying with requirements in UL 2196 for a two-hour rating. 1. Low -Voltage Circuits: No. 16 AWG, minimum, in pathway. 2. Line -Voltage Circuits: No. 12 AWG, minimum, in pathway. 2.3 CONNECTORS AND SPLICES A. Manufacturers: 1. 3M. 2, NSI Industries. 3. ILSCO. 4. O-Z/Gedney. 5. Or approved equal. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization B. Description: Factory -fabricated connectors, splices, and lugs of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. C. Jacketed Cable Connectors: For steel and aluminum jacketed cables, zinc die-cast with set screws, designed to connect conductors specified in this Section. D. Lugs: One piece, seamless, designed to terminate conductors specified in this Section. 1. Material: Copper. 2, Type: Two hole with long barrels. 3. Termination: Compression. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: 1. Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: 1. Copper: a. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger. C. ASD Output Circuits Cable: Extra -flexible stranded for all sizes. D. Power -Limited Fire Alarm and Control: Solid for No. 12 AWG and smaller. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Feeders: Type THHN/THWN-2, single conductors in raceway, B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN/THWN-2, single conductors in raceway. C. Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway. D. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway. E. ASD Output Circuits: Type TC-ER cable with braided shield. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 3.3 INSTALLATION, GENERAL A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. B, Complete raceway installation between conductor and cable termination points in accordance with Section 260533.13 "Conduits for Electrical Systems" prior to pulling conductors and cables. C. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. D. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. E. Exposed cables are not permitted. F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." 3.4 INSTALLATION OF FIRE -ALARM WIRE AND CABLE A. Comply with NFPA 72. B. Wiring Method: Install wiring in metal pathway according to Section 270528.29 "Hangers and Supports for Communications Systems." Plenum cable without raceways is not permitted. All conductors must be installed in raceways. 2. Fire -alarm circuits and equipment control wiring associated with fire -alarm system must be installed in a dedicated pathway system. a. Cables and pathways used for fire -alarm circuits, and equipment control wiring associated with fire -alarm system, may not contain any other wire or cable. 3. Signaling Line Circuits: Power -limited fire -alarm cables may be installed in the same cable or pathway as signaling line circuits. C. Wiring within Enclosures: Separate power -limited and non -power -limited conductors as recommended by manufacturer. Install conductors parallel with or at right angles to sides and back of the enclosure. Bundle, lace, and train conductors to terminal points with no excess. Connect conductors that are terminated, spliced, or interrupted in any enclosure associated with fire -alarm system to terminal blocks. Mark each terminal according to system's wiring diagrams. Make all connections with approved crimp -on terminal spade lugs, pressure -type terminal blocks, or plug connectors. D. Cable Taps: Use numbered terminal strips in junction, pull, and outlet boxes; cabinets; or equipment enclosures where circuit connections are made. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc, JCCA No. 23042-1 3.5 El Segundo Public Library Elevator Modernization E. Color -Coding: Color -code fire -alarm conductors differently from the normal building power wiring. Use one color -code for alarm circuit wiring and another for supervisory circuits. Color - code audible alarm -indicating circuits differently from alarm -initiating circuits. Use different colors for visible alarm -indicating devices. Paint fire -alarm system junction boxes and covers red. CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice, termination, and tap for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inch of slack. D. Comply with requirements in Section 284621.13 "Conventional Fire -Alarm Systems" for connecting, terminating, and identifying wires and cables. 3.6 IDENTIFICATION A. Identify and color -code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.7 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. 3.8 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly. 3.9 FIELD QUALITY CONTROL A. Tests and Inspections: LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc.. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization After installing conductors and cables and before electrical circuitry has been energized, test feeder conductors and conductors feeding the following critical equipment and services for compliance with requirements: a. Elevator equipment. 2. Perform each of the following visual and electrical tests: a. Inspect exposed sections of conductor and cable for physical damage and correct connection according to the single -line diagram. b. Test bolted connections for high resistance using one of the following: 1) A low -resistance ohmmeter. 2) Calibrated torque wrench. 3) Thermographic survey. C. Inspect compression -applied connectors for correct cable match and indentation. d. Inspect for correct identification. e. Inspect cable jacket and condition. f. Insulation -resistance test on each conductor for ground and adjacent conductors. Apply a potential of 500 V(dc) for 300 V rated cable and 1000 V(dc) for 600 V rated cable for a one -minute duration. g. Continuity test on each conductor and cable. h. Uniform resistance of parallel conductors. B. Cables will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports to record the following: Procedures used. Results that comply with requirements. Results that do not comply with requirements, and corrective action taken to achieve compliance with requirements. END OF SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization SECTION 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Support, anchorage, and attachment components. 2. Fabricated metal equipment support assemblies. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. I , Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a. Slotted support systems, hardware, and accessories. b. Clamps. C. Hangers. d. Sockets. e. Eye nuts. f. Fasteners. g. Anchors. h. Saddles. i. Brackets. 2. Include rated capacities and furnished specialties and accessories. B. Shop Drawings: For fabrication and installation details for electrical hangers and support systems. 1. Hangers. Include product data for components. 2. Slotted support systems. 3. Equipment supports. 4. Vibration Isolation Base Details: Detail fabrication including anchorages and attachments to structure and to supported equipment. Include adjustable motor bases, rails, and frames for equipment mounting. 1.3 INFORMATIONAL SUBMITTALS A. Welding certificates. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 PART 2 - PRODUCTS 2.1 2.2 A. A. PERFORMANCE REQUIREMENTS El Segundo Public Library Elevator Modernization Surface -Burning Characteristics: Comply with ASTM E84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. Flame Rating: Class 1. Self -extinguishing according to ASTM D635. SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS Steel Slotted Support Systems: Preformed steel channels and angles with minimum 13/32 inch (10 mm) diameter holes at a maximum of 8 inch (200 mm) on center in at least one surface. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. B-Line. b. Caddy. C. Unistrut. 2. Standard: Comply with MFMA-4 factory -fabricated components for field assembly. 3. Material for Channel, Fittings, and Accessories: Galvanized steel. 4. Channel Width: Selected for applicable load criteria. , 5. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA- 4. 6. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA- 4. 7. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. C. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs must have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body must be made of malleable iron. D. Structural Steel for Fabricated Supports and Restraints: ASTM A36/A36M steel plates, shapes, and bars; black and galvanized. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti. 2) ITW Ramset/Redhead. 3) MKT Fastening. 2. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti. 2) ITW Ramset/Redhead. 3) MKT Fastening. 3. Concrete Inserts: Steel or malleable -iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. 4. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM F3125/F3125M, Grade A325 (Grade A325M). 5. Toggle Bolts: All steel springhead type. 6. Hanger Rods: Threaded steel. 2.3 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. PART 3 - EXECUTION 3.1 SELECTION A. Comply with the following standards for selection and installation of hangers and supports, except where requirements on Drawings or in this Section are stricter: 1. NECA NEIS 101 2. NECA NEIS 102. 3. NECA NEIS 105. 4. NECA NEIS 111. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization B. Comply with requirements for raceways and boxes specified in Section 260533 "Raceway and Boxes for Electrical Systems." C. Provide vibration and seismic controls with hangers and supports. D. Maximum Support Spacing and Minimum Hanger Rod Size for Raceways: Space supports for EMT, IMC, and ERMC as required by NFPA 70. Minimum rod size must be 1/4 inch (6 mm) in diameter. E. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. Secure raceways and cables to these supports with two -bolt conduit clamps. 3.2 INSTALLATION OF SUPPORTS A. Comply with NECA NEIS 101 for installation requirements except as specified in this article„ B. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination must be weight of supported components plus 200 lb (90 kg). C. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1.. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5, Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers and nuts may be used in existing standard -weight concrete .4 inch (100 mm) thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs less than 4 inch (100 mm) thick. 6. To Steel: Welded threaded studs complying with AWS D1.1/D1.1M, with lock washers and nuts. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate by means that comply with seismic -restraint strength and anchorage requirements. D, Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 3.3 A. B. 3.4 3.5 INSTALLATION OF FABRICATED METAL SUPPORTS El Segundo Public Library Elevator Modernization Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. Field Welding: Comply with AWS DI. 1/D1.1M. Submit welding certificates. CONCRETE BASES A. Construct concrete bases of dimensions indicated, but not less than 4 inch (100 mm) larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000 psi (20.7 MPa) , 28-day compressive -strength concrete. C. Anchor equipment to concrete base as follows: 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. PAINTING A. Touchup: 1. Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. a. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils (0.05 mm). B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A780. END OF SECTION 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization SECTION 260533.13 CONDUITS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Type EMT-S duct raceways and elbows. 2. Type ERMC-S duct raceways, elbows, couplings, and nipples. 3. Fittings for conduit, tubing, and cable. B. Products Installed, but Not Furnished, under This Section: I . See Section 260553 "Identification for Electrical Systems" for electrical equipment labels. C. Related Requirements:. 1.2 DEFINITIONS A. Conduit: A structure containing one or more duct raceways. B. Duct Raceway: A single enclosed raceway for conductors or cable. C. Duct Bank: An arrangement of conduit providing one or more continuous duct raceways between two points. 1.3 ACTION SUBMITTALS A. Product Data: 1. Type EMT-S duct raceways and elbows. 2. Type ERMC-S duct raceways, elbows, couplings, and nipples. 3. Fittings for conduit, tubing, and cable. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturers' Published Instructions: 1. Type EMT-S duct raceways and elbows. 2. Type ERMC-S duct raceways, elbows, couplings, and nipples. 3. Fittings for conduit, tubing, and cable. CONDUITS FOR ELECTRICAL SYSTEMS 260533.13 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 PART2-PRODUCTS 2.1 TYPE EMT-S DUCT RACEWAYS AND ELBOWS A. Performance Criteria: El Segundo Public Library Elevator Modernization l . Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. Listing Criteria: UL CCN FJMX; including UL 797. B. Source Quality Control: 1. Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL FJMX - Steel Electrical Metal Tubing (EMT-S) and Elbows: Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube and Conduit. b. Republic Conduit. C. Western Tube. d. Or approved equal. 2. Material: Steel. 3. Options: a. Exterior Coating: Zinc. b. Interior Coating: Zinc with organic top coating. C. Minimum Trade Size: Metric designator 21 (trade size 3/4).. 2.2 TYPE ERMC-S DUCT RACEWAYS, ELBOWS, COUPLINGS, AND NIPPLES A. Performance Criteria: 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. Listing Criteria: UL CCN DYIX; including UL 6. B. Source Quality Control: 1. Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. CONDUITS FOR ELECTRICAL SYSTEMS 260533.13 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL DYIX - Galvanized -Steel Electrical Rigid Metal Conduit (ERMC-S-G), Elbows, Couplings, and Nipples: 1, Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube and Conduit. b. Republic Conduit. C. Western Tube. d. Or approved equal. 2. Exterior Coating: Zinc. 3. Options: a. Interior Coating: Zinc with organic top coating. b. Minimum Trade Size: Metric designator 21 (trade size 3/4). 2.3 FITTINGS FOR CONDUIT, TUBING, AND CABLE A. Performance Criteria: 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. B. Source Quality Control: 1. Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL DWTT - Fittings for Type ERMC Duct Raceways:. 1. Manufacturers; a. Crouse -Hinds. b. O-Z/Gedney. C. Southwire. d. Or approved equal. 2. Listing Criteria: UL CCN DWTT; including UL 514B. 3. Options: a. Material: Steel. b. Coupling Method: Compression coupling. C. Expansion and Deflection Fittings: UL 651 with flexible bonding jumper. CONDUITS FOR ELECTRICAL SYSTEMS 260533.13 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 D. UL FKAV - Fittings for Type EMT Duct Raceways: 1. Manufacturers: a. Allied Tube and Conduit. b. O-Z/Gedney. C. Southwire. d. Or approved equal. 1Listing Criteria: UL CCN FKAV; including UL 514B. 3. Options: El Segundo Public Library Elevator Modernization a. Material: Steel. b. Coupling Method: Compression coupling. C. Expansion and Deflection Fittings: UL 651 with flexible bonding jumper.. PART 3-EXECUTION 3.1 3.2 SELECTION OF CONDUITS FOR ELECTRICAL SYSTEMS A. Unless more stringent requirements are specified in Contract Documents or manufacturers' published instructions, comply with NFPA 70 for selection of duct raceways. Consult Architect for resolution of conflicting requirements. B. Indoors: 1. Exposed and Subject to Severe Physical Damage: ERMC. Locations include the following: a. Mechanical rooms. 2. Exposed and Subject to Physical Damage: ERMC. Locations include the following: a. Locations less than 2.5 in (8 ft) above finished floor. b. Stub -ups to above suspended ceilings. 3. Exposed and Not Subject to Physical Damage: EMT. 4. Concealed in Ceilings and Interior Walls and Partitions: EMT. 5. Damp or Wet Locations: ERMC. 6. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. C. Duct Fittings: Select fittings in accordance with NEMA FB 2.10 guidelines. A. 1. ERMC: Provide threaded -type fittings unless otherwise indicated. INSTALLATION OF CONDUITS FOR ELECTRICAL SYSTEMS Comply with manufacturer's published instructions. CONDUITS FOR ELECTRICAL SYSTEMS 260533.13 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc.. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization B. Reference Standards for Installation: Unless more stringent installation requirements are specified in Contract Documents or manufacturers' published instructions, comply with the following: 1. Type EMT-S: Article 358 of NFPA 70 and NECA NEIS 101. 2. Type ERMC-A: Article 344 of NFPA .70 and NECA NEIS 102. 3. Type LFMC: Article 350 of NFPA 70 and NECA NEIS 101. 4. Expansion Fittings: NEMA FB 2.40. 5. Consult Architect for resolution of conflicting requirements. 3.3 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533.13 CONDUITS FOR ELECTRICAL SYSTEMS 260533.13 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 PART 1 - GENERAL El Segundo Public Library Elevator Modernization SECTION 260533.16 BOXES AND COVERS FOR ELECTRICAL SYSTEMS 1.1 SUMMARY A. Section Includes: 1. Metallic outlet boxes, device boxes, rings, and covers. 2. Junction boxes and pull boxes. 3. Cover plates for device boxes. 4. Hoods for outlet boxes. B. Products Installed, but Not Furnished, under This Section: l „ See Section 260553 "Identification for Electrical Systems" for electrical equipment labels. 1.2 ACTION SUBMITTALS A. Product Data: 1. Metallic outlet boxes, device boxes, rings, and covers. 2. Junction boxes and pull boxes. 3. Cover plates for device boxes. 4. Hoods for outlet boxes. 1.3 INFORMATIONAL SUBMITTALS A. Manufacturers' Published Instructions: 1. Metallic outlet boxes, device boxes, rings, and covers. 2. Junction boxes and pull boxes. 3. Cover plates for device boxes. 4. Hoods for outlet boxes. PART 2-PRODUCTS 2.1 METALLIC OUTLET BOXES, DEVICE BOXES, RINGS, AND COVERS A. Performance Criteria: BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization I . Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. Listing Criteria: UL CCN QCIT; including UL 514A. B. Source Quality Control: Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL QCIT - Metallic Outlet Boxes and Covers: Description: Box having pryout openings, knockouts, threaded entries, or hubs in either the sides of the back, or both, for entrance of conduit, conduit or cable fittings, or cables, with provisions for mounting outlet box cover, but without provisions for mounting wiring device directly to box. Options: a. Material: Sheet steel. b. Sheet Metal Depth: Minimum 2.5 inch. C. Cast -Metal Depth: Minimum 1.8 inch. d. Luminaire Outlet Boxes and Covers: Nonadjustable, listed and labeled for attachment of luminaire weighing up to 50 lb. e. Paddle Fan Outlet Boxes and Covers: Nonadjustable, designed for attachment of paddle fan weighing up to 70 lb. D. UL QCIT - Metallic Conduit Bodies: Description: Means for providing access to interior of conduit or tubing system through one or more removable covers at junction or terminal point. In the United States, conduit bodies are listed in accordance with outlet box requirements. E. UL QCIT - Metallic Device Boxes: Description: Box with provisions for mounting wiring device directly to box. Options: a. Material: Sheet steel. b. Sheet Metal Depth: minimum 2.5 inch. C. Cast -Metal Depth: minimum 1.8 inch. F. UL QCIT - Metallic Extension Rings: 1. Description: Ring intended to extend sides of outlet box or device box to increase box depth, volume, or both. 1 BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 2.2 JUNCTION BOXES AND PULL BOXES 2.3 A. Performance Criteria: El Segundo Public Library - Elevator Modernization 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70 and marked for intended location and use. 2. Listing Criteria: UL CCN BGUZ; including UL 50 and UL 50E. B. Source Quality Control: 1. Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL BGUZ - Indoor Sheet Metal Junction and Pull Boxes: 1. Description: Box with a blank cover that serves the purpose of joining different runs of raceway or cable. 2. Options: a. Degree of Protection: Type 1, D. UL BGUZ - Indoor Cast -Metal Junction and Pull Boxes; 1. Description: Box with a blank cover that serves the purpose of joining different runs of raceway or cable. 1 Options: a. Degree of Protection: Type 1.. COVER PLATES FOR DEVICES BOXES A. Performance Criteria: 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70 and marked for intended location and use. 2. Listing Criteria: UL CCN QCIT or UL CCN QCMZ; including UL 514D. 3. Wallplate-Securing Screws: Metal with head color to match wallplate finish. B. Source Quality Control: I, Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL QCIT or QCMZ - Metallic Cover Plates for Device Boxes: BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 1. Options: a. Damp and Wet Locations: Listed, labeled, and marked for location and use. Provide gaskets and accessories necessary for compliance with listing. b. Wallplate Material: 0.032 inch thick, Type 302/304 non-magnetic stainless steel with brushed finish. D. UL QCIT or QCMZ - Nonmetallic Cover Plates for Device Boxes: 1. Options: a. Damp and Wet Locations: Listed, labeled, and marked for location and use. Provide gaskets and accessories necessary for compliance with listing. b. Wallplate Material: 0.060 inch thick, high -impact thermoplastic (nylon) with smooth finish and color matching wiring device. C. Color: White. 2.4 HOODS FOR OUTLET BOXES A. Performance Criteria: 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70 and marked for intended location and use. 2. Listing Criteria: a. UL CCN QCIT or UL CCN QCMZ; including UL 514D. b. Receptacle, Hood, Cover Plate, Gaskets, and Seals: UL 498 Supplement SA when mated with box or enclosure complying with UL 514A, UL 514C, or UL 50E. 3. Mounts to box using fasteners different from wiring device. B. Source Quality Control: 1. Product Data: Prepare and submit catalog cuts, brochures, and performance data illustrating size, physical appearance, and other characteristics of product. 2. Manufacturer's Published Instructions: Prepare and submit installation, testing, and operating instructions for product. C. UL QCIT or QCMZ - Retractable or Reattachable Hoods for Outlet Boxes: 1. Options: a. Provides clear, weatherproof, "while -in -'use" cover, BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 PART 3 - EXECUTION 3.1 3.2 El Segundo Public Library Elevator Modernization SELECTION OF BOXES AND COVERS FOR ELECTRICAL SYSTEMS A. Unless more stringent requirements are specified in Contract Documents or manufacturers' published instructions, comply with NFPA 70 for selection of boxes and enclosures. Consult Architect for resolution of conflicting requirements. B. Degree of Protection: Indoors: a. Type 1 unless otherwise indicated. b. Damp or Dusty Locations: Type 12. C. Surface Mounted in Kitchens and Other Locations Exposed to Oil or Coolants: Type 12. d. Flush Mounted in Kitchens and Other Locations Exposed to Oil or Coolants: Type 12. e. Locations Exposed to Airborne Dust, Lint, Fibers, or Flyings: Type 4. C. Exposed Boxes Installed Less Than 2.5 in (8 ft) Above Floor: 1. Provide cast -metal boxes. 2. Provide exposed cover. Flat covers with angled mounting slots or knockouts are prohibited. INSTALLATION OF BOXES AND COVERS FOR ELECTRICAL SYSTEMS A. Comply with manufacturer's published instructions. B. Reference Standards for Installation: Unless more stringent installation requirements are specified in Contract Documents or manufacturers' published instructions, comply with the following: 1. Outlet, Device, Pull, and Junction Boxes: Article 314 of NFPA 70, 2. Consult Architect for resolution of conflicting requirements. C. Special Installation Techniques: 1, Provide boxes in wiring and raceway systems wherever required for pulling of wires, making connections, and mounting of devices or fixtures. 2. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. 3, Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box, whether installed indoors or outdoors. BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 4. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. 5. Locate boxes so that cover or plate will not span different building finishes. 6. Support boxes in recessed ceilings independent of ceiling tiles and ceiling grid. 7. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for purpose. 8. Fasten junction and pull boxes to, or support from, building structure. Do not support boxes by conduits. 9. Set metal floor boxes level and flush with finished floor surface. 10. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 11. Do not install aluminum boxes, enclosures, or fittings in contact with concrete or earth. 12. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to ensure a continuous ground path. 13. Boxes and Enclosures in Areas or Walls with Acoustical Requirements: a. Seal openings and knockouts in back and sides of boxes and enclosures with acoustically rated putty. b. Provide gaskets for wallplates and covers. 14. Identification: Provide labels for boxes and associated electrical equipment. a. Identify field -installed conductors, interconnecting wiring, and components. b. Provide warning signs. C. Label each box with engraved metal or laminated -plastic nameplate. D. Interfaces with Other Work: 1. Coordinate installation of new products for all products with existing conditions. 3.3 CLEANING A. Remove construction dust and debris from boxes before installing wallplates, covers, and hoods. 3.4 * PROTECTION A. After installation, protect boxes from construction activities. Remove and replace items that are contaminated, defaced, damaged, or otherwise caused to be unfit for use prior to acceptance by Owner. END OF SECTION 260533.16 BOXES AND COVERS FOR ELECTRICAL SYSTEMS 260533.16 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc, El Segundo Public Library JCCA No. 23042-1 Elevator Modernization SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Labels. 2. Bands. 3. Tapes and stencils. 4. Tags. 5. Signs. 6. Cable ties. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. PART2-PRODUCTS 2.1 LABELS A. Performance Criteria: 1. Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. Listing Criteria: UL CCN PGDQ2 for components; including UL 969. B. UL PGDQ2 - Vinyl Wraparound Labels: Preprinted, flexible labels laminated with clear, weather- and chemical -resistant coating and matching wraparound clear adhesive tape for securing label ends. C. UL PGDQ2 - Self -Adhesive Wraparound Labels: Preprinted, 3 mil thick, polyester flexible label with acrylic pressure -sensitive adhesive. 1. Self -Lamination: Clear; UV-, weather-, and chemical -resistant; self -laminating, with protective shield over legend. Size labels such that clear shield overlaps entire printed legend. 2. Marker for Labels: IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization a. Machine -printed, permanent, waterproof, black ink recommended by printer manufacturer. D. UL PGDQ2 - Self -Adhesive Labels: Polyester, thermal, transfer -printed, 3 milthick, multicolor, weather- and UV -resistant, pressure -sensitive adhesive labels, configured for intended use and location. Minimum Nominal Size: a. 1-1/2 by 6 inch for raceway and conductors. b. 3-1/2 by 5 inch for equipment. C. As required by authorities having jurisdiction. 2.2 BANDS A. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeves, with diameters sized to suit diameters and that stay in place by gripping action. B. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeves, 2 inch long, with diameters sized to suit diameters and that stay in place by gripping action. 2.3 TAPES AND STENCILS A. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. B, Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; not less than 3 mil thick by 1 to 2 inch wide; compounded for outdoor use. C. Floor Marking Tape: 2 inch wide, 5 mil pressure -sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay. D. Underground -Line Warning Tape: Tape: a. Recommended by manufacturer for method of installation and suitable to identify and locate underground electrical and communications utility lines. b. Printing on tape must be permanent and may not be damaged by burial operations. C. Tape material and ink must be chemically inert and not be subject to degradation when exposed to acids, alkalis, and other destructive substances commonly found in soils. 2. Color and Printing. a. Comply with APWA Uniform Color Code using NEMA Z535.1 safety colors. b. Inscriptions for Red Tapes: "CAUTION BURIED ELECTRIC LINE BELOW IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc, JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 3. Nonconducting Line -Warning Tape: a. Pigmented polyolefin, bright colored, continuous -printed on one side with inscription of utility, compounded for direct -burial service. b. Width: 3 inch. C. Thickness: 4 mil. d. Weight: 18.5 lb/1000 sq. ft. e. Tensile in accordance with ASTM D882: 30 lbf and 2500 psi. 2.4 TAGS A. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking cable tie fastener. 2.5 SIGNS A. Metal -Backed Butyrate Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs, with 0.0396 inch galvanized -steel backing, punched and drilled for fasteners, and with colors, legend, and size required for application. 2. 1/4 inch grommets in corners for mounting. 3. Nominal Size: 10 by 14 inch. B. Laminated Acrylic or Melamine Plastic Signs: 1. Engraved legend. 2. Thickness: a. For signs up to 20 sq. inch, minimum 1/16 inch thick. b. For signs larger than 20 sq. inch, 1/8 inch thick. C. Engraved legend with black letters on white face. d. Self-adhesive. e. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 2.6 CABLE TIES A. Performance Criteria: l . Regulatory Requirements: Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. Listing Criteria: UL CCN ZODZ; including UL 1565 or UL 62275. B. UL ZODZ - General -Purpose Cable Ties: Fungus inert, self -extinguishing, one piece, self- locking, and Type 6/6 nylon. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F in accordance with ASTM D638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color -coding. C. UL ZODZ - UV -Stabilized Cable Ties: Fungus inert, designed for. continuous exposure to exterior sunlight, self -extinguishing, one piece, self-locking, and Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F in accordance with ASTM D638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black. D. UL ZODZ - Plenum -Rated Cable Ties: Self -extinguishing, UV stabilized, one piece, and self- locking. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F in accordance with ASTM D638: 7000 psi. 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F. 5. Color: Black. PART 3 - EXECUTION 3.1 3.2 PREPARATION A. Self -Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product. SELECTION OF COLORS AND IDENTIFICATION MARKINGS A. Comply with 29 CFR 1910.144 for color identification of hazards, and the following: 1 w Fire -protection and fire -alarm equipment must be finished, painted, or suitably marked safety red. 2. Ceiling -mounted hangers, supports, cable trays, and raceways must be finished, painted, or suitably marked safety yellow where less than 7.7 ft above finished floor. B. Color -Coding for Phase- and Voltage -Level Identification, 1000 V or Less: Use colors listed below for ungrounded branch -circuit conductors. 1. Color must be factory applied. 2. Colors for 208Y/120 V Circuits: a. Phase A: Black. b. Phase B: Red. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 C. Phase C: Blue. Colors for 240 V Circuits: a. Phase A: Black. b. Phase B: Red. 4. Colors for 480Y/277 V Circuits: a. Phase A: Brown. b. Phase B: Orange. C. Phase C: Yellow. El Segundo Public Library Elevator Modernization 5. Color for Neutral (Grounded Conductor): White. 6. Color for Equipment Ground: Green. 7. Color for Isolated Ground: Green with two or more yellow stripes. C. Color -Coding Raceways, Cable Trays, Junction Boxes, and Conductors for Intrinsically -Safe Circuits: Light blue. When used to identify intrinsically -safe circuits, Article 504 of NFPA 70 requires that the color light blue not be used for any other purpose. D. Color -Coding Instructional Signs: Self-adhesive labels, including color code for grounded and ungrounded conductors. E. Accessible Fittings for Raceways: Identify cover of junction and pull box of the following systems with wiring system legend and system voltage. System legends must be as follows: 1. "POWER." 2. "FIRE ALARM." F. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull points, and locations of high visibility. Identify by system and circuit designation. G. Accessible Raceways and Metal -Clad Cables, 1000 V or Less, for Service, Feeder, and Branch Circuits, More Than 30A and 120V to Ground: Identify with self-adhesive raceway labels. I. Locate identification at changes in direction, at penetrations of walls and floors, at 50 ft maximum intervals in straight runs, and at 25 ft maximum intervals in congested areas. 1 Identify system voltage with black letters on orange field. H. Cover Plates: Label individual cover plates with self-adhesive labels. Place label at top of cover plate. Label cover plate with the following information, in the order listed: 1. Panelboard designation. 2. Colon or dash. 3. Branch circuit number. I. Workspace Indication: Apply floor marking tape to finished surfaces. Show working clearances in direction of access to live parts. Workspace must comply with NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc, El Segundo Public Library JCCA No. 23042-1 Elevator Modernization J. Equipment Identification Labels 1, Black letters on white field. 1 Indoor Equipment: Self-adhesive label. 3. Equipment to Be Labeled: a. Enclosures and electrical cabinets. b. Access doors and panels for concealed electrical items. C. Enclosed switches. d. Enclosed circuit breakers. e. Enclosed controllers. f. Contactors. g. Remote -controlled switches, dimmer modules, and control devices. h. Monitoring and control equipment. i. Elevator Equipment. K. Cable Ties: General purpose, for attaching tags. 3.3 SELECTION OF SIGNS AND HAZARD MARKINGS A. Comply with 29 CFR 1910.145 for danger, caution, warning, and safety instruction signs. B. Signs, labels, and tags required for personnel safety must comply with the following standards: 1. Safety Colors: NEMA Z535.1. 2. Facility Safety Signs: NEMA Z535.2. 3. Safety Symbols: NEMA Z535.3. 4. Product Safety Signs and Labels: NEMA Z535.4. 5. Safety Tags and Barricade Tapes for Temporary Hazards: NEMA Z535.5. C. Electrical Hazard Warnings:. 1. Arc -Flash Hazard Warning: Self-adhesive labels. Comply with NFPA 70E requirements for arc -flash hazard warning labels. 1 Multiple Power Sources Warning Legend: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 3. OSHA Workspace Clearance Warning Legend: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 3 FEET MINIMUM." D. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive labels. 1, Apply to exterior of door, cover, or other access. 1 For equipment with multiple power or control sources, apply to door or cover of equipment, including, but not limited to, the following: a. Power -transfer switches. b. Controls with external control power connections„ IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization E. Operating Instruction Signs: Self-adhesive labels. 3.4 INSTALLATION A. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices. B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes typical for electrical equipment environments specified in Section 260011 "Facility Performance Requirements for Electrical." C. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior). D. Fasteners for Labels and Signs: Self -tapping, stainless steel screws or stainless steel machine screws with nuts and flat and lock washers. E. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project. F. Install identifying devices before installing acoustical ceilings and similar concealment. G. Verify identity of item before installing identification products. H. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. I. Apply identification devices to surfaces that require finish after completing finish work. J, Install signs with approved legend to facilitate proper identification, operation, and maintenance of electrical systems and connected items. K. Elevated Components: Increase sizes of labels, signs, and letters to those appropriate for viewing from floor. L. Snap -Around Labels: Secure tight to surface at location with high visibility and accessibility. M. Self -Adhesive Wraparound Labels: Secure tight to surface at location with high visibility and accessibility. N. Snap -Around Color -Coding Bands: Secure tight to surface at location with high visibility and accessibility. O. Heat -Shrink, Preprinted Tubes: Secure tight to surface at location with high visibility and accessibility. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 7 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization P. Self -Adhesive Vinyl Tape: Secure tight to surface at location with high visibility and accessibility. Q. Metal Tags: 1. Place in location with high visibility and accessibility. 2. Secure using plenum -rated cable ties. R. Nonmetallic Preprinted Tags: 1. Place in location with high visibility and accessibility.: 2. Secure using plenum -rated cable ties. S. Baked -Enamel Signs: Attach signs that are not self-adhesive type with mechanical fasteners appropriate to location and substrate. T. Metal -Backed Butyrate Signs: Attach signs that are not self-adhesive type with mechanical fasteners appropriate to location and substrate. U. Laminated Acrylic or Melamine Plastic Signs: Attach signs that are not self-adhesive type with mechanical fasteners appropriate to location and substrate. END OF SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 8 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 SECTION 262726 WIRING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General -grade duplex straight -blade receptacles. 2. Receptacles with arc -fault and ground -fault protective devices. 1.2 ACTION SUBMITTALS A. Product Data: 1. General -grade duplex straight -blade receptacles. 2. Receptacles with arc -fault and ground -fault protective devices. B. Field quality -control reports. _ El Segundo Public Library Elevator Modernization 1.3 INFORMATIONAL SUBMITTALS A. Manufacturers' Instructions: Record copy of official installation and testing instructions issued to Installer by manufacturer for the following: 1. Duplex straight -blade receptacles. 2. Receptacles with GFCI device. B. Sample warranties. PART 2-PRODUCTS 2.1 GENERAL -GRADE DUPLEX STRAIGHT -BLADE RECEPTACLES A. Duplex Straight -Blade Receptacle: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hubbel. b. Pass and Seymour (Legrand). C. Arrow Hart (Eaton). d. Or approved equal. WIRING DEVICES 2627Z6 - 1 J.C. Chang & Associates, Inc. JCCA No. 23042-1 Agreement No. 7162 El Segundo Public Library Elevator Modernization 2. Regulatory Requirements: a. Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 3. General Characteristics: a. Reference Standards: UL CCN RTRT and UL 498. 4. Options: a. Device Color: Ivory, or as selected by Owner, b. Configuration: 1) Heavy-duty, NEMA 5-20R. 2.2 RECEPTACLES WITH ARC -FAULT AND GROUND -FAULT PROTECTIVE DEVICES A. General -Grade, Weather -Resistant, Tamper -Resistant Duplex Straight -Blade Receptacle with GFCI Device: 1. Regulatory Requirements: a. Listed and labeled in accordance with NFPA 70, by qualified electrical testing laboratory recognized by authorities having jurisdiction, and marked for intended location and application. 2. General Characteristics: a. Reference Standards: UL CCN KCXS, UL 498, and UL 943. 3. Options: a. Device Color: Ivory, or as selected by Owner. b. Configuration: Heavy-duty, NEMA 5-20R. PART 3 - EXECUTION 3.1 INSTALLATION OF STRAIGHT -BLADE RECEPTACLES A. Comply with manufacturer's instructions. B. Reference Standards: 1. Unless more stringent requirements are specified in Contract Documents or manufacturers' instructions, comply with installation instructions in NECA NEIS 130. 2. Mounting Heights: Unless otherwise indicated in Contract Documents, comply with mounting heights recommended in NECA NEIS 1. WRUNG DEVICES 262726 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization Receptacle Orientation: Unless otherwise indicated in Contract Documents, orient receptacle to match configuration diagram in NEMA WD 6. 4. Consult Architect for resolution of conflicting requirements. C. Identification: 1. Identify cover or cover plate for device with panelboard identification and circuit number in accordance with Section 260553 "Identification for Electrical Systems." 3.2 FIELD QUALITY CONTROL OF STRAIGHT -BLADE RECEPTACLES A. Field tests and inspections must be witnessed by Owner. B. Tests and Inspections: 1. Insert and remove test plug to verify that device is securely mounted. 2. Verify polarity of hot and neutral pins. 3. Measure line voltage. 4. Measure percent voltage drop. 5. Measure grounding circuit continuity; impedance must be not greater than 2 ohms. C. Nonconforming Work: 1. Device will be considered defective if it does not pass tests and inspections. 2. Remove and replace defective units and retest. D. Assemble and submit test and inspection reports. 3.3 PROTECTION A. Devices: 1. Schedule and sequence installation to minimize risk of contamination of wires and cables, devices, device boxes, outlet boxes, covers, and cover plates by plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other materials. 2. After installation, protect wires and cables, devices, device boxes, outlet boxes, covers, and cover plates from construction activities. Remove and replace items that are contaminated, defaced, damaged, or otherwise caused to be unfit for use prior to acceptance by Owner. END OF SECTION 262726 WIRING DEVICES 262726 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc,. JCCA No. 23042-1 SECTION 2 8462 1.11 ADDRESSABLE FIRE -ALARM SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS El Segundo Public Library Elevator Modernization A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Existing fire -alarm system to be modified. 2. System smoke detectors. 3. Heat detectors. 4. Fire -alarm addressable interface devices. B. Related Requirements: 1. Section 260519 "Low -Voltage Electrical Power Conductors and Cables" or 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. FACU: Fire -alarm control unit. C. High -Performance Building: A building that integrates and optimizes on a life -cycle basis all major high-performance attributes, including energy conservation, environment, safety, security, durability, accessibility, cost -benefit, productivity, sustainability, functionality, and operational considerations. D. Mode: The terms "Active Mode," "Off Mode," and "Standby Mode" are used as defined in the 2007 Energy Independence and Security Act (EISA). E. NICET: National Institute for Certification in Engineering Technologies. F. PC: Personal computer. G. Voltage Class: For specified circuits and equipment, voltage classes are defined as follows: 1. Control Voltage: Listed and labeled for use in remote -control, signaling, and power - limited circuits supplied by a Class 2 or Class 3 power supply having rated output not ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 1 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization greater than 150 V and 5 A, allowing use of alternate wiring methods complying with NFPA 70, Article 725. Low Voltage: Listed and labeled for use in circuits supplied by a Class 1 or other power supply having rated output not greater than 1000 V, requiring use of wiring methods complying with NFPA 70, Article 300, Part I. 1.4 SEQUENCING AND SCHEDULING A. Existing Fire -Alarm Equipment: Maintain existing equipment fully operational until new equipment has been tested and accepted. When new equipment is installed, label it "NOT IN SERVICE" until it is accepted. Remove labels from new equipment when put into service, and label existing fire -alarm equipment "NOT IN SERVICE" until removed from building. B. Equipment Removal: After acceptance of new fire -alarm system, remove existing disconnected fire -alarm equipment and wiring. 1.5 ACTION SUBMITTALS A. Approved Permit Submittal: Submittals must be approved by authorities having jurisdiction prior to submitting them to Architect. B. Product Data: For each type of product, including furnished options and accessories. 1. Include construction details, material descriptions, dimensions, profiles, and finishes. 2. Include rated capacities, operating characteristics, and electrical characteristics. C. Shop Drawings: For fire -alarm system. 1. Comply with recommendations and requirements in "Documentation" section of "Fundamentals" chapter in NFPA 72. 2. Include plans, elevations, sections, and details, including details of attachments to other Work. 3. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and locations. Indicate conductor sizes, indicate termination locations and requirements, and distinguish between factory and field wiring. 4. Annunciator panel details as required by authorities having jurisdiction. 5. Detail assembly and support requirements. 6. Include voltage drop calculations for notification -appliance circuits. 7. Include battery -size calculations. 8. Include input/output matrix. 9. Include written statement from manufacturer that equipment and components have been tested as a system and comply with requirements in this Section and in NFPA 72. 10. Include performance parameters and installation details for each detector. 11. Include voice/alarm signaling -service equipment rack or console layout, grounding schematic, amplifier power calculation, and single -line connection diagram. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 2 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 12. Include floor plans to indicate final outlet locations showing address of each addressable device. Show size and route of cable and conduits and point-to-point wiring diagrams. D. Delegated Design Submittal: For notification appliances and smoke and heat detectors, in addition to submittals listed above, indicate compliance with performance requirements and design criteria, including analysis data signed and sealed by qualified professional engineer responsible for their preparation. 1. Drawings showing location of each notification appliance and smoke and heat detector, ratings of each, and installation details as needed to comply with listing conditions of device. 2. Design Calculations: Calculate requirements for selecting spacing and sensitivity of detection, complying with NFPA 72. Calculate spacing and intensities for strobe signals and sound -pressure levels for audible appliances. 1.6 INFORMATIONAL SUBMITTALS A. Certificates: Seismic Performance Certificates: For FACU, accessories, and components, from manufacturer. Include the following information: a. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. b. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. C. Detailed description of equipment anchorage devices on which certification is based and their installation requirements. B. Field quality -control reports. C. Qualification Statements: For Installer. D. Sample Warranty: Submittal must include line item pricing for replacement parts and labor. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For fire -alarm systems and components to include in emergency, operation, and maintenance manuals. Include the following and deliver copies to authorities having jurisdiction: a. Comply with "Records" section of "Inspection, Testing and Maintenance" chapter in NFPA 72. b. Provide "Fire -Alarm and Emergency Communications System Record of Completion Documents" in accordance with "Completion Documents" Article in "Documentation" section of "Fundamentals" chapter in NFPA 72. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 3 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 1.8 1.9 El Segundo Public Library Elevator Modernization C. Complete wiring diagrams showing connections between devices and equipment. Each conductor must be numbered at every junction point with indication of origination and termination points. d. Riser diagram. e. Device addresses. f. Record copy of site -specific software. g. Provide "Inspection and Testing Form" in accordance with "Inspection, Testing and Maintenance" chapter in NFPA 72, and include the following: 1) Equipment tested. 2) Frequency of testing of installed components. 3) Frequency of inspection of installed components. 4) Requirements and recommendations related to results of maintenance. 5) Manufacturer's user training manuals. h. Manufacturer's required maintenance related to system warranty requirements. i. Abbreviated operating instructions for mounting at FACU and each annunciator unit. B. Software and Firmware Operational Documentation: 1. Software operating and upgrade manuals. 2. Program Software Backup: On USB media. 3. Device address list. 4. Printout of software application and graphic screens. MAINTENANCE MATERIAL SUBMITTALS A. Extra Stock Material: Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Smoke Detectors, Fire Detectors: Quantity equal to one unit of each type. Detector Bases: Quantity equal to one unit of each type. Keys and Tools: One extra set for access to locked or tamper proofed components. QUALITY ASSURANCE A. Installer Qualifications: 1. Personnel must be trained and certified by manufacturer for installation of units required for this Project. 2. Installation must be by personnel certified by NICET as fire -alarm Level III technician. 3. Obtain certification by NRTL in accordance with NFPA 72. 4. Licensed or certified by authorities having jurisdiction. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 4 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 1.10 FIELD CONDITIONS El Segundo Public Library Elevator Modernization A. Seismic Conditions: Unless otherwise indicated on Contract Documents, specified Work in this Section must withstand the seismic hazard design loads determined in accordance with ASCE/SEI 7 for installed elevation above or below grade. The term "withstand" means "unit must remain in place without separation of parts from unit when subjected to specified seismic design loads and unit must be fully operational after seismic event." 1.11 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace fire -alarm system equipment and components that fail because of defects in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS A. Source Limitations for Fire -Alarm System and Components: Components must be compatible with, and operate as extension of, existing system. Provide system manufacturer's certification that components provided have been tested as, and will operate as, a system. 2.2 ADDRESSABLE FIRE -ALARM SYSTEM A. Description: 1. Noncoded, UL-certified addressable system, with multiplexed signal transmission and horn -and -strobe notification for evacuation. B. Performance Criteria: Regulatory Requirements: a. Fire -Alarm Components, Devices, and Accessories: Listed and labeled by a NRTL in accordance with NFPA 70 for use with selected fire -alarm system and marked for intended location and application. 2. General Characteristics: a. Automatic sensitivity control of certain smoke detectors. b. Fire -alarm signal initiation must be by one or more of the following devices: 1) Manual stations. 2) Heat detectors. 3) Flame detectors. 4) Smoke detectors. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 5 Agreement No. 7162 J.C. Chang & Associates, Inc. El Segundo Public Library JCCA No. 23042-1 Elevator Modernization 5) Duct smoke detectors. 6) Air -sampling smoke -detection system. 7) Carbon monoxide detectors. 8) Automatic sprinkler system water flow. C. Fire -alarm signal must initiate the following actions: 1) Recall elevators to primary or alternate recall floors. 2) Activate elevator power shunt trip. 2.3 SYSTEM SMOKE DETECTORS A. Photoelectric Smoke Detectors: Performance Criteria: a. Regulatory Requirements: 1) NFPA 72. b. General Characteristics: 1) Detectors must be four -wire type. 2) Integral Addressable Module: Arranged to communicate detector status (normal, alarm, or trouble) to FACU. 3) Base Mounting: Detector and associated electronic components must be mounted in twist -lock module that connects to fixed base. Provide terminals in fixed base for connection to building wiring. 4) Self -Restoring: Detectors do not require resetting or readjustment after actuation to restore them to normal operation. 5) Integral Visual -Indicating Light: LED type, indicating detector has operated. 6) Detector address must be accessible from FACU and must be able to identify detector's location within system and its sensitivity setting. 7) Operator at FACU, having designated access level, must be able to manually access the following for each detector: a) Primary status. b) Device type. c) Present average value. d) Present sensitivity selected. e) Sensor range (normal, dirty, etc.). 8) Detector must have functional humidity range within 10 to 90 percent relative humidity. 9) Rate -of -rise temperature characteristic of combination smoke- and heat - detection units must be selectable at FACU for 15 or 20 deg F (8 or 11 deg C) per minute. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 6 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization 10) Fixed -temperature sensing characteristic of combination smoke- and heat - detection units must be independent of rate -of -rise sensing and must be settable at FACU to operate at 135 or 155 deg F (57 or 68 deg Q. 2.4 HEAT DETECTORS A. Combination -Type Heat Detectors: 1. Performance Criteria: a. Regulatory Requirements: 1) NFPA 72. 2) UL 521. b. General Characteristics: 1) Temperature sensors must test for and communicate sensitivity range of device. C. Actuated by fixed temperature of 135 deg F (57 deg C) or rate of rise that exceeds 15 deg F (8 deg C) per minute unless otherwise indicated. d. Mounting: Adapter plate for outlet box mounting. e. Integral Addressable Module: Arranged to communicate detector status (normal, alarm, or trouble) to FACU. f. Detector must have functional humidity range of 10 to 90 percent relative humidity. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions for compliance with requirements for ventilation, temperature, humidity, and other conditions affecting performance of the Work. Verify that manufacturer's written instructions for environmental conditions have been permanently established in spaces where equipment and wiring are installed, before installation begins. B. Examine roughing -in for electrical connections to verify actual locations of connections before installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Preinstallation Testing: Perform verification of functionality of installed components of existing system prior to starting work. Document equipment or components not functioning as designed. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 7 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 El Segundo Public Library Elevator Modernization B. Interruption of Existing Fire -Alarm Service: Do not interrupt fire -alarm service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary guard service in accordance with requirements indicated: l . Notify Owner no fewer than seven days in advance of proposed interruption of fire -alarm service. 2. Do not proceed with interruption of fire -alarm service without Owner's written permission. C. Protection of In -Place Conditions: Protect devices during construction unless devices are placed in service to protect facility during construction. 3.3 INSTALLATION OF EQUIPMENT A. Comply with NECA 305, NFPA 72, NFPA 101, and requirements of authorities having jurisdiction for installation and testing of fire -alarm equipment. Install electrical wiring to comply with requirements in NFPA 70 including, but not limited to, Article 760, "Fire Alarm Systems." 1. Devices placed in service before other trades have completed cleanup must be replaced. 2. Devices installed, but not yet placed, in service must be protected from construction dust, debris, dirt, moisture, and damage in accordance with manufacturer's written storage instructions. B. Connecting to Existing Equipment: Verify that existing fire -alarm system is operational before making changes or connections. 1. Connect new equipment to existing control panel in existing part of building. 2. Connect new equipment to existing monitoring equipment at supervising station. 3. Expand, modify, and supplement existing monitoring equipment as necessary to extend existing monitoring functions to new points. New components must be capable of merging with existing configuration without degrading performance of either system. C. Smoke- and Heat -Detector Spacing: Comply with "Smoke -Sensing Fire Detectors" section in "Initiating Devices" chapter in NFPA 72, for smoke -detector spacing. Comply with "Heat -Sensing Fire Detectors" section in "Initiating Devices" chapter in NFPA 72, for heat -detector spacing. Smooth ceiling spacing must not exceed 30 ft. (9 m). Spacing of detectors for irregular areas, for irregular ceiling construction, and for high ceiling areas must be determined in accordance with Annex A in NFPA 72. Lighting Fixtures: Locate detectors not closer than 12 inch (300 mm) from lighting fixture and not directly above pendant mounted or indirect lighting. D. Install cover on each smoke detector that is not placed in service during construction. Cover must remain in place except during system testing. Remove cover prior to system turnover. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 8 Agreement No. 7162 J.C. Chang & Associates, Inc. JCCA No. 23042-1 3.4 El Segundo Public Library Elevator Modernization E. Duct Smoke Detectors: Comply with NFPA 72 and NFPA 90A. Install sampling tubes so they extend full width of duct. Tubes more than 36 inch (9100 mm) long must be supported at both ends. Do not install smoke detector in duct smoke -detector housing during construction. Install detector only during system testing and prior to system turnover. F. Air -Sampling Smoke Detectors: If using multiple pipe runs, runs must be pneumatically balanced. G. Elevator Shafts: Coordinate temperature rating and location with sprinkler rating and location. Do not install smoke detectors in sprinklered elevator shafts. H. Single -Station Smoke Detectors: Where more than one smoke alarm is installed within dwelling or suite, they must be connected so that operation of smoke alarm causes alarm in smoke alarms to sound. I. Remote Status and Alarm Indicators: Install in visible location near each smoke detector, sprinkler water -flow switch, and valve -tamper switch that is not readily visible from normal viewing position. J. Audible Alarm -Indicating Devices: Install not less than 6 inch (150 mm) below ceiling. Install bells and horns on flush -mounted back boxes with device -operating mechanism concealed behind grille. Install devices at same height unless otherwise indicated. K. Visible Alarm -Indicating Devices: Install adjacent to each alarm bell or alarm horn and at least 6 inch (150 mm) below ceiling. Install devices at same height unless otherwise indicated. L. Device Location -Indicating Lights: Locate in public space near device they monitor. ELECTRICAL CONNECTIONS A. Connect wiring in accordance with Section 260519 "Low -Voltage Electrical Power Conductors and Cables." B. Ground equipment in accordance with Section 260526 "Grounding and Bonding for Electrical Systems." C. Install electrical devices furnished by manufacturer, but not factory mounted, in accordance with NFPA 70 and NECA 1. D. Install nameplate for each electrical connection, indicating electrical equipment designation and circuit number feeding connection. 1. Nameplate must be laminated acrylic or melamine plastic signs, as specified in Section 260553 "Identification for Electrical Systems." ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 9 J.C. Chang & Associates, Inc. JCCA No. 23042-1 Agreement No. 7162 El Segundo Public Library Elevator Modernization 3.5 CONTROL CONNECTIONS A. Install control and electrical power wiring to field -mounted control devices. B. Connect control wiring in accordance with Section 260523 "Control -Voltage Electrical Power Cables." C. Install nameplate for each control connection, indicating field control panel designation and I/O control designation feeding connection. 3.6 PATHWAYS A. Pathways must be installed in EMT. B. Exposed EMT must be painted red enamel, 3.7 CONNECTIONS A. Make addressable connections with supervised interface device to the following devices and systems. Install interface device less than 36 inch (910 mm) from device controlled. Make addressable confirmation connection when such feedback is available at device or system being controlled. 3.8 IDENTIFICATION A. Identify system components, wiring, cabling, and terminals. Comply with requirements for identification specified in Section 270553 "Identification for Communications Systems." B. Install framed instructions in location visible from FACU. 3.9 GROUNDING A. Ground FACU and associated circuits in accordance with Section 260526 "Grounding and Bonding for Electrical Systems." B. Ground shielded cables at control panel location only. Insulate shield at device location. 3.10 FIELD QUALITY CONTROL A. Field tests must be witnessed by authorities having jurisdiction.. B. Administrant for Tests and Inspections: 1. Engage qualified testing agency to administer and perform tests and inspections. C. Tests and Inspections: ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 10 Agreement No. 7162 J.C. Chang & Associates, Inc.. JCCA No. 23042-1 Visual Inspection: Conduct visual inspection prior to testing. El Segundo Public Library Elevator Modernization a. Inspection must be based on completed record Drawings and system documentation that is required by "Completion Documents, Preparation" table in "Documentation" section of "Fundamentals" chapter in NFPA 72. b. Comply with "Visual Inspection Frequencies" table in "Inspection" section of "Inspection, Testing and Maintenance" chapter in NFPA 72; retain "Initial/Reacceptance" column and list only installed components. 2. System Testing: Comply with "Test Methods" table in "Testing" section of "Inspection, Testing and Maintenance" chapter in NFPA 72. D. Reacceptance Testing: Perform reacceptance testing to verify proper operation of added or replaced devices and appliances. E. Fire -alarm system will be considered defective if it does not pass tests and inspections.. F. Prepare test and inspection reports. 3.11 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain fire -alarm system. ADDRESSABLE FIRE -ALARM SYSTEMS 284621.11 - 11 Agreement No. 7162 Ac r eme 7 n H Z o ° Id 2 o J CC ..m. . o N lw pu° a wJn W�� WLL W LL F U� �0 �a a"M ® t,�i yp O a, si a �— n Q'' w� pp I—`�w ��fl H "Ir,r —u CL x ° ua Ell U. z ry a u rMI LO o ° F CN/ w o W O rnS Z vet O O O `rli O O � W KSS U26 �� J Q O ° Z Q r O W ❑ a Q Z Lu U ° `. z ^000 vUj e7 s W r /1 w VJ Q a a } U W z J u Z s� .�. NN w w 6 W � W qE w F..: F a ru �w 0 25 23 W W LLn tw — W ° O w °" ' n F� N U i 8 w r� t Z C} F .� a W m, �apiA jo�� O w q l-: v O J y. x e... M::: t•:• n o ir. o iA i;F H raw no ° S Nn °zz °p . 3 a x W d uw`roZ Z.I� .� ni I A. eem � . N 0 z o Z-W F- D .. D ap qa m gbw W rc a O W aQ z 'a Y..ezr W' J y w < W"z g r_ w'�u — J U7 g LL It mw lotra W= — �.mm. o O W o W <�_ A, A,U..V�N_ 2 ,* r 1S NINW .. ai a Lu w ✓ /i/%/j' / i %/%% % a i l �/r US®NOWHOW 110 n o .a. Ac r eme x o Z LU N n ° > a ro v _ �wp W LIJLLz o- , LL W 1,w, J " i•n !k'I id)... r f45'T.vID m.� LL 7= iv a Tj5 � .� z W 0 W J 6 �z � GN is ::£ AI lT tarn ri+rtarzmm .. �r^.m. x� cr I p ✓ �y .... Z LL INI m o 5 LL �z �a o Pr J, - I 41 1 in use 2 a .1"ans 5 1 Rmy z I E ILE Hs lit HIN 111 se I lit Mp pusir I op Si qnggl H VS. - go MN sh a 115, Q"" A r, �'. arm Li His! I 1 5 Hig 1 H. a P 1 M q.­. E lull Na OEM INS gag M1 161, an I K e 9 into Qq ;N. 6 WTI 0 R o MAN ;18 2 ;6 winv 1.1 M z still illII H 11 1 ni 5"s N H it, URI gig '-N I!! 1 R ilium N ill, 11H lull 58- WK. 66 n, lit !gi101 in! MHO! g g,, 'gH wag; 2110 Ell I Ell RE j2h ci Win 11 11 Ent "Hu Ml ill all I to 1 1 op 1 to lid 311 my 6 go 1 !am 11HII; IZ oil E g" 1 111HII 11 WE 1 " 1 1! hi H oil a Ing I I Mile AN 911 ll of H Sh in rJT ago gry ly mll 11; qj 10 IN I in I H 1111 1111ioil EST H .L 1 11 Wo 9 " I lug 1H l id H R go MIS RUM U M111 I- I pB P, M. z is hill, o wills ­.y 1to a 1, Q 011 lei I got, oil z 11 Ady W . 5 h l l Soiull mi m 4. oil 0 A a 1111111gy Ell d MITI R ig IN Mi 99 AMP11110101 21 HIM 1 jj HIP Ml lit 1; NP1111=111if 52 @QQj1R P H .2 18M 1 -nil 1115 I is 519 W_ gug sHy 10f Nil W! Hpwz f I ! I I d' I 11115WHIM 1 ­ s ­0 1'jo" 11 1 Sw it; snal Q2, qmj' I Ills 219 HT HL Enna Milulfs"If lRylunn I in H 11 j''l Hal ..j W15"IH;Q ""' le. 2 1 d 1 loll T �W' on lug, 0 .191 Sj.jj qw S' 02 d ill 12, E H V f 1 1 IN HPIE); a Rh pilum .111 , JIMS, 1 pi�i MPH a TITS T do- M12 sic; go T dig 9P Hsi i'l, i g 11 v i e i ill I fill, I 6 A,, wS 11H AM — " M ! H 11" 1". Y. 0 g .1 wag 11 !ql 1 1 H !He, a 0 Nil H� miles 00 X 4 M 1. jHPQ 2. M 1 2 1 Hill 11frin h, 10 Rio 9 in! as IN! VIHN 0510 Ill k ass yin.1 lit ill on gn, J101 1 H Ai" Of 1 HW WE 1 4,0, H ;,no win, JI, ff 4-Z W, 3! Avg lot all Own 111h, 11111 1-0 SIHI Hn L6 wend Q YOU s., lw W! 9, Won 104 injaf He plog . Bpi pop 0 Mn MUM M I y 1 ,. 0 M a, z ?. @ 1.9 1P 811 Qmg: , Q , wn :05"H V C is 21111 lot, Hillry Tg EemeilbNo, C14 C) LU z r ZT w F, oz Wrc H CL I z 94,1 j1§6 g � �E,-, I—: ..- 1, Cl) U) 'C' z, _j U) w U) LU w LL uj 0 w 15 ­6 6 1) ICU.- z U) U) w Z-6 pi U H N P'l v�N LN z� N co Ci cl? CD m Lu'. LU w UO) U) 01. 11 .Z 21 E C� .!,wZIZL S2 C) co ow 0- Ru LU Uw fl of CD LL o )1W LL pill AM Px ca LLI 1q I ow uar�w Al lul J az M! Mill Im i in! 1ppli M! MAI 69 H H x. in! WHII !1! 2, nil Hull! M! 110 .5, HIH WE 101 �11- c��l H 1 Ml in 1 "TH MUM 1 M! 1, Ulu lul o - t'KbIll 0 @ --xz� ion 1" 1 mg q 9--- z i "I m 00 So min IMMIN, HIM Nil MH 211HI 2 N-" 1 W Inj HH11 M PHIM Hull H 0-6 1 51 in! 81 SUMwx Mds K R' Ti iw M loll Hui 1 oil 1 NO I PH 1 all 1111 1 1 W 1 Im Hil 1 Nil N 1 Ulu Ica H MI Hui UP RED Two 1 T PE all, 'I lreenle-bN(� r o O " W, Z z f. Q —n o t �rre °xa. m Q O W w qq N � a•.1 F E`�M° xl . Y N � p Zile U 10W"z� 'zo z W r � f-' (•)' ur tJ b d m Ir vy w m ry O x n �xwr3� =o vi - � Gw z °�5 sr W � a _ -'fig a � n d.r. Q s aN •z Z r in yPI a T tt w i wp6(�ui6 :x. G m - w� I 0 ua�axG m ,... �. m �- o I 1I crm mw�c�o.i � rxe cx w t iu. d u; K w••„ry ..x F f:5 Y: n � � inl a io" - U z�." pw .��'}, `c '? oil .. L:ry '�'i3'ii: ud 1 G- �Y ,�`�"c' Kz nix H 11 n U x rr � (� w u�rc W x G a (roe i r � � �� m OK ° °rwj0 y�� miir _ f °b .n (rim Xa"�, u i 11111 u � aU0 Y fD -d D6 ¢ 1O5wj W N u O iw<>nr b u ur AI m �w i < ary wrrrzp a vial-t-rc 7ue �x ,i (r ��" Gyx O ,�j Zvi m'. ap xi Ylw (we °a•^ � Q,;; is ^m,e.. Gvi�� .td d.Gp�' SJ.K�j �m a� %i :� Gv � rin� : U �' x® [ U O n d O fi'. a'. 4 G n '➢ i7 h (z U Ixr.ld i a � darGn" H1 z 1 ill 1 Q a it ill Y O •.. rc (i r W° n +i O i_ K W O _ ( rc tf -x V a ~ q 5 W ry m(K# xry Kn a c�Yp Kn H Y fr u. '' an xr � , a � - A'v° (KKx rail, � . r O LLn�r FLLu, Wa or`-x w^ U Gpp Glu ® °o T O o n Ply PH ' "� ,� %o r w u d K w x 60pF rilpO YY �rr n�KK o_ i' � x 'Y 5 (^: x' NWT, zy IC w OrwiC � �r1 p� fi�� f1r 6)'.K"e � WIN 5 vrui w ,tiK eLd � .^s .�SSF fi fSCA a r aea�ax Hvi 4' +4.�?. U -.. 'r�:,�'',°rmzv (};w;x. o� �o iro m, (o!ii. ..x K:F�..O iupn r®ii,-.2 y�.'r.. ,... �.�'r its .. I+� I H �a ��* � �n' • W ;cvs rU u O 60 it a} °H.„ gu z A s a gilt o-a "w 1na".n HGw F Ywt�• Q �e ) J 8 (e�x dew p)C➢(nnF O ti (s . wWOi ,F Ou_b ig 11 Y a� W'(l ray(¢rl "s x hid i Rp � p (x'! 6�w "` U �O WHOM u x �Y� G +i +ml m t, (F wra5a.w x.I CY i!(7'°x' o:. � 4 00 a0 68 K K Via". a 5 ., . O ..r ab KP o d C qua i ntOM �e v%[',t vi 3.h�va o-H,., A'v$ u vi e.wU a(. mR m ui »G nw a I'! 'w z u Gl'h i �aKa m � u 'na Ai xLLwa `"f UU U ., YYG �!aKll rx 7pG�i ..... ..................... o ...................... . . ..... . . . . ► CN �-S) z 0 Z� 1: < Z-LU,2 aF D. - " Z o 0 Z LLJ Z,;. LLI 0 zd Lu Ro U.1 UJ - Rz 2Vk 0 o 0 P, LL LLJ LL z 0 0' z 0 L1.1 u Z. 0 w w w O U5 z w LU J. . . . .. ........ ................ i[d - ---------- . .......................... — ..... . . . .... ..... Z . ..... - ------ . . . ..... ------------ "—pp ........... Ed pQ x 0 w 0 w 0 0 U. z 0' uj Agre,e-7me a N a?.7 13 0 T C,4 - z Luz < 0 D. 81 7 wgs LLI CL A z LU . .... w "g 0 W 2= iL5 < C.)n LU, z 0, >w- 6 is (Y 9 is LL 0 u w 'y LL Z LL z L 2 w Z of iz Of Fn X W z w LU . ...... . . . . . . . . ............ v LIM ............... . . ------ . . ........ . .......... . ........... ------ — — - - .... M L 214, LL F— U) LL rn f ullitidy4y. 1411 z C) 9— 2 z < CN Z 0 Lij ti. "o, U) Lu 0 onW 0 W, z 0 LU W 0 �jl T. LL - _j �Lu LL 0 8 8. 0 Z El H ID H wED LU 0 w a Ilk a d �j 0 w z 0 LL z . . ....... ....... ...... ------- r eme N . 7, o o LU o= 3wou Q w J :Nmma .WzzW=W O W -_ (WI) O W . N30 UJ UO W p v a rz �- < o x p o o o� ow�5a w � d N �oo. i ssum3a. a� = uFa U Q'N io W`2a4 3 ... .. _. -o3 \o� µ .. i �w 5 J20 �z,w; �a¢.� w �wzx w 7 n � o g W e a d s ti ^ IT pry,YgNdd 0 kdKd 'P . i ,. ggyy C V �• zo w lw kk L" 1 E E E o 56 x �l i y i E�2p 4 Ir d ,17 o .,a) p m f n ♦! _ :z. i o z a � W Dil K@ qq z` �g i y LU Li M I lelfle'6 'N' f Z-z LLI D. LF) 4 Lij. LL trill W o LL — L, LU —j LU RE z T E I 3 It ry- - - ----------- - - - - 771, I m= ........ . . . . . . ................ - ..... . . . . ................................ . . . .... ...... . . . ....... . . ------ 7 F37 . . . . ................... . . .. .. . . . . . ... ................. . . ..... . .......... . . I . .. . ........... . .......... . . . . . . ....... . . ........... 0, ............ ........... ... LL11 121 Eli all IL IS fe fr .... . ...... . ACr eme-6r4lj. (71 Ol Z 22) IM" < LU (L z W. �sc (n I S9 1 Lu Lu 1� -jjr z w m ca LU 3� < z 0 W . < 0 w C/) z z L) L) b, C w w w zo w () w O(E a 0 GO � o'n � �'. "zx nr3 ter>u'uws�r�n._n�uda. v��+d _,�� ui ui 0 z z iw w ova 95 I D M !'N'D R."az - E a z i z IrE t J z, z > MzM z b5 Z.. 4-. A mitii py u b �5 F. I q Z CV Z a Z S Avg O Z w z F- (.9 It M, Wa . x N qp V ) y. O a LL Y A a r 0 w U I P _ II w ui ui 01, n 6 e Pi uj �a � ❑ o � �m ""::;::. .�.� `��.. fir' . L Ac r eme o �S z-W� o a o 0 w fn «� iir w 4. a a W 6 0 • w (n w J P " yp L';,� . Z Ct J Y" w V rn H+ W`z� d W - U a 22 3 ......... Z LL Z ... y O w � O O IIIIIIII da Z P W ?y rr 1W S x. ryark... 10, _ .... �1... .......... : r z g z 0 ry.... ......................_ 0 •� W rl LL ,, m LL Ac reem e N, 7 k13 o 'z- z w < cn w 0 2 w LL < L) Ru 'a LLJ uk LL af 0 z 0 LLI 01, z z z E FA Ej r--,] Fl H C) -------------- . . . . ......................... ....... ... . . . . ....... . .... ........... .. . ........ . . - - - ---------------------- - . . . . ..... . .............. .... .......... .. .... . ......... 7 . ............ .......... . ...... LL Ay Z- D C, 0 w CL U) w -0 Lu- z F 'F j j LL of 0 W E zo LU a z GO - - -------------- - .. ..... ----- . .......... ... . ....... . ........ . . .......... . .. . ... ............. . ....... . . - ------- ------- lk zi o< p z o Z w ujN) w da mg ffiww N Ly AM x W" CL. Q < R m �x CD J Z N Qm Q 1 1 U buy, r�• ...,m W i W �.... U w x..ujJ a ' n o ry w will) zi� N 0 O to NP 1 4 N Rl y U fi 1,5 u i7 ......�dPp .......(...... C...� ... .......«^..... .....'"�..... a' ixi �M6 cs cr+ iu z i_ Or iu iu b [i k G ri _ D All c8rs �d xz— 1..i d�� n u�u�x n `i2 v � m "� W a ~O ZAl O vM i.,e t..".�xvz s.Yx �xx x!r. ail r~ u.xnx 'xn Ewa d n Uw ".r ¢y ',, u " rn O U Q i Q' y'' ✓, o'I avd Dw LU m µ O g r g w a ¢ pK q w Q 2, >Z. 'i �G w O �^�� 33 ES G 3 W. Q fn K a`r'. eada¢+Qav +c a. grlt}U�UUUrlU2 cl cr u'una(v rr re (v (nniNz err Y (X X x ao�.. R z, n i.a w Wcr n r s n �. r co O C AD GTry, rW •e, "N�.. mQ µ A ce ew G" two �.,ny A, b W� V i W Yr w Z n Q {L ORAno F a O Z O W x q w xr app w O ><M o H Q } Waxw,� Z W (n W xx LLJ W Q f:: o of cX '.6 t'l o LU "I � ca w Q O t> 'iNi a-�", J 4x w .a tarry ...... y o Q LL J Q iz. �w f G G ui sir n Inv iv: N G oes G x, N�? c> a w .c rc o LL a, �........� .: er r� c ��.� �..�mm....... ..... ...._ O LL r,; I MEIN I .. . ........... n it .. 1aw . ......... . ..... . ............................... ..... . . . ............. 0- ol, j I ............. 00 . . .... k.. . .. . . ............ . . . . . . . ........... . . ...... . . . ts i rjJAt ON Icy ru as ww S inoI Als, I . . . ........ .. . .......... . ........... . . . r ME T7 0 af 0 T- § Z- 0 uu LLI IH -j D LL aLq ui w LU 00 z o" >Z a - UJ lit 2 Y VI LL - o o i:.-. LU IU4 ziP 0 Hu zi OZ il, 0 :1 U-9 ZD E . . . . . ....... �3 ............ ..... 411, ........................ . ....... . ........ . . . . .......... . ...... .. .......... . .... ....................... . . . . ... ......... .......... . . . . . . . . . ........... ................ . .... ..................... > z . . . . . . ...................... . . . . . ..... .... . .................... .. 0 -4 LLJ 3 LL LL $51 0 a u fA u o� z a� llu 29 x W n m A O Ai O u° 2 Pi K a i� y�y. Z 11 o v .a Z o El E c- B ED o ff M (9 a oN y n M44 �V �A ro r N 0 Z � O n� q W Z-w2 O D.g� w Ix i F N w�oW ¢ a q r—� W >� m =wz m cn Ww Wo y� a wl `,q _ 1, �J Y n U LPL W p W ,.. m' Z Oa0 � 1 < f9 z W Z Wna W N P V 8 .. . CX 14L). f I m; I J' =1111=16� A �-Aflf i L) o C"! 0 Z'o Z w 3 0 LL z 2 65 y 4L; LU < 0o a LU Z, U) W.w < N ®w C/)z 0' > z - a P Lu a, 0 Lu - z <0- 2 3 I I K. LL Y Wny Of 0 w 0 z . I El ui ,3,. - lz ,A, 11 �:: , LU It. 0 W z aF w z CD Z . . ........... . . . ........ - . .. ..... ..... CAI ............ .......... .. . ...... ... ------------- --- . z ............ . ........ .. .. . . . - — - --------- - 0 c) U- 7 z 0 1 LU Wuo ,Z ....... I v y c ) w 0 0 I sy fY tip CAt LU o" rdeme mbNo, 7 Z8 w Z-W" 2m D. 8 U) 0 , 7 w �-o LL, rq Z, z U) LU 0 -io L) C) I W, z LL w LU 0 O'er, /191 UU1 I It L M I v Z A Ego zA 'So . . . . . . ... . ..................... Z 7777-77 It, JO 10"0 a L) . . . ........... . .... Icy iF Fz- 6ET < 1 gulf 111 11 inn, in! l, 1 I wassam a , m 1 O"Ur S'l I �-,. 0 z 11 C6 Hillisran . 1 9 Agreement No. 7162 City Construction and Demolition Debrlis Waste Management Plan (WMP) Form Agreement No. 7162 PW INSTRUCTIONS City of El Segundo Public Works Department (310) 524-2300 Construction and Demolition Debris Waste Management Plan (WMP) PUBLIC WORKS PROJECTS (including MUNICIPAL ROAD CONSTRUCTION, OVERLAY, SIDEWALK REPAIR OR LAND CLEARING PROJECTS) INSTRUCTIONS Pursuant to the California Green Building Code of 2016 (2016 CALGreen), the City of El Segundo requires diversion (repurposed, reused, or recycled) of at least 65% of non -hazardous construction and demolition (C&D) debris from Public Works projects. A C&D Waste Management Plan must be submitted to the Public Works Department for municipal projects or projects on public property. The contents of this packet, when completed, constitute a C&D Debris Waste Management Plan (WMP). This packet is designed to track the amount of C&D debris diverted or disposed from your City -related (i.e. Public Works) project. If you believe your project cannot achieve the required diversion, you must complete and submit Form PW-D, the EXEMPTION REQUEST form, to the City (i.e. your Project Manager) explaining the circumstances, and requesting an exemption from the requirements. Ste : Complete Forms PW-A and PW-B Form PW-A is the PROJECT INFORMATION form. This form asks for basic project information, such as name, type, description, location, and contractor contact information. Form PW-B is the PRE -PROJECT WORKSHEET form. This form asks for estimated amounts of debris that will be generated by the project. Option I If you are electing to contract with hauler(s) from the Authorized Hauler list who will handle recycling compliance on your behalf, complete Form PW-B (short form). Option ., If you will be handling all waste management activities (through direct hauling or use of own bins), complete Form PW-B1. Estimate the weight of the C&D debris, by material type, that will be recycled, reused, salvaged, disposed and/or transformed from your project. You must complete either Form PW-B or PW-61. Ste 2. Submit Forms to Public Works Forms PW-A and PW-B (or PW-131) must be submitted to your Public Works Project Manager and approved prior to commencing work. Ste : Complete POSE' -PROJECT SUMMARY - FORM PW-C At least 5 business days prior to contractor requesting release of final project retention, submit a completed FORM PW-C to your Public Works Project Manager. *NOTE* A FACILITY INFO list showing nearby companies that accept C&D materials for recycling is included in this packet. This list was developed to assist you in finding local facilities to use as an alternative to disposal. If you use a certified mixed C&D processing facility, your project will meet the diversion requirements. There are authorized haulers that do business in El Segundo. The HAULER LIST showing companies that are authorized to collect solid waste inEl Segundo is included in this packet. You must use one of these haulers if contracting for waste removal service. For your convenience, there are electronic versions of the forms that will automatically calculate waste generation, disposal, and diversion based on the data entered. Rev. 12/4/2020 Agreement No. 7162 FORM PW-A �y City of El Segundo Date: pG Public Works Department PW Project Manager �u�� y (310) 524-2300 PW Project Name: Project Name: Contractor Name: FORM PW-A - PROJECT INFORMATION Submit this farm to the Public Works Department prior to commencing your project for all, municipal grojects, .subject to compliance, or projects on ubllc rya ert. Project Address / Location: Mailing Address: City / State / Zip: Ofc Phone No.: Cell No: Email: Project Type: Mark appropriate box in each column with an "X": Road (construction, overlay, repair) USE FORMS PROVIDED BY EL SEGUNDO I Facility Improvement (renovation, alteration, or addition) COMMUNITY DEVELOPMENT DEPT Ld Land Clearing (trail, grading, etc.) El Other .......... Estimated Project Start Date: Estimated Project End Date: Request for Exemption: (If you are requesting an exemption, fill out Form PW-D: Exemption Request) To the best of my knowledge, the above information is an accurate representation of the proposed project. I have been made aware of the 2016 CALGreen requirements and will comply with all requirements. Print Name Title Signature Date El Approved Further Explanation Needed Reviewed By LY - Aooroval' Status El Denied Exempt Due to Infeasibility Date Rev. 12/4/2020 2 Agreement No. 7162 FORM PW-B City of El Segundo Date: Public Works Department PW Project Manager: (310) 524-2300 PW Project Name: FORM PW-B - PRE -PROJECT WORKSHEET - PUBLIC WORKS PROJECTS This f rm mugmugg bg completed and a r ved or a demolition /building germit will not be issued. Instead of completing a detailed accounting of the types and quantities of C&D debris that will be generated from this project (FORM PW-131), you have the option to select one of El Segundo's authorized waste haulers. These haulers can handle your project's debris in such a way as to comply with CALGreen standards. If you elect this option, please specify which authorized hauler(s) and/or facility(ies) you will be using and sign the acknowledgement below. El Segundo authorized hauler(s) and/or facility(ies) can be found on the City's website: Liljp&/lwu,e1sw,icndo.orret/gcyfrrtrlae�t�Gfe srCmanksd.w.abd'dc� waar dlr sh-recvctlin It is your responsibility to ensure that the hauler knows you are contracting for "C&D Recycling Service" so that the material is properly handled and waste diverted. You need to obtain weight tickets from the hauler indicating the type and weight of the material collected. In order to comply with the requirements of the WMP, I will contract with the following hauler(s): Hauler: I understand that I am responsible for obtaining copies of any and all weight tickets from all haulers and/or facilities which receive debris from this project and that I will submit a Post -Project Summary (FORM PW-C) at least 5 business days orior to final cats eofion. Print Name Signature Date Rev. 12/4/2020 Agreement No. 7162 FROM PW-Bl gg City of El Segundo Date: i Public Works Department PW Project Manager: "'+rw (310) 524-2300 PW Project Name: FORM PW-B1 - PRE -PROJECT WORKSHEET - PUBLIC WORKS PROJECTS [This form is to be completed only if you plan to use your own company -owned bins/trucks for disposition of material] This form must be com !Seedand a roved or a demolition /building permit will not b2 dssued'. In the table below, list estimated weight or cubic yards of debris that will be generated, recycled, reused, salvaged, disposed, and/or transformed by this project. You must include all recyclers, salvage companies, recycle facilities, mixed -use material recovery facilities, landfills, and/or transformation facilties that will be used for the project. List of materials to be generated from the project: ex. Reused/Salvaged/Donated Ex.: Habitat for Humanity, Thirft Stores, regrind onsite, reuse fixtures, reuse dirt/concrete/asphalt Recycled A facility that accepts 100% recyclable materials to be turned into other products. Delivered to Mixed C&D Recycling Facilties that recover some materials for recycling Disposed/Landfilled/Transformed Transfer station, landfill, or SERRF Generated (total of above) Initial Here Initial Here Print Name TONS CUBIC YARDS Facilities to be Used I or my company elect not to use an authorized hauler because I or my company own containers (bins or roll -off boxes) and/or dump vehicles and will not be contracting for debris removal services. I understand that I am responsible for obtaining copies of any and all weight tickets from all haulers and/or facilities which receive debris from this project and that I will submit a Post -Project Summary (FORM PW-C) at least b business, da s rlor to fmnaY Ins ectaon, Signature Date Rev.12/4/2020 3-A Agreement No. 7162 Form PW-C City of El Segundo Public Works Department (310) 524-2300 a a .•iti` Project Name: Form PW-C - Post Pro'ect Summaty Project Address: Contractor Name: Project Manager: Project Number: Date: This form must be submitted to the Public Works Department at least 5 business days prior to project finalization. Provide facility name, material, and total tonnage disposed and/or diverted. Documentation must be attached (i.e. weight tickets). If an approved mixed waste processing facility was used, a report by the facility for this project is preferred. Return the completed form to the Public Works Department. You may use additional sheets if necessary. ry If you used one of the City's authorized haulers or facilities, complete this section, then skip to the SIGNATURE section below. I used to meet the recycling requirements. Weight tickets are attached. (List haulers and/or facilities that were usedl I. FACILITIES Please list all facilities (i.e. landfill and/or transformation, recycling/reuse/salvage, mixed C&D debris processing, materals recovery) used for this FACILITY NAME TONS DELIVERED TONS DIVERTED TONS DISPOSED DIVERSION RATE 1 2 3 4 Other (reused on site) TOTALS Please enter disposal and diversion totals for each item below, according to letter. Totals reported must match those. listed in Section t: TOTAL GENERATED (A) TOTAL DIVERTED (B) TOTAL DISPOSED(C) OVERALL PROJECT DIVERSION RATE -0.00% (B/A)-100 To the best of my knowledge, the above information is an accurate representation of the disposition of the construction and demolition materials generated on the jobsite. I understand that the City of El Segundo may audit disposal and recycling documentation for this project. Print Name Signature PW OFFICE USE ONLY Diversion Requirement Met: = Yes No Exemption: = Yes No Reviewed and Approved by: Date: Rev. 12/4/2020 Agreement No. 7162 Form PW-D • °°° City of El Segundo Public Works Department (310) 524-2300 Project Name: Contractor Name: Project Number: Form PW-D -Exemption Request Project Address: Project Manager: Date: If it is infeasible for you to comply with all of the requirements set forth by the Construction and Demolition Debris Recycling Form and you are requesting an infeasibilty exemption, please use the following space to explain why your project should be considered exempt from recycling requirements. PW OFFICE USE ONLY Exemption Approved: Yes No Reviewed by: Date: Rev.12/4/2020