Loading...
CONTRACT 7391 Public Works ContractAgreement No. 7391 PUBLIC WORKS CONTRACT BETWEEN THE CITY OF EL SEGUNDO AND ONYX PAVING PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 This CONTRACT is entered into this 15th day of September, 2025, by and between the CITY OF EL SEGUNDO, a general law city and municipal corporation ("the City") and Onyx Paving Company, Inc., ("the Contractor"). 1. WORK. A. The Contractor will provide all work required by the Contract Documents (the "Work'l). 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 fixrnished 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 Nine Hundred Nineteen Thousand Dollars ($919,000) 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. 7391 3. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work within forty-five (45) 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: i. 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 ano 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 -party claims against the Contractor, but in no event later than tern (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 -parry claim. 6. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. 7. 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. 8. 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. 7391 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, bonLrs or similar betel its 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 Cijy The Contractor Cheryl Ebert, City Engineer Corey R. Kirschner, CEO City of El Segundo Onyx Paving Company, Inc. 350 Main Street, 22707 La Palma Ave. El Segundo, CA 90245 Yorba Linda, CA 92887 ceberte'ielseundo.ora bids@onyxpaving.com (310) 524-2321 (714) 632-6699 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. 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 I-D-3 Agreement No. 7391 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 FACSEVME 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. 7391 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. Cl=ELS""tND:, Darrell George, _e-� - City Manager A'rT' Susan Truax, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney By: 11 avid H. King, Assistant City Attc ay ONYX PAVING COMPANY, INC. C brey Kirschner CEO Narild'. I,eiy Kirschner Titl ," ecret ry Taxpayer ID No. 33-0394344 Contractor State License No.: 630360 Contractor City Business License No.: 19673 Insurance Reviewed by:, ii aVl°` �1-51L, 1-D-5 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On ctober 2, 2025 before me, Leslie Rocha. Notary Public , Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(1) is/aYe subscribed to the within instrument and acknowledged to me that he/sNe/ttley executed the same in his/hoer/their authorized capacity(ies), and that by his/her/their signature(m) on the instrument the person($), or the entity upon behalf of which the person(x) 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. a Lesue RocHa WITNESS 7myhaand official seal. 4 �y7 czar°, Pjbdc . CaWarna z s 011 a 4 an i: ?�v 2ze Signature ............_... ps248 > `,XWL1S Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ __ Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On Ortaber 2. 2Q25 before me, Leslie Rocha Notary P li , Date Here Insert Name and Title of the Officer personally appeared Jay Kirschner Name , of Signer" who proved to me on the basis of satisfactory evidence to be the person(s) whose name(N) is/c-we subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(ias), and that by his/hear/their signature(o on the instrument the person(sr), 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. LEsuE aocHA WITNESS my hand and official seal t Nctary Di1C California or, "'4494.a Signature my Comm. Expires 1c, Z028 . Signature of Notary PublicB Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _„. Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 9 P 9: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 NOTICE INVITING SEALED BIDS FOR THE PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO PROJECT NO.: PW 25-07 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: TUESDAY, JUNE 10, 2025 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 traffic control, centerline -tie surveying and tie/monument replacement if removed, asphalt repairs including tree root removals, asphalt cold milling, hot mix asphalt paving, sewer and storm drain manhole -cover adjusting, water system valve -cover adjusting, clearing and grubbing for slurry seal, crack sealing, mechanically removing striping in slurry seal areas, slurry seal Type II resurfacing, dust control, street sweeping, thermoplastic re -striping, reinstalling pavement markings, and related work. Work on the Project must be performed in strict conformity with Specifications No. PW 25-07 as adopted by the El Segundo City Council on May 20, 2025, 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 from the Engineering Division of the Public Works Department, City of El Segundo, 350 Main Street, El Segundo, California, 90245. Plans And Specifications are alternately available electronically via butt s1/raw/ els undq,�a /goy^ernrraent del),,iilmctits/eit -cler bid-ri" A pre -bid meeting is scheduled for Wednesday, June 4, 2025, at 9:00 AM, first at 118th St. between Hornet Way and Aviation Blvd., and then on W. Grand Ave. west of Loma Vista in El Segundo, CA 90245. Bidders' attendance at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on Thursday, June 5, 2025 to litt is://www, lse rtando.c Bove-nmentYrle arp tmeiI,tis ublic-work /recu st-xiblic-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 located at www.dir.ca.gov. Note that the Project is subject to compliance monitoring and enforcement by California Department Agreement No. 7391 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 Contractor's 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 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 fixrther acknowledgment by the parties. Agreement No. 7391 Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted to the City Clerk, 350 Main Street, City of El Segundo, in a sealed envelope plainly marked on the outside: "SEALED BIDS FOR PROJECT NO.: PW 25-07 PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO DO NOT OPEN WITH REGULAR MAIL" The bid must be accompanied by a bid bond, made payable to the City of El Segundo for an amount no less than ten percent (10%) of the amount bid for the base contract. 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 "A" or "C-12". 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 day of , 2025, CITY OF EL SEGUNDO, CALIFORNIA Susan Truax, City Clerk Agreement No. 7391 FAITHFUL PERFORMANCE BOND PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Bond No. 2369309 / SPA150329097 Bond Fee: $6,893.00 / Subject to Change Based on the Final Contract Price ("PRINCIPAL") ONYX PAVING !COMPANY,INC., Swiss Re Corporate Solutions America Insurance Corporation and & SiriusPoint America Insurance Compan , a corporation incorporated under the laws of the State of MO & NY 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 NINE HUNDRED NINETEEN THOUSAND DOLLARS ($919,000.00), 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, PAVEMENT REHABILITATION PROJECT PLANS AND SPECIFICATIONS NO. PW 25-07, 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 PLANS AND SPECIFICATIONS NO. PW 25-07, 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 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. 7391 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 PLANS AND SPECIFICATIONS NO. PW 25-07 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. 7391 SIGNED AND SEALED this 16th day of September , 20 25 Onyx Pavin Company, Inc. Swiss Re Corporate Solutions America Insurance Corporation & SiriusPoint America Insurance Comm PRINCIP 's PRESIDENT Corey SURETY's ATTORNEY -IN -FACT Albert Melendez PRfN s SECRETARY T,,y k;rs&l.„tr S T'Y' ''FITNESS Zyanya Hernandez PRINCIPAL's MAILING ADDRESS: SURETY's MAILING ADDRESS: Onyx Paving Company IncSwiss Re Corporate Solutions America Insurance Corporation Y 9 P Y _..... & SiriusPoint America Insurance Company 22707 La Palma Ave 1200 Main St. Suite 800, Kansas Cit MQ 64105-2478 Yorba Linda, CA 92887 1 World Trade CTR, 285 Fulton St, 47th FL Ste 47J ...... "001Mzo� „ New York NY 10007a 4�0 NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office. fl?': " E A L (2) Bond shall be effective for one (1) year after acceptance of theca'a�s apyry W` 1979 I-E-3 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On September 16 2025 before me, Leslie Mocha Notary Public Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(1) is/aKe subscribed to the within instrument and acknowledged to me that he/s0(e/t1y executed the same in his/hoer/their authorized capacity(ia), and that by his/hor/their signature() on the instrument the person(s)., or the entity upon behalf of which the person(x) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -LEStree WITNESS my ha and offi s I. w Nasty Pjbdc e uka rr�4 Commiss&cid . 2484949 v C,rrc. Ezpirstr 13 Signature . . ........ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 j County of Orange On September 16. 2025 before me, Leslie ha Nota' P hlic Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(O whose name(l j is/we subscribed to the within instrument and acknowledged to me that he/ske/tfty executed the same in his/hoer/their authorized capacity(i ), and that by his/hur/their signature(!) on the instrument the person( , 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. LESLIE ROCHA WITNESS my hand and offic eal, 6r(_, ^ Notary Public • Caiifoniaa aTy Orange Countv Commission ; 24849ac �y Comm. Expires Ma t 2f.23 SignatureC , µ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) SEP 16 2025 Melissa Annette Lopez, Notary Public On ,,,, before me, p ry Date Here Insert Name and Title of the Officer personally appeared Albert Melendez Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/sbe they executed the same in his/her/their-authorized capacity(ies), and that by his/4e0h& signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ELISSA AN NETTE LOPEZ Notary Public California m orange County Commission # 2521857 my Comm, Expirm Jura 28, 2029 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 Signature Signature of Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:.. ......... _. Document Date:, Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ .._.._.� Corporate Officer — Title(s): Partner — ❑ Limited General Individual ❑ Attorney in Fact _ Trustee U Guardian or Conservator 1 Other: Signer Is Representing —www Signer's Name: �.....,., Corporate Officer — Title(s): _ IT Partner — ❑ Limited L. General Individual L J Attorney in Fact L Trustee 1_1 Guardian or Conservator C Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ERIK JOHANSSON, JENNIFER ANAYA, MELISSA LOPEZ, CHRISTINA ROGERS, ALBERT MELENDEZ JOAQUIN PEREZ, JONATHAN BATIN, VANESSA RAMIREZ, ZYANYA HERNANDEZ, and JESSICA T. GARCIA JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bind ine anon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached." as POR"' S rtry�o " 'k" A By Erik Janssens, SeaWr Vice President of SRCSAIC & Senior Vice President . of SRCSPIC &Senior Vice President of WIC �•,wS*,✓I�I,S',�i, Lyt}'''".,i.Y ,' r+ha'F� "a7f,,.r'"'"" C?,"� B ,,aAftfs yM� ". •., dr5 . y"", Y k '^'"�a+ rnia�iraaa+rwa r �mnnr* y, ax'a'4"''A Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation Countyof Cook ss Westport Insurance Corporation On this 10 day of NOVEMBER 20 22_, before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and liendd I�t&q, Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. Rta CIF : y _w Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and I, Je(';trev xoldbel' ,the duly elected Senior President Assistant Secr, foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still infull force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 16th day ol''mm SePtefter 202 5. Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC Agreement No. 7391 No. 3208-6 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE NCE OAKLAND Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Swiss Re Corporate Solutions America Insurance Corporation of Missouri, organized under the laws of Missouri, 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, Disability, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Sprinkler, Automobile and Aircraft 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 7" day of June, 2022, 1 have set my hand and caused my official seal to be affixed this Ph day of June, 2022. Ricardo Lara Insurance Commissioner By Valerie J. Sarfaty for Catalina Hayes -Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance 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. 7391 POWER OF ATTORNEY PERTAM01 0823 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS: That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as surety. Such authority can be executed by use of facsimile signature. Does hereby nominate, constitute and appoint: Albert Melendez, Christina Rogers, Erik Johansson, Jennifer Anaya, Joaquin Perez, Melissa Lopez, Yu Cheng Chiang, Frederic M. Archerd, Jr., Mary Martha Langley, Jonathan Batin, Vanessa Ramirez, Zyanya Hernandez, Jessica T. Garcia Its true and lawful agent and attomey-in-fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $63,971,000 single bond limit All acts of said attorneys -in -fact pursuant to the authorities herein given are hereby ratified and confirmed. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. ,,,,,,,$pyT SiriusPoint America Insurance Company [979 - .` " State of New York Q Paul Mihulka County of New York "'"+"„#BN��a,0"+'"" President On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. 00 SUSM HV15COCK toot `y Pufb0c w �" Bsw k F4,01Ft16444797 /Notary Public Quaulifiled tar Fttu h~d COuntY Carmants$100Eaut�rest3arc 5, 2iI261 My Commission expires &OC• STATE OF New York COUNTY OF New York I, Paul NQulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 16th day of September 12025 i Patel Mihulka President Agreement No. 7391 No. 3121-1 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE OAKLAND Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, SiriusPoint America Insurance Company of New York, organized under the laws of New York, subject to its Articles of Incorporation or other fundamental organisational documents, is hereby authorised to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, Aircraft, 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, I set my hand and affix my official seal this 21 s'day of November, 2022. Ricardo Lara Insurance Commissioner By Valerie J. Sarfaty for Catalina Hayes -Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance 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. #1348383.1 Agreement No. 7391 LIED IE SURETY UNDERWRITERS 10 10805 Old Mill Road Omaha, NE 68154 September 6, 2023 Bond Obligees Project Owners General Contractors RE: Digital Seal Authority and Enforceability Notice To whom it may concern: The use of an electronic image of the corporate seal of Siriuspoint America Insurance Company (the "Digital Seal"), and the attachment of the Digital Seal to any surety bond issued by Siriuspoint America Insurance Company is authorized by the company. Siriuspoint America Insurance Company acknowledge and agree that the Digital Seal may be affixed to any authorized Surety bond approved by Applied Surety Underwriters, and relied upon to the same extent as if a raised corporate seal was attached to the bond. Delivery of a digital copy of this Digital Seal Authority and Enforceability Notice, executed electronically, to an Obligee or Obligee's representative, shall constitute effective execution and delivery of this notice and shall have the same legal effect as a delivery of a tangible original of the notice with my original "wet" signature. If you require further verification you may email our Home Office Underwriting Center at infra .s rety.auw,cor , In Witness Whereof, this has been executed bythe President, Applied Surety Underwriters for Siriuspoint America Insurance Company. Arl 17 Thank you for your continued business. Sincerely, Joshua C. Betz President, Applied Surety Underwriters Agreement No. 7391 LABOR AND MATERIALS BOND PAVEMENT REHBAILITATION PROJECT PROJECT NO.: PW 25-07 Bond No. 2369309 / SPA150329097 Bond Fee: Included in Cost of the Performance Bond ONYX PAVING COMPANY INC. as principal ("PRINCIPAL") and Swiss Re Corporate Solutions America Insurance Corporation & SiriusPoint America Insurance Company , a corporation incorporated under the laws of the State of MO & NY 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 NINE HUNDRED NINETEEN THOUSAND DOLLARS ($919,000.00), 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 PAVEMENT REHABILITATION PROJECT PLANS AND SPECIFICATIONS NO. PW 25-07 ("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 25-07, 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, 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. I-F-1 Agreement No. 7391 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 PLANS AND SPECIFICATIONS NO. PW 25-07, 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. 7391 SIGNED AND SEALED this 16th day of September —, 20 25 Onyx Paving Company, Inc. Swiss Re Corporate Solutions America Insurance Corporation & SiriusPoint America Insurance Company XlY' PRINCUMUS �P, IDENTCo,ey 45(,Lhv, SURETY's ATTORNEY -IN -FACT Albert Melendez PRINCII� �'s SECRETARY Soy C rslhv SVEY's Zyanya Hernandez PRINCIPAL'S MAILING ADDRESS: SURETY's MAILING ADDRESS: Swiss Re Corporate Solutions America Insurance Corporation Onyx Paving Company Inc & SiriusPoint America Insurance Company ........... — 22707 La Palma Ave 1200 Main St. Suite 800, Kansas Citv, MO 64105-2478 Yorba Linda, CA 92887 World Trade CTR, 285 Fulton St, 47th FL Ste 47J New York, NY 10007 "I'" . ...................... ..... e, Z `SE A L SEA 197 197 4, NOTE: (1) ALL signatures must be acknowledged by a notary public.'-Z, 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. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On , September 1 Fi; 2fl25 before me, Leslie Ro h Nota PuNii „ Date Here Insert Name and Title of the Officer personally appeared orey R. Klrsc r Named of Signer(' who proved to me on the basis of satisfactory evidence to be the person(s) whose name(t) is/aye subscribed to the within instrument and acknowledged to me that he/sIve/they executed the same in his/hoer/their authorized capacity(i )„ and that by his/her/their signature(i� on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. LESLIE ROCHA WITNESS y hand nd offi ` * , Nctary Public • California T r^ pti Orange County � J Commission 1 24849,19y comas, Expves Mar i9: tozs Signature Signature g e of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator I-1 Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator rl Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange On September 16, 9095 before me, Leslie Roc�aa Nota Public , Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/axe subscribed to the within instrument and acknowledged to me that he/sO(ee/tl y executed the same in his/hoer/their authorized capacity(iat), and that by his/her/their signature(g) 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. psi ara ecary kroghc Gavarni WITNESymyha and eal. <�g —Y�3 g� d Qi �;tr f - Com.mi `Y corm, x dr s� r MJLU Zwzwpl Signat'ur Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: — Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On SEP A 6 2025 before me, Melissa Annette Lopez, NotaryPublic _................ Date Here Insert Name and Title of the Officer personally appeared Albert Melendez _ Name(s) of Signer(s) 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/sbeAhey executed the same in his/her/their-authorized capacity(ies), and that by his/#per/theiF signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MELISSA ARNMELOPEZ Notary Public . C llforMa Orange County Commission 0 2521857 My Comm, Expires Jun 25, t0 4 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 I . 6 Signature Signature of Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: — Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — ❑ Limited iD General Individual ❑ Attorney in Fact i_=: Trustee 0 Guardian or Conservator Other: Signer Is Representing: Signer's Name: -w____ Corporate Officer — Title(s): Partner — L Limited L'. General Individual LJ Attorney in Fact Trustee -F] Guardian or Conservator C Other: Signer Is Representing: ©2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ERIK JOHANSSON, JENNIFER ANAYA, MELISSA LOPEZ, CHRISTINA ROGERS, ALBERT MELENDEZ JOAQUIN PEREZ, JONATHAN BATIN, VANESSA RAMIREZ, ZYANYA HERNANDEZ, and JESSICA T. GARCIA JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding imon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." �8 iCrat to Pta' , Poi"�?a«ot0R .«. r �.,, p� B,rik Jans,titnr,„.. Senior Vice President of SRCSAIC & Senior Vice President , SEALVN. S E / i « "r of SRCSPIC &Senior Vice President of WIC �`' 1973 By ".aw.. ",,Z"Is �* �+`' Gerald Jagrowski, Vice President o f SRCSAIC& Vice Presiden t of S RCSPIC � J �NIMJ.W���rM�rvabMx & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Psi Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and �i; „ r:I„I¢„mm� a rt,LKsski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ------------- 0WI SEAL CHAI, "lNAMMI' ` O Nr �t I, , cff cywG,pl'Ql��C& the duly elected ;Senior .P.L� LostdnJ_Jrld As Istarla pct�er?I�y, of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney givcn by said SRCSAIC and SRCSPIC altd WIC, which Is still in full force and effect. IN WITNESS WHEREOF, I have set my hand andaffixed the Sear of the Companies this ttn rltty off'_ September l� „mber ._..,,, 2025 ._ Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC Agreement No. 7391 No. 3208-6 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE OAKLAND Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Swiss Re Corporate Solutions America Insurance Corporation of Missouri, organized under the laws of Missouri, 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, Disability, Plate Glass, Liability, Workers' Compensation, Boiler and Machinery, Burglary, Sprinkler, Automobile and Aircraft 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 7th day of June, 2022, I have set my hand and caused my official seal to be affixed this 71h day of June, 2022. Ricardo Lara Insurance Commissioner I By Valerie J. Sarfaty for Catalina Hayes -Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance 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. 7391 POWER OF ATTORNEY PERTAM01 0823 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS: That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as surety. Such authority can be executed by use of facsimile signature. Does hereby nominate, constitute and appoint: Albert Melendez, Christina Rogers, Erik Johanson, Jennifer Anaya, Joaquin Perez, Melissa Lopez, Yu Cheng Chiang, Frederic M. Archerd, Jr., Mary Martha Langley, Jonathan Batin, Vanessa Ramirez, Zyanya Hernandez, Jessica T. Garcia Its true and lawful agent and attomey-in-fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of $63,971,000 single bond limit All acts of said attomeys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. °a�i'�";'+�a,, SiriusPoint America Insurance Company State of New York County of New York I �-�N'tulMihulka President On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. =Qualilfled K ttav York k N"t No'. d cowty 5711� 26 STATE OF New York COUNTY OF New York /Notary Public My Commission expires 4-0a. g 0)516 I, Paul Mihulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 16th day of September 2025 tiw�X�KVwN INS urau�rctl4arjrrrin > -- —. SEAL 1979 ,ISM= Paul Mihulka yo , .` President Agreement No. 7391 yAPPLIEDSURETY UNDERWRITERS 10805 Old Mill Road Omaha, NE 68154 September 6, 2023 Bond Obligees Project Owners General Contractors RE: Digital Seal Authority and Enforceability Notice To whom it may concern: The use of an electronic image of the corporate seal of Siriuspoint America Insurance Company (the "Digital Seal"), and the attachment of the Digital Seal to any surety bond issued by Siriuspoint America Insurance Company is authorized by the company. Siriuspoint America Insurance Company acknowledge and agree that the Digital Seal may be affixed to any authorized Surety bond approved by Applied Surety Underwriters, and relied upon to the same extent as if a raised corporate seal was attached to the bond. Delivery of a digital copy of this Digital Seal Authority and Enforceability Notice, executed electronically, to an Obligee or Obligee's representative, shall constitute effective execution and delivery of this notice and shall have the same legal effect as a delivery of a tangible original of the notice with my original "wet" signature. If you require further verification you may email our Home Office Underwriting Center at infoac�x.suret auwM!.cc rn In Witness Whereof, this has been executed bythe President, Applied Surety Underwriters for Siriuspoint America Insurance Company. Thank you for your continued business. Sincerely, Joshua C. Betz President, Applied Surety Underwriters Agreement No. 7391 No. 3121-1 STATE OF CALIFORNIA EPART LENT OF INSURANCE OAKLAND Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, SiriusPoint America Insurance Company of New York, organised under the laws of New York, subject to its Articles of Incorporation or other fundamental organisational documents, is hereby authorised to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Sprinkler, Team and Vehicle, Automobile, Aircraft, 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 Imvful requirements made tinder authority of the laivs of the State of California as long as such lmvs or requirements are in effect and applicable, and as such lmvs and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF,1 set my hand and affix my official seal this 21 •s' day of November, 2022. Ricardo Lara Insurance Conmiissioner By Valerie J. Sarfaty for Catalina Hayes -Bautista Insurance Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Insurance 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. #1348383.1 Agreement No. 7391 UGH NGUYEN CLERK -RECORDER CERTIFICATE OF ADMITTED suRE°I"y1NSI,IRER Certificate pursuant to 995.640(a) Code of Civil Procedure State of California County of Orange PROPERTY RECORDS BIRTH AND DEATH RECORDS MARRIAGE LICENSES/RECORDS PASSPORTS FICTITIOUS BUSINESS NAMES NOTARY REGISTRATION ORANGE COUNTY ARCHIVES I, Hugh Nguyen, County Clerk -Recorder of the County of Orange, State of California, in and for said County, DO HEREBY CERTIFY THAT Sirius Pint Ain rica Insui-ancc Coin an has been issued a Certificate of Authority as an Admitted Surety Insurer by the State of California Insurance Commissioner who authorized the Insurer to transact Surety Insurance in the State of California and that based on the records in this office, that authority has not been surrendered, revoked, cancelled, annulled or suspended. In Testimony Whereof, I execute this certificate and have hereunto set my hand and affixed the seal of said County on 09/16/2025. Hugh Nguyen, Orange County Clerk -Recorder ....... Rosa "I apia,, Deputy Clerk -Recorder NORTH COUNTY BRANCH OFFICE ORANGE COUNTY OLD ORANGE COUNTY SOUTH COUNTY BRANCH OFFICE WELLS FARGO BUILDING COUNTY ADMINISTRATION SOUTH COURTHOUSE LAGUNA HILLS CIVIC CENTER 222 S. HARBOR BLVD., STE 110 601 N. ROSS STREET 211 W. SANTA ANA BLVD. ROOM 201 24031 EL TORO ROAD, SUITE 150 ANAHEIM. CALIFORNIA 92805 SANTA ANA, CALIFORNIA 92701 SANTA ANA, CALIFORNIA 92701 LAGUNA HILLS, CALIFORNIA 92653 (714) 834-2500 • FAX (714) 834-2675 • WWW.00RECORDER.COM 0 WWW.00ARCHIVES.COM Agreement No. 7391 UGHNGUYEN PROPERTY RECORDS lv U Y�I 1� BIRTH AND DEATH RECORDS CLERK -RECORDER MARRIAGE LICENSES/RECORDS PASSPORTS CERTIFICATE OF ADMITTED SURETY INSURER Certificate pursuant to 995.640(a) Code of Civil Procedure State of California County of Orange FICTITIOUS BUSINESS NAMES NOTARY REGISTRATION ORANGE COUNTY ARCHIVES I, Hugh Nguyen, County Clerk -Recorder of the County of Orange, State of California, in and for said County, DO HEREBY CERTIFY THAT Swiss Re Corporate Solutions America Insurance Company has been issued a Certificate of Authority as an Admitted Surety Insurer by the State of California Insurance Commissioner who authorized the Insurer to transact Surety Insurance in the State of California and that based on the records in this office, that authority has not been surrendered, revoked, cancelled, annulled or suspended. In Testimony Whereof, I execute this certificate and have hereunto set my hand and affixed the seal of said County on 09/16/2025. Hugh Nguyen, Orange County Clerk -Recorder Rosa Tapia, Deputy Clerk -Recorder NORTH COUNTY BRANCH OFFICE ORANGE COUNTY OLD ORANGE COUNTY SOUTH COUNTY BRANCH OFFICE WELLS FARGO BUILDING COUNTY ADMINISTRATION SOUTH COURTHOUSE LAGUNA HILLS CIVIC CENTER 222 S. HARBOR BLVD_ STE 110 601 N. ROSS STREET 211 W. SANTA ANA BLVD. ROOM 201 24031 EL TORO ROAD, SUITE 150 ANAHEIM, CALIFORNIA 92805 SANTA ANA, CALIFORNIA 92701 SANTA ANA, CALIFORNIA 92701 LAGUNA HILLS, CALIFORNIA 92653 (714) 834-2500 • FAX (714) 834-2675 • WWW.00RECORDER.COM • WWW.OCAR CHIVES. COM Agreement No. 7391 PROPOSAL (Revised 6/19/25) FOR THE PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Date June 24th , 2025 Company Name: ONYX PAVING COMPANY, INC. 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. I-C-1 Agreement No. 7391 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. 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. I-C-2 Agreement No. 7391 BID SCHEDULE (REVISED 6/19/25) PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: ONYX PAVING COMPANY, INC. Note: Bid Item work is elaborated in detail in the Pro`ect glans and specifications. ITEM NO. DESCRIPTION UNIT QTY UNIT AMOUNT PRICE BASE BID ITEMS Mobilization/demobilization including 1 traffic control (maximum 5% of total 1 LS $1 1p'N%, $ 6k13 bid) 2 Two -inch -deep asphalt repairs 10,000 SF $ Lt ZO $ ZI o0 3 Full depth (12-inch-deep) asphalt repairs 2,000 SF $ Z2 $ (AL{,l®Q Qj 4 Slurry seal Type II application 5904 ,639 SF $ 0.33 $ 9i0 - rbl 5 On slurry seal streets, mechanically remove traffic striping. Replace striping, 1 LS $ 1 QO� $ I markin s, and pavement markers 6 Perform full depth asphalt repairs on 118 h St. between Hornet Way and } 2,625 L-S SF $ ZZ $ 7 Aviation Blvd. __ ...._ 7 Perform tree root removals and full depth asphalt repairs on Grand Ave. $ $ I cc west of Loma Vista St. 1,050 SF 8 Grind asphalt 2" - 456 SF $ 0,20,3,814 9 Overlay 2" 29 � 56 SF $ ,, 6� $3Zb,107-1V� 10 Adjust sewer and storm drain manhole 21 EA $ } 1 $ I covers to final grade I®o 11 Procure water valve replacement covers 118 EA $ 55G $ 12 Adjust water valve N EA $' NO 1 $ N1100 covers to final grade 18 13 On overlay streets, 118th St., and W. Grand Ave., replace traffic striping, I LS $ 3I1®®b $ '7j`'®® 6 markings, and pavement markers I-C-3 a 0 Agreement No. 7391 Replace traffic loops on I I8th St. and 14 coordinate signal timing with LA 8 Countv DPW TOTAL BID (#1 thru #14) _ $ I ! I MQ�-O-� TOTAL BID WRITTEN IN WORDS: �K'MP,.Avi\ )Awfia 0 (NOTE: THE AWARD TO THE APPARENT LOWEST BIDDER IS BASED ON THE TOTAL OF BASE BID ITEMS ONLY. ALTERNATIVE BID ITEMS SHALL NOT BE CONSIDERED AS PART OF THE LOWEST BID.) All work shall be per these specifications and attachments. Prevailing wage rates apply. 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. I-C-3b Agreement No. 7391 ALTERNATIVE BID ITEMS PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 ............. ITEM DESCRIPTION UNIT QTy UNIT AMOUNT NO. _ PRICE ALTERNATIVE BID ITEMS (Pending City Engineer Approval) Re -stripe Main St. between Imperial 15A Hwy and Imperial Ave., shown in 1 LS $171000 $ [ f Appendix G I-C-3c Agreement No. 7391 BIDDER'S INFORMATION (Revised 6/19/25) Company Name: ONYX PAVING COMPANY INC. BIDDER certifies that the following information is true and correct: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) CORPORATION If corporation, State of Incorporation (i.e., California) I CALIFORNIA Business ONYX PAVING COMPANY, INC. Street Address 22707 LA PALMA AVE, YORBA LINDA, CA 92887 Telephone No. 714-632-6699 Email Address BIDS@ONYXPAVING.COM State Contractor's License No. and Class 630360; A, C12 Original Date Issued 10/09/1991 Expiration Date 10/31/2025 Contractor's Department of Industrial Relations (DIR) Information: Registration No. 1000004798 Expiration Date 6/30/2025 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: COREY R. KIRSCHNER - CEO //ANTHONY STEEN - PRES. JAY KIRSCHNER - VP, SEC, TREAS. 22707 LA PALMA AVE, YORBA LINDA, CA 92887 714-632-6699 The date of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal is as follows: N/A All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A I-C-4 Agreement No. 7391 BIDDER'S INFORMATION (CONTINUED) Company Name: ONYX PAVING COMPANY, INC. Bidder shall list the name of the person who attended the mandatory pre -bid job walk: Name: DYLAN MEIER Title: BID RUNNER I-C-5 Agreement No. 7391 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this 24th day of JUNE 20 25 . BIDDER NAME AND CONTACT INFORMATION ONYX PAVING COMPANY, INC. COREY R. KIRSCHNER - CEO 22707 LA PALMA AVE, YORBA LINDA, CA 92887 714-632-6699 BIDS@ONYXPAVING.COM Bidder Signature: z/. COREY R. KIRSCHNER - CEO Subscribed and sworn to this 24th day of JUNE , 2025. NOTARY PUBLIC ***SEE ATTACHED NOTARY ACKNOWLEDGEMENT` I-C-6 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange On June 24, 2025 before me, _ C.;ariv Br dal Nona. Public Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(g) whose name(o is/aye subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/her/their authorized capacity(iee), and that by his/her/their signature(t) on the instrument the person(g), or the entity upon behalf of which the person(s) acted, executed the instrument. a CARLY BREDAL Notary Public - California i Orange County > Commission # 2442539 % My Comm. Expires Mar 28, 2027 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS jmynd and official seal. Signature ........ Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:. ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n Other: Signer Is Representing: . 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 PROPOSAL GUARANTEE BID BOND PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 KNOW ALL MEN BY THESE PRESENTS that, Onyx Paving Conpan , Inc , as BIDDER, and Swiss Re Corporate Solutions America Insurance n , as SURETY, are held and firmly bound unto the City of El Segundo, in the penal sum of Ten Percent of the Total Amount Bid DOLLARS (S —10% — , 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 20th day of June , 20 25 111111fflixai Inc- 22707 La Palma Avenue Yorba Linda, CA 92067 By: 632-6699 SURETY* Swiss Re Corporate Solutions America Insurance 1200 Maer St Sude 8W Kansas Cfty, M01 6 105.2476 By (213)457-6195 T1 Christina Subscribed and sworn to this day of .20 NOTARY PUBLIC' . "9a S EAL . Y9'3 i *Provide I E SL' RE TY name, title, address and telephone number and the name, title, address and telephone number for authorized representative. I-C-7 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 Orange ) On June before me, !Oars Bredal Notary Public, Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(g) whose name(O is/aye subscribed to the within instrument and acknowledged to me that he/sxe/they executed the same in his/hoer/their authorized capacity(iM), and that by his/her/their signature(! on the instrument the per on( , or the entity upon behalf of which the person(x) 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. REDAL WITNESS my hand and official seal. Notary Public - Ladifornsa Orange County Commission # 2442539 1 Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7391 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT mm . �..�-- ...-.�. 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 1 County of Orange j On JUN 2 0 2025 before me, aia Hernandez 1olar P�lal m> personally appeared Christina Rogers 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 State of California that the foregoing paragraph is true and correct. ZYANYA Q. HERNANDEZ Notary Public • California Orange County Commission # 2497409 ,t,a * "� my Comm. Expires Aug 12, 2028 PLACE NOTARY SEAL ABOVE WITNESS my hand and official seal. S IGNA Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date; Number of Pages: Signer(s) Other than Named Above: SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC') WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ERIK JOHANSSON, JENNIFER ANAYA, MELISSA LOPEZ, CIMSTINA ROGERS, ALBERT MELENDEZ MARTHA BARRERAS, JOAQUIN PEREZ, JONATHAN BATIN, VANESSA RAMIREZ, and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(syni-Fact to make, execuu,- seal and deliver, for and on its behalfand as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, D, that any two of the President, any Managing Director„ any Senior Vice President any Vice Presidcnt, the Secrcta^try or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with reEwd to arry bond, undertaking or contract of surety to which it is attached." �,• ors �,. � µ N 1M NI Xlw,pN,Yp hNW 6 ��* Nk . S E A Lss.rv,�rmrr�.rsscsArc�s�v.Qrti S E A L 1973 By a N' N,xptrwNNaw�wwa^+ ay,: Caw Jaw �,YQP�e�htSi4C�iCl��iQN®iier1S�G9RC �Nurrrarr IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of,__...NOVEMBER— 20 222 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and ggML ;I,� i, , Vice President ofSRC&MC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, a dmowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFKAALSEAL L-16 -- — — — — — — — I, Jeffrey Goldberg.. the duly elected Senior Vice President tag A gstani SgceretaT, of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power ofAttorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this20th day of June 20 25. Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC Agreement No. 7391 CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) 1. BIDDER'S Contractor's License Number is: 630360 Class No.: A, C12 2. The expiration date of BIDDER'S Contractor License is: 10/31/2025 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 June 24th, 20 25, at YORBA LINDA „ CA (insert City and State where Declaration signed). ,r Signature COREY R. KIRSCHNER Typed Name CEO Title ONYX PAVING COMPANY, INC. Company Name I-C-8 Agreement No. 7391 NON -COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (pursuant to Cal. Pub. Contract Code § 7106) The undersigned declares: I am the CEO of ONYX PAVING COMPANY, INC. the party .............. ........._._ _...._._.__ making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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 that all statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 6/24/2025 [date], at YORBA LINDA __City], CA [state]." Dated this 24th day of...... JUNE , 20 25 . COREY R. KIRSCHNER Name CEO Title_.�..�w....___..._.._.... Signature I-C-9 Agreement No. 7391 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: COREY R. KIRSCHNER - CEO Business Name: ONYX PAVING COMPANY, INC. Business Address: 22707 LA PALMA AVE YORBA LINDA, CA 92887 Telephone Number: (_) 714-632-6699 Dated this 24th day of JUNE 20 25 . I-C-10 Agreement No. 7391 BIDDER'S CERTIFICATION OF SUBCONTRACTORS PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: ONYX PAVING COMPANY, INC. As detailed in Section 2-3 (Page II-B-3) of the General Provisions, 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 er�form that m rtion of the work itself. Subcontractor's Description of Contractor Portion of Name of License No. & DIR Work Subcontracted Estimated Subcontractor Address Registration No. $ Amount (Number and Street) (CSLB #) (City, Zip Code) (DIR #) `, 1c. N. c U l Powml e 2,1 l alAve\ `l 1� y co*sq Li'1111-1tl t a Zo AID 5 ° 1 110..._ 1CA ..0 1c' OCR o All AWACNVI M00 l w r 0 5 al 1 0 0 r 1 1 . l vac 00 ` o z ke copies of this page if additional space is needed) COREY R. KIRSCHNER - CEO 6/24/2025 .�...... .______... ........ _. Signature of Bidder Date Agreement No. 7391 REFERENCES Company Name: ONYX PAVING COMPANY, INC. 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: PLEASE SEE ATTACHED REFERENCES. 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? 2. Project Title: PLEASE SEE ATTACHED REFERENCES. 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? I-C-12 Agreement No. 7391 3. Project Title: PLEASE SEE ATTACHED REFERENCES. 4. 5. 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? Project Title: PLEASE SEE ATTACHED REFERENCES. 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? Project Title: PLEASE SEE ATTACHED REFERENCES. Location: Name and address of owner Name, current telephone number, and email of person familiar with project I-C-13 Agreement No. 7391 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: SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION 1200 MAIN ST., SUITE 800 KANSAS CITY, MO 64105 213-457-6195 Performance Bonding Surety & Insurance Brokerage 15901 Red Hill Avenue, Suite 202 Tustin, California 92780 714-505-7011 I-C-14 Agreement No. 7391 BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: ONYX PAVING COMPANY, INC. 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. 1. Have you ever been disqualified from any government contract? Yes ❑ No N( 2. If yes, explain the circumstances: N/A 1 Are you registered in accordance with Labor Code § 1725.5 [Note: failure to register requires the City to reject your bid as nonresponsive]? Yes 5� No ❑ Bidder's Signature COREY R. KIRSCHNER - CEO Name (Please Print) I-C-15 Agreement No. 7391 INSURANCE REQUIREMENTS [MUST BE SUBMITTED WITH PROJECT PROPOSAL] PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: ONYX PAVING COMPANY, INC. 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 *The city has the option to increase the limits as required for more complex and major waterworks, sanitation, and road pavement projects. Commercial general liability insurance must meet or exceed the requirements of ISO-CGL Form No. CG 00 01 04 13. 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 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 Form CA 00 01, covering Code 1 (Any Auto). The Contractor 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 Contractor 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 Contractor. Failure to provide this insurance will render the bidder's proposal "nonrespi?rrsive." 6/24/2025 ?�,- NER - CEO COREY R. KIRSCH Date Bidder's Signature I-C-16 Agreement No. 7391 REFERENCES PROJECT NAME: ANNUAL ROADWAY RESURFACING PROJECT FY 2022-2023 PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: FEB 2024 - JUNE 2024 CONSULTING COMPANY: CITY OF DANA POINT - 33282 GOLDEN LANTERN, DANA POINT, CA 92629 CONTACT PERSON: SCOTT FISHER 760-814-7226 ORIGINAL CONTRACT AMOUNT: $3,065,000.00 FINAL CONTRACT AMOUNT: $3,408,313.69 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADDED REBAR TO ALL CONCRETE SPANDRELS AND CROSS GUTTERS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENT APPROXIMATE CONSTRUCTION DATES: SEP 2023- MAR 2024 AGENCY: CITY OF EASTVALE -12363 LIMONITE AVE #910, EASTVALE, CA 91752 CONTACT PERSON: CHUCK STAGNER 714-925-4628 ORIGINAL CONTRACT AMOUNT: $5,858,000 FINAL CONTRACT AMOUNT: $5,998,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 2021-2022 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS PAVEMENT REHABILITATION & CONCRETE IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022 - MARCH 2O23 AGENCY: CITY OF ARCADIA -240 W. HUNTINGTON DR, ARCADIA, CA 91007 CONTACT PERSON: JAN BALANAY 626-254-2726 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,899,698.72 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 Agreement No. 7391 PROJECT NAME: 23/24 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: APR 2024 - DEC 2024 AGENCY: CITY OF TEMPLE CITY - 9701 E LAS TUNAS DR, TEMPLE CITY, CA 91780 CONTACT PERSON: ALI CAYIR 714-883-8677 ORIGINAL CONTRACT AMOUNT: $3,609,000.00 FINAL CONTRACT AMOUNT: $4,392,226.45 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 23-24 SLURRY SEAL AT VARIOUS LOCATIONS PROJECT DESCRIPTION: CITYWIDE ASPHALT REPAIRS & SLURRY APPROXIMATE CONSTRUCTION DATES: JAN 2024 - APRIL 2024 AGENCY: CITY OF MONTEREY PARK -320 WEST NEWMARK AVE MONTEREY PARK, CA 91754 CONTACT PERSON: ZIAD MAZBOUDI 626-532-2018 ORIGINAL CONTRACT AMOUNT: $1,400,000 FINAL CONTRACT AMOUNT: $1,269,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: ACTUAL BID QUATITIES LESS THAN ORIGINAL BID QUANTITY. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 SB1 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS STREET FULL DEPTH RECONSTRUCTION APPROXIMATE CONSTRUCTION DATES: JAN 2024 - MAY 2024 AGENCY: CITY OF HEMET-445 E FLORIDA AVENUE HEMET, CA92543 CONTACT PERSON: JILLEEN FERRIS 951-765-2360 ORIGINAL CONTRACT AMOUNT: $2,020,000 FINAL CONTRACT AMOUNT: $2,528,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 Agreement No. 7391 PROJECT NAME: PARKS, CIVIC CENTER & SHERRIF STATION PARKING LOT REHABILITATION PROJECT DESCRIPTION: ASPHALT REMOVAL & REPLACEMENT APPROXIMATE CONSTRUCTION DATES: FEB 2024 - MAY 2024 AGENCY: CITY OF LAWNDALE -14717 BURIN AVE, LAWNDALE, CA 90260 CONTACT PERSON: NICK PETREVSKI 310-973-3265 ORIGINAL CONTRACT AMOUNT: $486,486 FINAL CONTRACT AMOUNT: $601,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA 5 & 7 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: JULY 2024 - MAR 2025 AGENCY: CITY OF DOWNEY-11111 BROOKSHIRE AVE, DOWNEY, CA 90241 CONTACT PERSON: BRIAN ALENAN 562-904-7110 ORIGINAL CONTRACT AMOUNT: $7,337,000.00 FINAL CONTRACT AMOUNT: $8,897,979.99 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADDED CONCRETE WORK AND SLURRY SEAL LOCATIONS DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 Agreement No. 7391 LARGE PROJECT REFERENCES PROJECT NAME: IRVINE CENTER DRIVE PAVEMENT REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2024 - MAY 2025 AGENCY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618 CONTACT PERSON: FARHAD BOLOURCHI 949-724-6689 ORIGINAL CONTRACT AMOUNT: $7,595,000.00 FINAL CONTRACT AMOUNT: $7,637,050.65 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: BID 7994 - 2022/2023 ARTERIAL AND MINOR STREETS MAINTENANCE, PHASE 2 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: AUG 2024 - FEB 2025 AGENCY: CITY OF RIVERSIDE CONTACT PERSON: STEVE HOWARD 951-712-3904 ORIGINAL CONTRACT AMOUNT: $4,946,000.00 FINAL CONTRACT AMOUNT: $4,866,359.10 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: FY 23-24 LOCAL OVERLAY PAVEMENT REHABILITATIONS PROJECT PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: AUG 2024 - OCT 2024 AGENCY: CITY OF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730 CONTACT PERSON: ROMEO DAVID 909-774-4070 ORIGINAL CONTRACT AMOUNT: $2,594,000.00 FINAL CONTRACT AMOUNT: $2,646,054.40 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADD ADDITIONAL CONCRETE AND OVERLAY STREETS DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 - TEL (714) 632-6699 - FAX (714) 632-1883 Agreement No. 7391 REFERENCES GENERAL CONTRACTORS: LOCATION: AMOUNT, American Asphalt South, Inc. Eastvale $365,000 2990 Myers St. Ventura $37,000 Riverside, CA 92503 Ontario $595,000 Ph: 909-427-8276 Palos Verdes Estates $174,000 Contact: Tim Griffin Santa Clarita $484,000 Roy Allan Slurry Seal La Mirada $222,000 12643 Emmens Way Victorville $77,000 Santa Fe Springs, CA 90670 La Palma $107,000 Ph: 562-864-3363 San Clemente $432,000 Contact: Lawrence Allan Buena Park $88,550 KASA Construction Westminster $602,800 15148 Sierra Bonita Ln El Monte $233,000 Chino, CA 91710 Ph: 909-457-8260 Contact: Sam Kasbar Alabbasi Construction & Menifee $51,00 Engineering Coachella $45,000 764 W. Ramona Expressway, Suite C Perris $68,900 Perris, CA 92571 Ph: 951-776-9300 Contact: Han Sohn ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 —TEL (714) 632-6699 — FAX (714) 632-1883 Agreement No. 7391 Pavement Coatings Company 10240 San Sevaine Way Jurupa Valley, CA 917S2 Ph: 951-934-4763 Byrom Davey 1232 Monte Vista Ave, Suite 5 Upland, Ca 91796 Ph: 8SS-S13-7199 Contact: Julio Diaz Los Angeles County $177,235 Manhattan Beach $115,000 Upland $48,000 East Los Angeles $344,,000 Los Angeles $333,000 ,Anaheim $30,000 ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 —TEL (714) 632-6699 — FAX (714) 632-1883 Agreement No. 7391 ASPHALT DUBBER HOT MIX REFERENCES: GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: GMC ENGINEERING, INC. Katella Ave. St. Improv Los Alamitos $120,000.00 1401 Warner Ave, Ste B. Various Projects Tustin, CA 92780 Ph:714-247-1040 Fx: 714-247-1041 Contact: Gennady Chizik R.D OLSON CONSTRUCITON, INC. Lido House Hotel Newport Beach $193,105.00 2955 Main Street, 3rd Floor Irvine, CA 92614 P h : 949-474-2001 Fx: 949-474-1534 Contact: Jeremy Dunn IF YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714-632-6699 OR VIA EMAIL AT BIDS@ONYXPAVING.COM ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 — TEL (714) 632-6699 — FAX (714) 632-1883 0 Agreement No. 7391 CREDIT REFERENCES ONYX PAVING COMPANY, INC. 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 PHONE: 714-632-6699 FAX: 714-632-1883 CFO: RICHARD DEVOS BANK: BMO BANK N.A. DATE ESTABLISHED: 01/04/1990 TYPE OF WORK: ASPHALT PAVING INSURANCE AGENT: WOOD GUTMANN & BOGART CORP TAX ID: #33-0394344 CONTRACTORS LIC. # 630630-A 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 320 S. CANAL ST. CHICAGO, IL 60606 CHRISTINA LEON 949-404-0019 15901 REDHILL AVE., STE 100, TUSTIN, CA 92780 MICHAELTRAN 714-824-8384 SURETY AGENT: PERFORMANCE BONDING SURETY & INSURANCE BROKERAGE 15901 RED HLL AVE., SUITE 100, TUSTIN, CA 92780 ERIK JOHANSSON 714-505-7011 CREDIT REFERENCES: MATICH CORPORATION KELTERITE CORPORATION HOLLIDAY ROCK CO., INC. GENERAL CONTRACTOR REFERENCES: FULLMER CONSTRUCTION BYROM-DAVEY, INC. PACIFIC CONST. GROUP ERICKSON-HALL CONST. CO. P.O. BOX 10, HIGHLAND, CA 92346 TWILEY@MATICFtCORP.COM 12231 PANGBORN AVE., DOWNEY CA 90241 RECEIVABLES @ KELTERrrE.,COM' 1401 N. BENSON AVE., UPLAND, CA 91786 L U$9 EIS @ ILL OL.L IDAYRO CK.COM, TERI WILEY 909-382-7400 MIRIAM AVILA-RAMOS 562-401-0011 AMBER LUSSIER 909-982-1553 EXT: 1001 1725 S. GROVE AVE., ONTARIO, CA 91761 CASEY JONES 909-947-9467 13220 EVENING CREEK DR. SOUTH #103 STEVE DAVEY 858-513-7199 17895 SKY PARK CIR., IRVINE, CA 92614 MARK BUNDY 949-748-1500 500 CORPORATE DR., ESCONDIDO, CA 92069 JUSTIN SINNOTT 760-769-7700 ONYX PAVING COMPANY, INC. . 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 Agreement No. 7391 RESUME Corgy Kirschner - CEO Corey Kirschner is a seasoned leader with over 25 years of experience fueling growth in the construction industry, particularly in asphalt paving for city municipalities. Known for sharp organizational skills and a proactive approach, Corey has been instrumental in strengthening Onyx Paving's position among the top -tier General Contractors in Southern California. Since taking ownership of Onyx Paving in 2018, a company with a distinguished 30-year legacy, Corey has driven the company to surpass $120 million in annual revenue. With an eye forforecasting, budgeting, and crafting innovative solutions, Corey consistently navigates market challenges to deliver exceptional results, earning widespread respect and trust in the industry. Jay Kirschner — Vice President - Jay Kirschner is Vice President at Onyx Paving since 2018. Jay takes pride in building strong, collaborative relationships with city agencies, fosters trust and open communication, ensuring projects align with municipal goals and community needs. By overseeing project managers and cultivating lasting partnerships, Jay drives seamless project delivery and upholds Onyx Paving's reputation as a trusted leader in Southern California's asphalt paving industry. Justin Kirschner — Director of O erations Justin Kirschner came on board with Onyx, Paving in 2018. He has become a key leader managing daily operations across Southern California. He directly oversees over 20 foremen who lead a team of 150+ field employees, while keeping projects on track. Justin handles the job schedule and oversees a large fleet of equipment, working closely with the shop manager and mechanics to ensure the equipment is well -maintained and safe. Known for keeping teams efficient and meeting deadlines, Justin is quick to adapt, find solutions, and shift resources when needed. His practical approach and problem -solving skills strengthen Onyx Paving's reputation for dependable, high -quality results. Glenn Campbell — Safely Manager Glenn Campbell serves as Onyx Paving's dedicated Safety Manager, focusing entirely on ensuring compliance, workplace safety, and thorough employee onboarding with comprehensive training. With -liver 20 years of experience consulting for major highway and bridge contractors, Glenn chose to bring his expertise to Onyx Paving and make it his professional home. His approach to safety mirrors his role as head running back coach for Mater Dei football, where he fosters a team -oriented culture built on trust and care. Glenn instills a mindset where the field is his team, and he prioritizes the well-being of every employee thus cultivating a strong safety -first environment at Onyx Paving. General Su erintendents John Garcia, Mario Alvarado and John Silva have over 60 years of combined experience and form the backbone of Onyx Paving's field operations. They are responsible for overseeing on -site laborers, cement masons, and operating engineers, ensuring projects are completed safely, on time, and in alignment with both city requirements and internal operational goals. Their deep expertise and hands-on leadership drive the successful execution of asphalt paving and concrete improvement projects across Southern California, maintaining Onyx Paving's commitment to quality and reliability in every job. ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 —TEL (714) 632-6699 — FAX (714) 632-1883 Agreement No. 7391 BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner, and our Field Superintendent oversee 100% of all current project in attached backlog. Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company - Decision maker of corporation Jackson Hulse - Lead project management team with organization - Overseeing overall project scheduling, budgeting, and dispatching on all projects - Main point of communications between company and agencies Field Superintendents - Lead and manage on -site laborers and operators - Coordinate daily operations and project production - Ensuring project quality expectations are met ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 —TEL (714) 632-6699 — FAX (714) 632-1883 Agreement No. 7391 Agreement No. 7391 CONTRACTORS �rSTATE LICENSE BOARD ACTIVE LICENSE •r ..--ONYX PAVING COMPANYINC fl �muouuuuuuumoummmmil�WupA ell Agreement No. 7391 - CPR Public Search Log ir Public Works Support Contractors Projects Register F�ome i #ractor i ONYX PAVING COMPANY, INC. ONYX PAVING COMPANY, INC. Contractor Contractor business email davidw@onyxpaving.com Contractor c ation eff date 2024-07-01 Contractor first name Contractor mailing city ANAHEIM Agreement No. 7391 Contractor mailing state Contractor mailing zip Contractor physical city ANAHEIM Contractor physical state Contractor physical zip Contractor certify date 2023-06-21 Contractor company type Corporation Contractor craft legacy Cement Mason; Operating Engineer; Labore Contractor craft snow Contractor c ation exp date Contractor date deactivated Contractor dba name Agreement No. 7391 Contractor entity number F630360 Contractor ID 1mm1000004798 Contractor last name Wiltfong Contractor mailing address2 L. . .............. . Contractor physical addressl 2890 E. LA CRESTA AVEN U E Contractor physical address2 Contractor source SNOW Contractor we cert date 0-01 L-2 Contractor we exp date . 2023-10 12.........................................,n.n.m._.. Contractor we policy number WC106300504 Contractor we selection Insured by carrier � Contractor legal entity name Agreement No. 7391 ONYX PAVING COMPANY, INC. Contractor mailing addressl 2890 E. LACRESTAAVENUE Contractor we carrier Zurich American Insurance Compamy 10 Checked Agreement No. 7391 D, I R wserhow of h eCPR Public Search DW onmwailowasw*w Public Works Support Contractors Projects Services Your information . TRANSACT0003992 Transaction Record First Name Last Name Wiltfong Payment Amount Payment Period DW David Wiltfong Logout Agreement No. 7391 Registration Valid Date �................. .._� User Account Email ----------------- d avi dw@onyxpavi ng.com Confirmation Number 40573 240717914 *Status Fucessfu I Number :RA:NSACT000 92 Payment URL Okl buc Is this registration a renewal of an existing registration Agreement No. 7391 ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ONYX PAVING COMPANY, INC, (a California corporation) August 200', 2024 The undersigned director, constituting the entire board of directors (the "Board") of Onyx Paving Company, Inc., a California corporation (the "Corporation"), hereby takes the following actions, adopts the following resolutions, and transacts the following business, by written consent without a meeting, as of the date above written, pursuant to Section 307(b) of the General Corporation Law of the State of California and the Corporations Bylaws: WHEREAS,Corey Kirschner is currently the Corporation's Chief Executive Officer and Jay Kirschner is the Vice President, Secretary and Treasurer (the "Officers"), both with authority to enter into contracts on behalf of the Corporation. WHEREAS, the Corporation opportunities from time to time to bid on various governmental and non -governmental projects; WHEREAS after careful consideration, the Board has determined that the terms and conditions of the proposed project in the form of the bid attached hereto as Exhibit A (the "Project") are just and equitable and fair as to the Corporation and that it is in the best interests of the Corporation and its stockholder to submit the bid and complete the Project subject to the terms agreed upon by the parties. NOW EFORE BE IT OLVED- the Board on behalf of the Corporation hereby approves and ratifies the Project in all respects, and hereby authorize and direct the Corporation to negotiate, execute, deliver and perform the terms of all documents, required in connection with title Project, together with such changes thereto as may be approved by the Officer executing the same on behalf of the Corporation (pursuant to the authorization provided herein), such approval of the Officer to be conclusively evidenced by Its execution and delivery of same. RESOLVED FURTHER that the Officer may execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the financing of the Corporation. 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-632-6699 Agreement No. 7391 RESOLVED F,9fgHE8,,that the Officers) are hereby authorized, directed, and empowered to execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the consummation of the Project. RESOLVED FURTHER, that the Officer, in the name of the Corporation, is hereby authorized, directed, and empowered to negotiate, execute and deliver to the applicable counterparty, any and all documents with respect to the Project and other instruments as may be reasonably requested, and the Officer on behalf of the Corporation is authorized from time to time to execute extensions or other installments as may be necessary. RESOLVED FURTHER, that the authority given hereunder shall be deemed retroactive and any and all acts authorized hereunder performed prior to the passage of this resolution are hereby ratified and affirmed. The Secretary of the Corporation is directed to file the original executed copy of this Consent with the minutes of proceedings of the Corporation. [Signature page follows) 02890 E. La Cresta Ave., Anahelm, CA 92806 0 714-632-6699 01 Agreement NO.7391 tN - ; »< a r-, *a undersIgned has ® ted thts Unanimous Wdtten Conwrit Of the 60a £,.«»:as -of the 6 a ««< w>»ya L A CareXmhner Olaf «�at# OMOr .,2.: /?< 2© 22dk+ Agreement No. 7391 idu--A-L —EM-P-L-0—YME—NT OPPORTUNITY ifies to all Employees and applicants The Company is committed to providing equal employment cipporturif without regard to race (including traits historically associated with race, such as hair texture and protective hairstyles), religion or religious creed (including religious dress or groorning practices), color, sex, (including pregnancy, childbirth, breastfeeding, or i,alated rnedlca� condilrort,�, gervotic, informati0fi, gender, gender identity and gender expression, sexua� orientation, transgender status, ltansifio4lg statt4s, national origirs, ancestry,, citizenship status, uniform service mornber status, military and veteran status, rnarqal status, age, protected medical condition, physical or mental disability, holding or presenting a driver's license, isswed under Cal, Vehicle Code Section 12801.9, or any other protected status in accordance Mth all aipp4cabie federal, state, and local laws. Company policy also prohibits urriawful discrimination based on the perception that anyone has any of the above characteristics, or is associated with a person who has or is perceived as having any of the above characteristics. Discrimination can also include failing to reersonaNy accommodate religious dress and grooming practices, or individuals with rnenW or physical disabilities where the accornmodation does rill: pose an undue hardship, This Policy extends to all aspects of the Company's employment pracfices, including, but not limited to, recruiting, hiring, firing, promoting, transferring, compensation, benefils, ttaining,j leaves of absence, and other terms and conditions of employment, as well as providing vdages at the sarre rate for One sex as those of the opposite sex, and at the same rate for any race/ethnicity as another racelethnicity, who perform substantially similar work (consisting of similar skill, effort, and, responsibili1y), under similar oevking conditions. Tf* Compfflly is LAW) co rnrnittoid to complyfry VAth 1,110 lows protacling qugikfied thrjivjduals wft divabifities. The Cant f qualified .�eny will provide a reasonable wornmodartion for tiny known physical or mental disablifity of a *Wdualvoilhi a disability to the extent required by law, provided the requested accommodatim) does ntg create an undue hardOlp for ale Coolpany andlor does not pose a direct throat to the healtil or safety of others in the workpisco andiat to 010 Mbildual. it an Employee req�jires on actominodation to pad Orril the ossonbal furi,clions, of 0141(job'' the Enriployos must no* Human Resiourcos. Once the Company is aware of the need for an accamnwda"I. the Carripany will engage, in an interactive process to identify paAsA)W acuarnmodatiOns that will enable the Employee to perform the essential functions of the job. Employees with questions or concerns about discrimination in the workplace should bring these issues to the attention of Human Resources, or any member of managernent, Employees can raise concerns, report problems, or make cornplaintswithout fear of retaliation. Anyone found to be engaging in any type of unlawful discrimination will be subject to disciplinary action, up to and including separation of employment ONYX PAVING COMPANY, INC. IN COREY R. KIRSCHNER CEO, PRES, VP, SEC, TREA A00h6, at Agreement No. 7391 Form W=19 (Frev. Wobw 20t el t Tn tnRarrasrt Rewaraas Request for Taxpayer Identification Number and Certification ► fro to wwwr fn gw/Fort W9 for instruction and the latest Information, f Name (as showr on your incorne tax return), NW16 der raq ONYX PAVING COMPANY„ INC. r mt id'lkragardstt snt name, `rt ddierernt from on this One,, On not Give Forth to the requester, Do not send to the IRS. 3 Check am saver to box for f tax ctasaitaodation of the wiwse rune .. .,.m. . fr re entered on line 1. Check only of the 4 Exemptions (axles apply only to followi es, certain entities, not individuals; insimcfiata an ImoS)' ❑ IndividuaVeds propnetpr or ❑ C Cortaoratirn ® S Corporation ❑ Partnership ❑ Triallestate singW-membar LLG Exempt payse code Of any) ❑ Umited NaNW company. Eater tie tax rAsSailicalkV (C=C corporation, S-S cat!M F-Parmershlp) ► Check the apompriato box in Ore yne above new ownrtr. at Exemption from FATCA rapcAing for arcs a�IdYn the dram Do not ctreck l LC if the LLC is classified as a single er LL.0 that is,disregarded from the owner a the owner of the Lt " mothsr l -0 that is not di dad from the owwaiar for t,t 9. fee wW tax purposes C.IdhervAae, a singie.mernber LLC th code (d arty) la disregarded from this owner should chwk the approt tnarone box dot the tax, crass, iication of he owwnsr other instrert$orts) ► ) .wrra�rrw arwa ta:�,M 5 Address (r fir, street, � �, or auits no.) Sea i tne� leis. 6lewpwa ux a name scrod address( 1Ycnal �. ah", any t wSTA AVE ANAHEI CA 92806 "/ Lktt account nurr iber(e) here (opttewnal) y g / �� h name soffit security runts �._ ('rMtarr r TIN In 4tt�a a propnata t�ota. Ttroa Tltd provided must n^uatcfro ttwa nanne given on pine 1' to avord �. ��.... rbackupresident e,Wwithholding. For etm,duds ogithiis eentity our �1a6 gun fo ror� (S�) Flor, other for a, � = rasNdasrrt 4tYperro„ solos pro{ariator, or dlsragarrlad entity,see Ella instructions for Fart l„ later. For other antra , it is. your employer Ldentofimtion number (EINI). if you do not Rase a number, � How to got a _ _.. TEN, later. or NoW If the account is In more than one name, see the instructions for line 1. Also see What Name and � = n � � � � � Q 4. Number To Ow the Ragtlastar for guldellnes on whose number to enter. 3 Under of perjury, I that: 1, The number show on this farm is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and 2. 1 am not subject to backup wethitolding became: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue, Service (IRS) that I am subject to backup withhoiding as a result of a failure to report ail interest or dMdenda, ar (c) the IRS has notified me that I am no longer subject to backup withholding; and 8. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA e) entered on this fort Q1 arty) Indicating that I am exempt from FATCA reporting is correct. CWWWWOon Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividericle on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IFS, and generally, payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part li, later. man sioneushir of H*re I U.9. per&m 1, r ',, General inset . lotion Section references are to the Intemall Revenue Code unless otherwise noted. FuUtre developments. For the latest Information about developments r7elefed to Form W-9 and its Instrucrtions, such as legislation enacted aftw they were published, go to .1m.gov1FormlMB. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an I fflomnation return with the IRS must obtain your correct taxpayer WerrlHtoatfon nu ("N) which may be your social seewity number (SW, individual taxpayer ldanttfiOation number (ITIN)„ adoption taxpayer identification number (ATINf), or employer identification number (BIN!), to report at an information return the wmKint paid to you, or other annournit reportable on an information return. Examples of information returns include, but are not limited to, the following. e Form 1099-INT Ontarest earned or paid) [carte► 03/27/2024 • Farm 1 D99-DIV (dividends, Including those from stocks or mutual funds) e Form 1o99-MISC (various types of income, prizes, awards, or gross proceeds) • Farm 1099•B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-5 (protsyeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Farm 1098 (Horne mortgage Interest 1098.E (student loan Interest), 1098-T (tuition) • Form f M-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. pet i (including a resident allen), to provide your correct TIN. 0 you do not raalurn From w-9 to the mquaaster w0h a TIN,, you might be saala)eot to, backup K*Itho dingy See what is backup wthholding, later. Gat. No, 10291 X Form (Rev. 10-201 B) Agreement No. 7391 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDnYYY) 3/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). CT PRODUCER rcrnEA^Michael Tran FAX CA Insurance License OF69771 4 Ash EMAIL ). 714- t -838 blq cOm ,..,.,�.._ . ,„, 1. 573 1770� Burnham WGB Insurance Solutions PHONE Ne � 0�q�,���1 a .. 15901 Red Hill Avenue E-MAIL �_...... n:n.nm —.. .... Tustin CA 92780 ^^ - „t 1 .tea s r INSU,RERA yAmerican Zurich Insurance Comp GE 4014 A 142 g an Inc. oNYXPAv-01 INSURER C Scottsdale Ind... 11 Coce Comp. 16535 28 0 E. La Cresta� Avenue — INSURED INSURER B Zurich American Insure Cn X Paving Company, .. 15580 Anaheim CA92806-1816 _ ..._... --. INSURER D � COVERAO'ES CERTIFICATE NtJMBER.1519793494 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT„ TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �.�..—_....., m— ,..... __,— .�, W_uvtl .. _ ....,... I.. __ �j _ INTR .. .....„�M DC "tPBR E'FF POLIC¢SYfi"YYY EXP LIMITS IAhi1OL'' TYPE OF INSURANCE POLICY NUMBER fyYYY Rdd„,YYYY C X COMMERCIAL GENERAL LIABILITY BCS2000426 3/14/2024 10/1/2024 EACH OCIfECURRENCE $ 2.000,000 CLAIMS -MADE OCCUR P.SiE(v1IS,E$ (Ea -occurrence),. $ 100 000 ,. MED EXP (Any one person) .. $ Excluded , ,.. .,. .,..._ .w ...... _® PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIESAGGREGATE PER: GENERALA 4,000 000 $,,,a�,, LOC POLICY X � JECT � PRODUCTS - COMP/OP AGG . 0,000 $4,00.. OTHER A AUTOMOBILE LIABILITY BAP10fi300605 10/1/2023 10/1/2024 C MBI ED $iF4cffF LIMIT $ 2,000,000 ww.r.,.�...,�.... X ANY AUTO BODILY INJURY (Per person) $ —�� OWNED -- SCHEDULED BODILY INJURY (Per accident) AUTOS ONLY _�.. AUTOS X HIRED X NON -OWNED gbi�rncEc.m9uvrrgl_ A[F -- ° $ AUTOS ONLY AUTOS ONLY ... .• ... -....��.-._. .,_--.. ........... $ UMBRELLALIAB OCCUR _EACHOCCURRENCE $ EXCESS LIAB CLAIMS -MADE AG . GREGATE ..a�_..,,m.. DIED RETENTIQN $ $ B WORKERS COMPENSATION WC106300505 10/1/2023 10/1/2024 ER ORH X PTATUT AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETORIPARTNER/EXECUTIVE __.... E.L EACH A .E 00 000 m.. ..._ OFFICER/MEMBEREXCLUDED7 I (Mandatory In NH) N / A E.L. DISEASECEA EMPLOYEE $ 1 0IDENT 00,000 --� � If yes, describe under DESCRIPTION OF OPERATIONS below E,L. DISEASE POLICY LI MIT $ 1.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Certificate holder(s) is/are named as additional insured per the attached endorsements as required by written contract subject to the terms & conditions of the policy: GL Additional Insured Form #CG 20 10 12 19 and CIS 20 37 12 19 GL Additional Insured State -Permits Form #CG 20 12 12 19 GL Primary and Non-Oonlributory Form #CG 20 01 12 19 GL Waiver of Subrogation Form #CG 24 04 12 19 GL Per Project Form #GLS-332s 01 12 See Attached... HOLDER Onyx Paving Company, Inc. 2890 E. La Cresta Ave. Anaheim CA 92806 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STATE OF CALIFORNIA Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State 1500 11th Street Sacramento, California 95814 (916) 657-5448 Entity Details Corporation Name Entity No. Formed In Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address Attention Street Address of California Office of Corporation Street Address of California Office Officers i iiiiiii uiii IN 11111111111111111111 uii BA20250508272 For Office Use Only -FILED - File No.: BA20250508272 Date Filed: 3/1112025 ONYX PAVING COMPANY, INC. 1659076 CALIFORNIA 2890 E LA CRESTA AVE ANAHEIM, CA 92806 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Joan Ward 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Officer Name Officer Address Position(s) Corey Kirschner 2890 E LA CRESTA AVE Chief Executive Officer ANAHEIM, CA 92806 Richard DeVos _ 2890 E. LA CRESTA AVE. Chief Financial Officer ANAHEIM, CA 92806 Jay Kirschner 2890 E. LA CRESTA AVE. Secretary ANAHEIM, CA 92806 Additional Officers Officer Name Officer Address Position Stated Position Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 Anthony Steen 2890 E LA CRESTA AVE Other President ANAHEIM, CA 92806 I Directors Director Name Director Address Anthony Steen 2890 E. LA CRESTA AVE„ ANAHEIM, CA 92806 Corey Kirschner 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address COREY KIRSCHNER 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 w rn N N w w O 411 W N F✓ \ N 0 N Ul w N fD n (D N- Q m R1 t7 N- rn O n N- rD a n rD ct Iv n O rh m rt Pi rrt rD Page 1 of 2 Agreement No. 7391 Type of Business Type of Business ASPHALT PAVING AND CONCRETE SERVICES Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Joan Ward 0311112025 Signature Date W w to F-' F' i w w 0 to m rt m Page 2 of 2 Agreement No. 7391 Agreement No. 7391 June 5, 2025 ADDENDUM NO. 1 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 changed to Wednesday, June 18, at 11:00 am. Time is needed to answer several questions arising from the pre -bid job walk. Any updates to project information will be shared with potential bidders through another, future, Addendum. 2. Bidder questions about the project will now be accepted until Tuesday, June 10, at 4:00 pm. Questions shall be submitted in writing using the City website form at https://www.elsegundo.org/Home/Components/FormBuilder/FormBuilder/bd5 eae2 9c9ba4896831833a3c728e23d/268819 As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to rejection. Signature: Sig Date: 6/5/2025 .�� COREY R. KIRSCHNER -CEO Print Company Name: ONYX PAVING COMPANY, INC, 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7391 et I V colt ELSEG NDO June 16, 2025 ADDENDUM NO.2 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 changed to Wednesday, June 25, at 11:00 am. More time is needed to provide answers to bidder questions. An Addendum 3 will be issued prior to the bid opening. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to rejection. .Signature: � _ � Date: 6/16/2025 COREY R. KIRSCHNER - CEO G COMPANY,. INC. Print CompanyName; ONYX PAVING 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7391 ELSEG NDO June 19, 2025 ADDENDUM NO.3 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 still Wednesday, June 25, at 11:00 am. 2. The attached supplemental pages following this cover sheet list changes in the project scope, answer questions about the project, and describe changes in the bid opening location. Additional documents related to the project questions/answers are attached after the supplemental pages. 3. When submitting your bid, please use all of the revised proposal pages that accompany this Addendum 3 as a separate file titled, "Revised Proposal Pages PW 25-07". The revised pages have been saved as their own file for bidder convenience. 4. Please replace the original front portion of the project specifications with the revised portion accompanying this Addendum 3 as a separate file titled, "Revised Front End Specifications PW 25-07". The revised front portion of the specifications includes the title page until the end of Section Il, and shall be used during the project instead of the original pages. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to reyection, Signature: Date: 6/19/2025 ......................... ............................................. COREY R. KIRSCHNER - CEO Print Company Name: ONYX PAVING COMPANY, INC.. 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 1 Agreement No. 7391 CITY OF EL SEGUNDO PW 25-07: PAVEMENT REHABILITATION PROJECT ADDENDUM NO.3 SUPPLEMENT DATE: June 19, 2025 TO: All Prospective Bidders Clarifying information and answers to bid questions have been provided below. The information provided in this Addendum has been made available to all prospective bidders and shall be considered as incorporated into the specifications for the above -referenced project. All other portions of Contract Documents and previous Addenda not specifically mentioned in this Addendum remain in force. A. PROJECT SCOPE CHANGES Changes to the Bid Schedule and project scope include: 1. Bid Item 14, the replacement of traffic loops on 118th St. after paving completion, has been made a base bid item. 2. Quantities for the following street sections have been removed from the grind -and -overlay project scope. a. Holly St. from Standard St. to Eucalyptus Dr. b. Eucalyptus Dr. from E. Mariposa Ave. to E. Grand Ave. c. Sheldon St. from E. Mariposa Ave. to E. Pine Ave. d. Sheldon St. from its north cul-de-sac to E Grand Ave. 3. Quantities for the following street sections have been added to the grind -and -overlay project scope. a. Virginia St. from W. Mariposa Ave. to W. Grand Ave. Centerline tie sheet attached. b. The Richmond St./Holly Ave. intersection will include areas east and west of the intersection on Holly Ave. and an area south of the intersection on Richmond St. Please see attached Appendix H. 4. Several other items on the bid table have had their quantities modified as a result of corrections or scope changes. An original quantity will be crossed out and the new quantity written below it. 5. Bid Items 6 and 7, regarding asphalt repairs on 118th St. and Grand Ave., show changes to both their quantities and also their units. Scope changes are shown in the revised location map following these supplemental pages. Agreement No. 7391 B. PRE -BID QUESTIONS AND ANSWERS Question 1: Can you please let us know the engineer's estimate? Answer: The revised estimate is $877,502. The estimate includes changed item quantities due to street sections added or deleted from the overlay resurfacing scope on the first page of this Addendum 3. Question 2: Can you please identify the street locations and approximate SF for bid items 2 and 3 (2" AC REPAIR AND FULL DEPTH AC REPAIR)? Answer: The street locations and their areas will be provided to the successful contractor after the pre -construction meeting occurs, and before construction begins. City Street Maintenance staff identifies and repairs pavement on the southwest residential area project streets until up to several weeks before project construction starts. At that time the Street Maintenance Supervisor will have a better idea of the remaining repair locations for the successful contractor to address as Bid Items 2 and 3. He and the Project Inspector will mark the areas, create location descriptions, measure their dimensions in the field, and provide the information to the contractor's foreman. Question 3: What is the Basis of Award? Bid Item 1-13 or Bid Item 1-15? Bidding Instruction Page I-B-7 under Award 14.4 mentioned that the City will determine the low bidder on the basis of the sum of the lumpsum Base Bid. This is contrary to the Bid Schedule wherein the summary of total bid (in figures and in words) includes the alternate bid item 14 and 15. Please clarify.? Answer: Base Bid Items 1-14 on the attached revised Bid Table will be the Basis of Award. Bid Item 14, to replace the traffic loops on I I8th St., has been made a Base Bid Item. Bid Item 15, to re -stripe Main St. between Imperial Hwy and Imperial Ave., remains an Alternate Bid Item and will be determined by the City on as as -needed basis. Question 4: Is filing new centerline tie information with the County required? It can take a long time before it comes back from the County. Answer: Yes. For all overlay intersections, a California licensed surveyor shall inventory the existing centerline tie and monuments, then re -install them as needed after paving is complete If they are missing from the intersection, they need to be installed. A Corner Record describing the new centerline tie information must be created and filed with the Los Agreement No. 7391 Angeles County Surveyor. Copies of the new Corner Records, before and after filing, shall be provided to the City. City staff will continue to check with the contractor after construction in order to receive the County -Surveyor -signed records. Existing centerline tie records are provided in Appendix F, and an example of a recently -filed Corner Record is attached to this Addendum. Question 5: What if the tree root removal down to two feet below the pavement on Grand Ave. affects the tree? Answer: Once the repair area on Grand Ave., as shown in Appendix D, has been carefully excavated to reveal roots, and before the roots have been cut, the contractor shall contact Christopher Hentzen of the City Parks Division, 310-524-2716, to have his staff determine if the tree or shrub with those roots will remain stable if the roots are cut. Question 6: Is a copy of the sign -in sheet for the pre -bid meeting available? Answer: Please see the attached attendee list for the pre -bid meeting. Question 7: Is there a mockup outlining the area and type of work to be done on the streets that contain lump sum units. 118th and Grand Avenue. Answer: Yes, in Appendix E. Please see the attached revised Appendix E pages for the Bid Item 6 Project Area (118th St.) and the Bid Item 7 Project Area (Grand Ave.) Question 8: Regarding Bid Item #6 "Perform Full Depth asphalt repairs on I I8th Street between Hornet Way & Aviation Blvd". Is the whole area shown in the project maps for this location supposed to receive a full depth removal & replacement? The location map/specs don't identify the R&Rs or provide an approx. SF. What is the City's plan for this area as far as R&Rs go? Answer: Please see the attached revised Appendix E, Bid Item 6 Project Area (118th St.) pages Question 9: Will traffic control plans be needed for Grand Ave. and for I I8th St.? Answer: Yes. A California -licensed traffic engineer shall prepare and sign traffic control plans for both locations. The successful contractor shall submit the plans at the pre -construction meeting for City review and approval before construction. 4 Agreement No. 7391 Question 10: Will LA County be replacing the traffic loops on I I8th St.? Answer: No, the successful Contractor shall replace the traffic loops as Base Bid Item 14. Please see the Bid Schedule in the attached revised proposal pages. Question 11: Has the City confirmed if a BNSF permit and training are required? Answer: Yes, for 118th St. work Burlington Northern Santa Fe Railway (BNSF) requires the successful contractor to 1) obtain a Roadway Resurfacing Permit from them, and 2) have the contractor's employees undergo online BNSF training. Both requirements should be completed before work can occur on 1 I8th St. More information is provided below. 1. BNSF's permit process is administered by Jones Lang LaSalle Brokerage, Inc. The procedure now includes an online application process with on-line credit card payments for the $2,000 permit application fee. The permit website is https://bnsf ramlpL2r Ditti m. Assistance can be requested at telephone number 785-228-3235, check payments can be mailed to the U.S. Postal address listed below, and additional Jones Lang LaSalle contacts are listed online at lt� s:�lwv�+w.l��sf:ccoliN-tfe- conlr-ntrrlit /'fl-contacts.fltnll. BNSF Railway Company PO Box 676160 Dallas, TX 75267-6160 The BNSF roadway resurfacing permit will dictate whether any specific flagging requirements or procedures will be necessary during construction. Currently the tracks are not actively used but remain intact for future use. 2. The BNSF training portal, for construction company employees working within 25 feet of BNSF railways, is located at litt s://biisf cotitt'actor.cotral The successful contractor will have to first register at the site for its employees to receive training there. Agreement No. 7391 Question 12: Will street sweeping still occur on the residential project streets? Answer: Yes. However, the street sweeping company will be asked to avoid sweeping streets on which they see active construction occurring or traffic warning signs posted to block traffic from entering the street. The City's street sweeping schedule is found on the EDCO website at lilt s://el-sc,ititido.edcodis oss cone/scryicc-scheclules/ Slurry sealing activities shall be scheduled so that adjacent street sections are not slurry sealed on the same day, nor street swept the same day, nor have restricted parking the same day, to allow the public to park on nearby streets while slurry seal cures on their street. A map showing the slurry seal schedule using different colors for different dates shall be submitted to the City showing this. EDCO trash collection will occur on project streets on regularly scheduled collection days, which can be found at,htt s:/ e1- sc unclo.edcodis osal.coin/w.-conterltiu )1ct�idsl 0 O/09/`�61 The contractor shall coordinate with EDCO such that trash collection occurs first thing in the morning on a street on which construction work will occur. Question 13: What are the working hours along Main St.? Answer: On major streets, such as Grand Ave. and Main St., working hours will be from 9:00 am to 3:00 pm to avoid rush hour traffic. Traffic on these streets shall have one travel lane open for both directions during construction. If a lane must be closed, the contractor must use appropriate warning signage to detour traffic away from the closed section. Flaggers shall be used as needed if one traffic lane has to temporarily be used for both traffic directions. Agreement No. 7391 C. CHANGES TO THE BID OPENING PROCEDURE: City Hall is located at 350 Main Street, El Segundo, CA 90245. Please follow the procedure below for the Wednesday, June 25, 11:00 am bid opening: 1. Instead of the City Clerk's Office, the bid opening will be held in the foyer in front of the Council Chambers. This area is accessible through the double automatic doors on the Main Street (west) side of the City Hall Building. If your company has submitted their bid, bidders will wait outside the double doors in the quad until the bid opening. 2. Bidders are welcome to submit their bid by the US postal service or other carrier service. However, the bidder is res otisible for verifying their bid has been received ig the Cj!yfler1Cs Office -prior to the bid o e�Fheir telephone number is 310-524- 2307. Bidders can also submit bids in person. Please speak with the receptionist at the City Hall East Lobby entrance if you arrive early to submit your bid. Plan to arrive early enough so your bid may be received, stamped, and logged well before 11:00 am, in case there are multiple bidders doing the same thing. 3. The City Clerk's Office will open the Council Chambers lobby doors a few minutes before the bid opening. 4. Bid packages will be opened in the foyer. Bid amounts will be read aloud and recorded on a log sheet and the log sheet will be signed by representatives from the City Clerk's Office and the Public Works Department. 5. The Public Works Department will email the fully signed and completed bid log sheet to all plan holders once the City Clerk's Office has reviewed each package's attachments and noted on the log sheet Owhether or not they are included. Agreement No. 7391 (Portion of the Specifications, from Title Page to End of Section II, Revised 6/19/25) i CONTRACT DOCUMENTS PLANS & SPECIFICATIONS FOR PAVEMENT ENT REHABILITATION ON PROJECT PROJECT" NO.: PW 25-07 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 350 MAIN STREET EL SEGUNDO, CA 90245 310-524-2300 https://www.elsegundo.org/government/departments/city-clerk/bid-rfp MANDATORY PRE -BID MEETING WEDNESDAY, JUNE 49 2025 AT 11:00 AM at 118th St. between Hornet Way and Aviation Blvd. and then W. Grand Ave west of Loma Vista St. Asphalt Repair Area 5 BIDS DUE WEDNESDAY, JUNE 259 2025 AT 11:00 AM. Agreement No. 7391 MANDATORY PRE -BID MEETING LOCATION WEDNESDAY, JUNE 4, 2025, 9:00 AM at 1) 118th St. between Hornet Way and Aviation Blvd. and then 2) W. Grand Ave west of Loma Vista St. Asphalt Repair Area _.... Location PW 7: ravernem Rehabilitation Projecl Ar in Sou sst Residential Q d a on 11 St. h of Aviation �a {�. sou'llowe"A p %nrNOUti9W6 K aA+� a'dmnVk kWXHH ��s 'b"wlurrN du" Fs ap �o9ea d'� V Q ""�y y P �,�..w ww� � .�o rr� G>u.rraa�sd.Z aBWu^Oav oaawsamacwwd �y ,y ra , A :y pg .' ­ n Ke 21 Po 1� li mar G uuwwuuw.uww,�w uw uuwmuorurvm� Y,>9 1 1 f 1"A'Q 1ht01 fW % M1 rM1 M1 4A"n 2 Agreement No. 7391 BIDS WILL BE RECEIVED UP TO THE HOUR OF 11:00 A.M. WEDNESDAY, JUNE 255 2025 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. 7391 SPECIAL INSTRUCTIONS TO CONTRACTORS Contractors are required to review section 7-3 of the STANDARD SPECIFICATIONS, pages II-B-24 thru II-B-27 "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 Planning and Building Safety Department. The permits will be issued on a "no -fee" basis. 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. 7391 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 a. BASE BID b. ALTERNATIVE BID 3. BIDDER'S INFORMATION 4. BIDDER AND NOTARIAL ACKNOWLEDGEMENT 5. PROPOSAL GUARANTEE BID BOND 6. CONTRACTOR'S LICENSE DECLARATION 7. NON -COLLUSION DECLARATION 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-4 I-C-6 I-C-7 I-C-8 I-C-9 I-C-10 I-C-11 I-C-12 I-C-15 I-C-16 I-D-1 TO D-11 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 0-0 STANDARD SPECIFICATIONS 0-1 GENERAL 0-2 NUMBERING OF SECTIONS 1-2 DEFINITIONS 1-2.1 ADDITIONAL DEFINITIONS 1-3 ABBREVIATIONS 1-6 BIDDING AND SUBMISSION OF THE BID 1-6.1 GENERAL 1-6.2 ADDITIONAL RESPONSIBILITY 1-7.2 CONTRACT BONDS Agreement No. 7391 PAGE II -A -I TO A-2 II-A-1 II-A-1 II-A-1 II-A-1 II-A-2 II-A-2 II-A-2 II-A-2 II-B-1 TO B-35 II-B-1 II-B-1 II-B-1 II-B-1 II-B-1 II-B-2 II-B-3 II-B-3 II-B-4 II-B-4 2-0 SCOPE OF WORK II-13-4 2-1.1 ACCESS TO PROJECT SITE II-B-4 2-1.2 OWNERSHIP AND USE OF CONTRACT II-B-4 DOCUMENTS 2-2 PERMITS II-B-5 2-3 RIGHT-OF-WAY II-B-5 2-3.1 ADDITIONAL WORK AREAS AND FACILITIES II-B-5 2-9 CHANGED CONDITIONS II-B-5 2-10 DISPUTED WORK II-B-6 3-0 CONTROL OF THE WORK II-B-6 3-7 CONTRACT DOCUMENTS II-B-6 3-7.1 GENERAL II-B-7 3-7.2 PRECEDENCE OF CONTRACT DOCUMENTS II-B-7 3-7.3 ACCURACY OF PLANS AND SPECIFICATIONS II-B-8 3-10 SURVEYING II-B-8 3-10.3 SURVEY SERVICE II-B-8 3-10.3.1 CONSTRUCTION SURVEYING II-B-8 3-10.3.2 MEASUREMENT AND PAYMENT II-B-9 IF Agreement No. 7391 SECTION II — GENERAL REQUIREMENTS (Continued) 3-12.1 CLEANUP AND DUST CONTROL 3-12.1.1 GENERAL 3-12.1.2 WATERING 3-12.6 WATER POLLUTION CONTROL 3-12.7 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 3-12.8 PUBLIC CONVENIENCE AND SAFETY 3-12.8.1 TRAFFIC AND ACCESS 3-12.8.2 STREET CLOSURES, DETOURS, AND BARRICADES 3-12.8.3 PROTECTION OF THE PUBLIC 3-13 COMPLETION AND ACCEPTANCE 3-13.1 GENERAL GUARANTY 4-0 CONTROL OF MATERIALS 4-3 INSPECTION REQUIREMENTS 4-3.1 GENERAL 4-6 TRADE NAMES 4-6.1 TRADE NAMES OR EQUALS 5-0 LEGAL RELATIONS AND RESPONSIBILITIES 5-3 LABOR 5-3.2 PREVAILING WAGES 5-3.5 APPRENTICES 5-3.3 RECORD OF WAGES PAID: INSPECTION 5-4 LIABILITY INSURANCE 5-4.1 GENERAL 5-4.2 GENERAL LIABILITY 5-4.4 AUTO LIABILITY INSURANCE 5-4.5 INDEMNIFICATION AND DEFENSE 5-7 SAFETY 5-7.4.1 HAZARDOUS MATERIAL 6-0 PROSECUTION AND PROGRESS OF THE WORK 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 6-3.3 WORK DAYS AND WORKING HOURS 6-3.4 NIGHT WORK 6-3.5 WEEKEND AND HOLIDAY WORK 6-4 DELAYS AND EXTENSIONS OF TIME 6-4.1 GENERAL iii PAGE II-B-9 II-B-9 II-B-9 II-B-9 II-B-10 II-B-12 II-B-12 II-B-13 II-B-13 II-B-13 II-B-13 II-B-14 II-B-14 II-B-15 II-B-15 II-B-15 II-B-15 II-B-16 II-B-16 II-B-16 II-B-18 II-B-18 II-B-19 II-B-20 II-B-20 II-B-21 II-B-21 II-B-21 II-B-21 II-B-22 II-B-23 II-B-23 II-B-23 II-B-24 II-B-24 II-B-24 Agreement No. 7391 6-4.2 EXTENSIONS OF TIME II-B-24 6-4.3 PAYMENT FOR DELAYS TO CONTRACTOR II-B-24 6-4.4 WRITTEN NOTICE AND REPORT II-B-25 6-7 DEFAULT BY CONTRACTOR II-B-25 6-7.1 GENERAL II-B-25 6-7.2 TERMINATION OF CONTRACTOR'S II-B-25 CONTROL OVER THE WORK 6-7.3 SURETY'S ASSUMPTION OF CONTROL II-B-26 6-9 LIQUIDATED DAMAGES II-B-26 6-9.1 FAILURE TO COMPLETE THE WORK ON TIME II-B-26 7-0 MEASUREMENT AND PAYMENT II-B-27 7-2 LUMP SUM WORK II-B-27 7-3 PAYMENT II-B-27 7-3.2 PARTIAL AND FINAL PAYMENTS II-B-27 7-3.2.1 FINAL PAYMENT AND TERMINATION OF AGENCY LIABILITY II-B-29 7-3.3 DELIVERED MATERIALS II-B-29 7-4 PAYMENT FOR EXTRA WORK II-B-29 7-4.2 BASIS FOR ESTABLISHING COSTS 11-B-29 7-4.3 MARK UP II-B-29 7-4.4 DAILY REPORTS BY CONTRACTOR 11-B-30 7-4.5 DISPUTES AND CLAIMS PROCEDURE II-B-30 7-4.5.1 GENERAL II-B-26 7-4.5.2 FORM AND CONTENT II-B-26 7-4.5.3 CLAIMS SUBMITTED TO ENGINEER II-B-28 7-4.5.4 CLAIMS IS PREREQUISITE TO OTHER REMEDY II-B-28 7-4.5.5 DECISION ON CLAIMS II-B-28 7-4.5.6 APPEAL OF ENGINEER'S DECISION II-B-29 7-4.5.7 MEDIATION II-B-29 7-4.5.8 ARBITRATION II-B-29 7-4.5.9 WHEN ARBITRATION DECISION BECOMES BINDING II-B-30 7-4.5.10 APPEAL TO SUPERIOR COURT; WAIVER II-B-30 OF JURY TRIAL 7-4.5.11 AB 626 CLAIMS; PROCESS II-B-30 402-0 UTILITIES II-B-36 402-2 PROTECTION II-B-36 402-2.1 INCORRECT LOCATION OF UTILITIES 11-B-36 402-4 RELOCATION 11-B-36 402-4.1 RESPONSIBILITY OF UTILITY REMOVAL II-B-36 OR RELOCATION 402-5 DELAYS II-B-36 402-5.1 CALCULATING IDLE TIME II-B-36 iv Agreement No. 7391 SECTION III — SPECIAL PROVISIONS PAGE III-A-1 TO A-14 SECTION IV — MEASUREMENT AND PAYMENT SECTION V — TECHNICAL SPECIFICATIONS APPENDICES A. CITY MAP B. TYPICAL NO PARKING SIGN - EL SEGUNDO STANDARD ST-18 C. CONSTRUCTION AND DEMOLITION RECYCLING FORMS (INCLUDED AS PART OF SECTION III, SPECIAL PROVISIONS) D. EL SEGUNDO BEST MANAGEMENT PRACTICES FOR CONSTRUCTION SITES E. PROJECT LOCATIONS F. CENTERLINE TIE INFORMATION G. RE -STRIPING AREAS ON MAIN ST. BETWEEN IMPERIAL HIGHWAY AND IMPERIAL AVENUE v Agreement No. 7391 NOTICE INVITING SEALED BIDS FOR THE PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO PROJECT NO.: PW 25-07 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, JUNE 25, 2025 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 traffic control, centerline -tie surveying and tie/monument replacement if removed, asphalt repairs including tree root removals, asphalt cold milling, hot mix asphalt paving, sewer and storm drain manhole -cover adjusting, water system valve -cover adjusting, clearing and grubbing for slurry seal, crack sealing, mechanically removing striping in slurry seal areas, slurry seal Type II resurfacing, dust control, street sweeping, thermoplastic re - striping, reinstalling pavement markings, and related work. Work on the Project must be performed in strict conformity with Specifications No. PW 25- 07 as adopted by the El Segundo City Council on May 20, 2025, 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 from the Engineering Division of the Public Works Department, City of El Segundo, 350 Main Street, El Segundo, California, 90245. Plans And Specifications are alternately available electronically via littps://www.elsegLindo.orjF/ )ovcrninerit/dc artrnents/ci -clerk/bid-r�f A pre -bid meeting is scheduled for Wednesday, June 4, 2025, at 9:00 AM, first at 118th St. between Hornet Way and Aviation Blvd., and then on W. Grand Ave. west of Loma Vista in El Segundo, CA 90245. Bidders' attendance at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on Wednesday, June 4, 2025 to htt s://www.else ,,tjiido.or / . ovemment,/de aitnients/ i,iblie-works/re uestry nl�rks-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 Agreement No. 7391 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 located at http://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 Subcontractor, offers and agrees to assign to the awarding body all rights, title and interest in, and to, all causes of action I-A-2 Agreement No. 7391 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 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 City Clerk, 350 Main Street, City of El Segundo, in a sealed envelope plainly marked on the outside: "SEALED BIDS FOR PROJECT NO.: PW 25-07 PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO DO NOT OPEN WITH REGULAR MAIL" The bid must be accompanied by a bid bond, made payable to the City of El Segundo for an amount no less than ten percent (10%) of the amount bid for the base contract. 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, those acceptable classes of license shall be "A" or "C-12". The successful Contractor and his Subcontractors 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 day of , 2025. CITY OF EL SEGUNDO, CALIFORNIA Susan Truax, City Clerk I-A-3 Agreement No. 7391 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. 7391 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.html 3. BIDDING DOCUMENTS 3.1 Bidders may obtain complete sets of the Bidding Documents electronically via btt s //Nv,vvw.cisc tindo.or i ov rnmentlde ai•tment.%/ ubi:ie-worl(,s/re nest- ublic- works -bid. 3.2 Bidders will use a complete set of Bidding Documents in preparing Bids. 3.3 The City makes Bidding Documents available on the City's website 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: JiUl2s:/`/www.elsegund(�).oM/governmeDi/�de /government/de arin�c;�nts/� work s/rep uest-ubiic-works-bid Responses to all questions will be provided in writing to all Bidders in I-B-2 Agreement No. 7391 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, Wednesday, June 4, 2025 Questions Answered by 4:00 pm _� Friday, June 20, 2025 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. 6. 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. 7. ADDENDA. 7.1 Addenda will be in writing and issued only by the City. Addenda will be emailed to all who are known by the City to have received a complete set of Bidding Documents and who have provided an email 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 the 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 I-B-3 Agreement No. 7391 requirement. Any Bidder not attending the Pre -Bid Conference in its entirety will be deemed to have not complied with the requirements of the Bidding Documents and its Bid will be rejected. 9. 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 typewritten by computer. 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 I-B-4 Agreement No. 7391 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 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 PW 25-07: PAVEMENT REHABILITATION PROJECT. DO 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. 7391 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. 11.1 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. 11.2 A withdrawn Bid may be resubmitted up to the Bid Deadline, provided that it then fully complies with the Bidding Requirements. 11.3 Bid Security will be in an amount sufficient for the Bid as modified or resubmitted. 11.4 Bids may not be modified, withdrawn, or canceled within ninety (90) calendar days after the Bid Deadline unless otherwise provided in Supplementary Instructions to Bidders. 11.5 Proposals may not be withdrawn after said Bid Deadline without forfeiture of the proposal guarantee. 11.6 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. 11.7 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. 11.8 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. Agreement No. 7391 14. AWARD 14.1 The City may retain all bids for a period of ninety (90) calendar 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 Unless stated otherwise on bidding documents (e.g., Bid Schedule), 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) calendar 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. 7391 14.7 14.8 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. 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. 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. 7391 CITY OF EL SEGUNDO CONTRACT DOCUMENTS PLANS & SPECIFICATIONS FOR PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 350 MAIN STREET EL SEGUNDO, CA 90245 310-524-2300 https://www.elsegundo.org/govemment/departments/city-clerk/bid-rfp MANDATORY PRE -BID MEETING WEDNESDAY, JUNE 4, 2025, AT 9:00 AM at 118th St. between Hornet Way and Aviation Blvd. and then W. Grand Ave west of Loma Vista St. Asphalt Repair Area BIDS DUE TUESDAY, JUNE 109 2025, at 11:00 AM I Agreement No. 7391 MANDATORY PRE -BID MEETING LOCATION WEDNESDAY, JLTNE 4, 2025, 9:00 AM at 1) 118th St. between Hornet Way and Aviation Blvd. and then 2) W. Grand Ave west of Loma Vista St. Asphalt Repair Area Location Map i,, SE,uI„ r,O PhN 25-07: Pavement Rehabilitation Project Are in Southwest Residential Quadrant and on 118th St. a of Aviation Blv ....... _ . ..___.® _ _. ®®. . ®. _ _ __ �_ . �r ,iug0.pY,tlNWNC°",@fd¢ prtr u�Vll �wV ubvpeJu'dVuk" SthSb West of AA ifion Mrr II'A 0. ry 4 i?C dY I! fvv Ibw� µ'i��iYID�1�N:i ����t�uiiii�ep fJ Il "ua'm'74t m Legend IF 'i uv r,tn, o Illllllllllllu�" C 9 � I lest' uupuulluullVVVlI Mb Yq<r n5'A A- llI;1DdlUNII�IG+l7Ipl�IJ91d7P12UA9Nl�J ID6FJ2WAM➢dIUW1J7GIIW71rrr�,irypi� �®1Y IF Is,f 6 f.Ll 3 mnnra�mm�r�mn� vt , rrn, e 1 i r 1=3,,,; A,, r. q qy A f5 Ik." (I It�f H t to - 11NIMly 4, N W4yA. ., '„r.n31 "�- � 1p19»a,��uwimuwi� �Uu1��x»�yk1Ul7!'h Hsa jurtagarwo III, ruruliu;�mal ., ! r ■� IIIIIIfiOfIIDD111Wpll�IOIDA�� Ve l 1101 W, Aye, ak rgr^W fMwpoX�w� p 4K Vae¢I"I. vOnpt�9d4N'yP�01 A, A. w� — — - — .... 'Notes i pl Ys�fi Ai it r o'.p } h.s,rv,e l i n.41h�Y:t l (uAl Ko �CAa for „(nmwt f �w,N�� iJUi Wph„ ­, Fv-li- rhmm iiw too c r um�p- K Agreement No. 7391 BIDS WILL BE RECEIVED UP TO THE HOUR OF 11:00 A.M. TUESDAY, JUNE 10, 2025 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. 7391 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. Agreement No. 7391 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 a. BASE BID b. ALTERNATIVE BID 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 F. MATERIAL AND LABOR BOND i 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-3 I-C-4 I-C-6 I-C-8 I-C-9 I-C-10 I-C-11 I-C-12 I-C-13 I-C-14 I-C-17 I-C-18 I-D-1 TO D-5 I-E-1 TO E-3 I-F-1 TO F-3 Agreement No. 7391 SECTION II — GENERAL REQUIREMENTS PAGE A. GENERAL SPECIFICATIONS II-A-1 TO A-2 1. REGISTRATION OF CONTRACTORS II-A-1 2. INSURANCE AND CITY BUSINESS LICENSE II-A-1 3. EMERGENCY INFORMATION II-A-1 4. FURNISHING OF WATER II-A-1 5. CALIFORNIA — OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION II-A-1 6. SOUND CONTROL II-A-2 7. AIR POLLUTION CONTROL II-A-2 8. WORKER UNIFORMS II-A-2 B. GENERAL PROVISIONS II-B-I TO B-34 0-1 STANDARD SPECIFICATIONS II-B-I 0-2 NUMBERING OF SECTIONS II-B-I 0-3 MODIFICATIONS II-B-I 1-2 DEFINITIONS II-B-I 1-2.1 ADDITIONAL DEFINITIONS II-B-I 1-3 ABBREVIATIONS II-B-2 2-0 SCOPE AND CONTROL OF WORK II-B-3 2-1.1 ACCESS TO PROJECT SITE II-B-3 2-1.2 OWNERSHIP AND USE OF CONTRACT II-B-3 DOCUMENTS 2-3 SUBCONTRACTS II-B-3 2-3.1 GENERAL II-B-3 2-3.2 ADDITIONAL RESPONSIBILITY II-B-4 2-4 CONTRACT BONDS II-B-4 2-5 PLANS AND SPECIFICATIONS II-B-5 2-5.1 GENERAL II-B-5 2-5.2 PRECEDENCE OF CONTRACT DOCUMENTS II-B-5 2-5.5 ACCURACY OF PLANS AND SPECIFICATIONS II-B-6 2-8 RIGHT-OF-WAY II-B-6 2-8.1 ADDITIONAL WORK AREAS AND FACILITIES II-B-6 2-9 SURVEYING II-B-6 2-9.3 SURVEY SERVICE II-B-6 2-9.3.1 CONSTRUCTION SURVEYING II-B-7 2-9.3.2 MEASUREMENT AND PAYMENT II-B-7 3-3.2.2 BASIS FOR ESTABLISHING COSTS II-B-7 3-3.2.3 MARK UP II-B-7 11 Agreement No. 7391 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 4-1.3.2 INSPECTION OF MATERIALS NOT PRODUCED LOCALLY 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 6-6.2 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 iii PAGE II-B-8 II-B-8 II-B-9 II-B-9 II-B-9 II-B-10 II-B-12 II-B-12 II-B-13 II-B-14 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-16 II-B-17 II-B-17 II-B-17 II-B-18 II-B-18 II-B-18 II-B-18 II-B-18 II-B-19 Agreement No. 7391 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 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 100-1TERMINATION OF AGENCY LIABILITY PAGE II-B-20 II-B-20 II-B-21 II-B-21 II-B-21 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 1V Agreement No. 7391 SECTION III — SPECIAL PROVISIONS PAGE 1-0. GENERAL SCOPE, TIME FOR COMPLETION, AND LOCATION OF WORK III-A-1 2-0. NOTIFICATIONS III-A-2 3-0. MOBILIZATION III-A-3 4-0. CONSTRUCTION & DEMOLITION MATERIALS RECYCLING REQUIREMENTS III-A-4 5-0. WORK SCHEDULE III-A-9 6-0. EXAMINATION OF JOB SITE AND MEASUREMENT VERIFICATION III-A-9 7-0. INSPECTION III-A-10 8-0. WORK AREA SAFETY III-A-10 9-0. USE OF PRIVATE PROPERTY AND PROTECTION OF EXISTING IMPROVEMENTS III-A-10 10-0. STORAGE OF MATERIALS AND EQUIPMENT III-A-11 11-0. DISPOSAL OF REMOVALS III-A-11 12-0. BUILDING SAFETY AND PUBLIC WORKS ENCROACHMENT PERMITS III-A-11 13-0. CENTERLINE TIES AND BOUNDARY MARKERS III-A-11 14-0. NPDES COMPLIANCE III-A-12 15-0. TREE & TREE ROOTS III-A-12 16-0. CURB DRAIN OUTLETS III-A-13 17-0. OTHER METER BOXES; PULL BOXES III-A-13 18-0. TRAFFIC CONTROL, PUBLIC SAFETY, AND CONVENIENCE III-A-13 19-0. TRASH PICKUP, STREET SWEEPING, AND MAIL DELIVERIES III-A-14 20-0. COMPLETION III-A-14 21-0. WARRANTY III-A-14 SECTION IV — MEASUREMENT AND PAYMENT SECTION V — TECHNICAL SPECIFICATIONS APPENDICES A. CITY MAP B. TYPICAL NO PARKING SIGN - EL SEGUNDO STANDARD ST-18 C. CONSTRUCTION AND DEMOLITION RECYCLING FORMS (INCLUDED AS PART OF SECTION III, SPECIAL PROVISIONS) D. EL SEGUNDO BEST MANAGEMENT PRACTICES FOR CONSTRUCTION SITES E. PROJECT LOCATIONS F. CENTERLINE TIE INFORMATION G. RE -STRIPING AREAS ON MAIN ST. BETWEEN IMPERIAL HIGHWAY AND IMPERIAL AVENUE v Agreement No. 7391 NOTICE INVITING SEALED BIDS FOR THE PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO PROJECT NO.: PW 25-07 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: TUESDAY, JUNE 10, 2025 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 traffic control, centerline -tie surveying and tie/monument replacement if removed, asphalt repairs including tree root removals, asphalt cold milling, hot mix asphalt paving, sewer and storm drain manhole -cover adjusting, water system valve -cover adjusting, clearing and grubbing for slurry seal, crack sealing, mechanically removing striping in slurry seal areas, slurry seal Type II resurfacing, dust control, street sweeping, thermoplastic re -striping, reinstalling pavement markings, and related work. Work on the Project must be performed in strict conformity with Specifications No. PW 25-07 as adopted by the El Segundo City Council on May 20, 2025, 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 pro] ects (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 from the Engineering Division of the Public Works Department, City of El Segundo, 350 Main Street, El Segundo, California, 90245. Plans And Specifications are alternately available electronically via https://www.elsegundo.or ///government/departments/city-clerlc/bid-rfp A pre -bid meeting is scheduled for Wednesday, June 4, 2025, at 9:00 AM, first at 118th St. between Hornet Way and Aviation Blvd., and then on W. Grand Ave. west of Loma Vista in El Segundo, CA 90245. Bidders' attendance at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on Wednesday, June 4, 2025 to httns://www.elseLundo.orL/Lyovernment/denartmentS/public-works/reaueSt-Dublic-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 located at www.dir.ca.gov. Note that the Project is subject to compliance monitoring and enforcement by California Department I-A-1 Agreement No. 7391 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 Contractor's 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 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. f S:Q.I► Agreement No. 7391 Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted to the City Clerk, 350 Main Street, City of El Segundo, in a sealed envelope plainly marked on the outside: "SEALED BIDS FOR PROJECT NO.: PW 25-07 PAVEMENT REHABILITATION PROJECT IN THE CITY OF EL SEGUNDO DO NOT OPEN WITH REGULAR MAIL" The bid must be accompanied by a bid bond, made payable to the City of El Segundo for an amount no less than ten percent (10%) of the amount bid for the base contract. 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 "A" or "C-12". 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 day of , 2025. CITY OF EL SEGUNDO, CALIFORNIA Susan Truax, City Clerk is:Q3c Agreement No. 7391 BIDDING INSTRUCTIONS 1. 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 Agreement No. 7391 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.html 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: https://www.else ndo.org/govemment/departments/public- worlcs/re uest-public-works-bid Responses to all questions will be provided in writing to all Bidders in I-B-2 Agreement No. 7391 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, Wednesday, June 4, 2025 Questions Answered by 4:00 pm Thursday, June 5, 2025 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. 6. 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. 7. 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. 8. 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. 7391 deemed to have not complied with the requirements of the Bidding Documents and its Bid will be rejected. 9. 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 1 Agreement No. 7391 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 25-07 PAVEMENT REHABILITATION 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. 7391 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 elve, Agreement No. 7391 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 Subcontractor before award will not preclude the City from requiring replacement 103WA Agreement No. 7391 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. Agreement No. 7391 PROPOSAL FOR THE PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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. Agreement No. 7391 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. I-C-2 Agreement No. 7391 BID SCHEDULE PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: BASE BID ITEMS ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE ITEM TOTAL (�) Mobilization/demobi- lization including 1 traffic control 1 LS (maximum 5% of total bid 2 Two -inch -deep asphalt 10,000 SF repairs 3 Full depth (12-inch- 2,000 SF deep) asphalt repairs 4 Slurry seal Type II 279,904 SF application On slurry seal streets, mechanically remove 5 traffic striping. Replace 1 LS striping, markings, and pavement markers Perform full depth asphalt repairs on 6 1181h St. between 1 LS Hornet Way and Aviation Blvd. Perform tree root removals and full depth 7 asphalt repairs on 1 LS Grand Ave. west of Loma Vista St. 8 Grind asphalt 2" 193,456 SF 9 Overlay 2" 193,456 SF Adjust sewer and storm 10 drain manhole covers 21 EA to final grade Procure water valve 29 EA 11 replacement covers Adjust water valve 29 EA 12 covers to final grade I-C-3 Agreement No. 7391 BASE BID ITEMS (CONTINUED) ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE ITEM TOTAL (�) On overlay streets, I I8 h St., and W. Grand Ave., 13 replace traffic striping, 1 LS markings, and pavement markers ALTERNATIVE BID ITEMS (Determined by the City on an As -Needed Basis) ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE ITEM TOTAL (�) Replace traffic loops on 118'' St. and coordinate 14 signal timing with LA 8 EA County DPW Re -stripe Main St. between Imperial Hwy 15 and Imperial Ave., 1 LS shown in Appendix G TOTAL BID FOR ITEMS 1-15 IN FIGURES = TOTAL BID WRITTEN IN WORDS: All work shall be per these specifications and attachments. Prevailing wage rates apply. 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. I-C-4 Agreement No. 7391 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.) as written below: If corporation, State of Incorporation (i.e., California) Business Address Telephone No. Facsimile No. State Contractor's License No. and Class Original Date State License Issued DIR Registration No. State License Expiration Date The following are the names, titles, email 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: I-C-5 Agreement No. 7391 BIDDER'S INFORMATION (CONTINUED) Company Name: Bidder shall list the name of the person who attended the mandatory pre -bid job walk: Name: Title: I-C-6 Agreement No. 7391 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all a forenamed principals this day of 120. 1 1 9 Subscribed and sworn to this NOTARY PUBLIC day of , 20_ I-C-8 Agreement No. 7391 PROPOSAL GUARANTEE BID BOND PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 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. I-C-9 Agreement No. 7391 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). I-C-10 Agreement No. 7391 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 parry 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 Agreement No. 7391 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: O Dated this day of , 20 I-C-12 Agreement No. 7391 DESIGNATION OF SUBCONTRACTORS PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Company Name: As detailed in Section 2-3.1 (Page 11-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 Subcontractor's Contractor License No., & DIR Registration No. Description of Portion of Work Subcontracted Estimated $ Amount (Number and Street) (CSLB #) (City, Zip Code) (DIR #) (Make copies of this page if additional space is needed) Signature of Bidder Date I-C-13 Agreement No. 7391 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: I. Project Title: Location: Name and address of owner Name and current telephone number of person familiar with project Type of Work: Contract amount: $ Date completed: Amount of work done by my/our firm under Contract S Did your firm have any financial interest in Project? 2. Project Title: Location: Name and address of owner Name and current telephone number of person familiar with project Type of Work: Contract amount: S Date completed: Amount of work done by my/our firm under Contract S Did your firm have any financial interest in Project? I-C-14 Agreement No. 7391 Project Title: Location: Name and address of owner Name and current telephone number 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 and current telephone number 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? I-C-15 Agreement No. 7391 Project Title: Location: Name and address of owner Name and current telephone number 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: I-C-16 Agreement No. 7391 BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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. 1. 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 ❑ No ❑ Bidder's Signature Name (Please Print) I-C-17 Agreement No. 7391 INSURANCE REQUIREMENTS [MUST BE SUBMITTED WITH PROJECT PROPOSAL] PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 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: VIL" 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. Failure to provide this insurance will render the bidder's proposal "nonresponsive." Date I-C-18 Bidder's Signature Agreement No. 7391 END PROPOSAL SECTION I-G 19 Agreement No. 7391 PUBLIC WORKS CONTRACT BETWEEN THE CITY OF EL SEGUNDO AND [CONTRACTOR] PAVEMENT REHBAIL,ITATION PROJECT PROJECT NO.: PW 25-07 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. Agreement No. 7391 3. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work within forty -rive (45) 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. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City will promptly inform the Contractor regarding third -party 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. 7. 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. 8. 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. 7391 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 parry will be deemed made when received by such parry at its respective name and address as follows: The City The Contractor City of El Segundo 350 Main Street, El Segundo, CA 90245 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. 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 parry. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. I-D-3 Agreement No. 7391 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 parry 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. 7391 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF EL SEGUNDO [CONTRACTOR] Darrell George, City Manager ATTEST: Susan Truax, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney L00 Joaquin Vazquez, Assistant City Attorney Insurance Reviewed by: Name, Its Taxpayer ID No. Contractor State License No.: Contractor City Business License No.: I-D-5 Agreement No. 7391 FAITHFUL PERFORMANCE BOND PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 Bond No. Bond Fee: ("PRINCIPAL") and 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, PLANS AND SPECIFICATIONS NO. PW 25-07, 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 PLANS AND SPECIFICATIONS NO. PW 25-07, 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 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 Agreement No. 7391 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 PLANS AND SPECIFICATIONS NO. PW 25-07 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. 7391 SIGNED AND SEALED this day of , 20 PRINCIPAL'S PRESIDENT PRINCIPAL'S SECRETARY PRINCIPAL's MAILING ADDRESS: SURETY's PRESIDENT SURETY's SECRETARY 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. 7391 LABOR AND MATERIALS BOND PAVEMENT REHBAIL,ITATION PROJECT PROJECT NO.: PW 25-07 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 PAVEMENT REHABILITATION PROJECT , PLANS AND SPECIFICATIONS NO. PW 25-07 ("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 25-07, 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, 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. I-F-1 Agreement No. 7391 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 PLANS AND SPECIFICATIONS NO. PW 25-07, 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. 7391 SIGNED AND SEALED this day of PRINCIPAL'S PRESIDENT PRINCIPAL'S SECRETARY PRINCIPAL's MAILING ADDRESS: 20 SURETY's PRESIDENT SURETY's SECRETARY 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. 7391 SECTION II - GENERAL REQUIREMENTS CITY OF EL SEGUNDO PUBLIC WORKS DEPARTMENT GENERAL SPECIFICATIONS 1. REGISTRATION OF CONTRACTORS 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 21/2" 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. A 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. 7391 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. 7391 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 OF 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. 7391 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 SECTION 2 — SCOPE AND CONTROL OF WORK II-B-2 Agreement No. 7391 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 or necessity. II-B-3 Agreement No. 7391 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. 2-5 PLANS AND SPECIFICATIONS Subsection 2-5.1 of the Greenbook is replaced by the following subsection. II-B-4 Agreement No. 7391 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. 5. 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 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 II-B-5 Agreement No. 7391 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. 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 II-B-6 Agreement No. 7391 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. (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 II-B-7 Agreement No. 7391 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 REPORTS BY CONTRACTOR 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 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. II-B-8 Agreement No. 7391 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 or 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 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 II-B-9 Agreement No. 7391 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 EOUALS 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. 7391 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-11 Agreement No. 7391 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. Pre -Construction Meeting: 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. If a schedule showing the Work completed in less than the Contract Time is accepted, II-B-12 Agreement No. 7391 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. 7391 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 the Surety from the premises. The City may then take possession of all material and II-B-14 Agreement No. 7391 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. 7391 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 NOTICE 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. 7391 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 HOLIDAY 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. 7391 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: PROCEDURE 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 subjectto 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. 7391 6-11.2 FORM A Claim must include the following: 1. A statement that it is a Claim and a request for a decision. 2. 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. 6. 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. 7391 documentation demonstrating the Contractor's entitlement to such an adjustment. 8. A personal certification from the Contractor that reads as follows: "I, , 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 PREREQUISITE 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. 7391 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. 7391 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 parry 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 parry. 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. 7391 (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. 7391 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 PAID: 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 0101 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. 7391 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. 7391 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 AXII. 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. 7391 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 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. 7391 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. 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 WATER POLLUTION CONTROL This section is supplemented by the addition of the following requirements which establish storm water and urban runoff pollution prevention controls. II-B-28 Agreement No. 7391 (a) Storm or construction generated water containing sediment such as, construction waste, soil, slurry from concrete/asphalt concrete saw cutting operations, debris from 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. (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. II-B-29 Agreement No. 7391 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. 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 on major streets 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 11 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 M. Temporary traffic channelization will be accomplished with barricades or delineators. II-B-30 Agreement No. 7391 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 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 II-B-31 Agreement No. 7391 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 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 cleanup 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 II-B-32 Agreement No. 7391 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 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. II-B-33 Agreement No. 7391 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 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-34 Agreement No. 7391 END OF SECTION II II-B-35 Agreement No. 7391 SECTION III — SPECIAL PROVISIONS 1-0. GENERAL SCOPE, TIME FOR COMPLETION, AND LOCATION OF WORK 1-1. General Scope of Work: The work to be done consists of furnishing all labor, materials, tools, equipment and incidental for traffic control, centerline -tie surveying and tie/monument replacement if removed, and also the construction/installation, complete in place, of street cold milling, street resurfacing (asphalt concrete overlay), two-inch and full depth asphalt replacement, utility manhole and valve can adjustments. In addition, the work also consists of furnishing all labor, materials, tools, equipment and incidentals for clearing and grubbing for slurry seal; crack sealing; mechanically removing striping, pavement markings, and pavement markers in slurry seal areas; protecting manhole covers, valve covers, and concrete areas from slurry seal; slurry seal Type II resurfacing; re -striping; re -installation of pavement markings and reflective pavement markers; dust control; street sweeping; and traffic control as described in the Special Provisions. This project will involve asphalt concrete overlay and Type II slurry seal resurfacing. One lane of through traffic shall be allowed in the construction area at all times. Existing pavement markers and striping shall be removed and then re -installed once resurfacing has occurred. Catch basins shall be appropriately protected from construction debris, and existing flow lines to catch basins shall be maintained during and after all street resurfacing. Contractor shall implement pedestrian and vehicle traffic control to direct the general public away from the project site before and during construction. Areas previously resurfaced early in the project shall be protected in place while remaining areas are resurfaced. Slurry seal tire markings on driveway and driveway approach concrete shall be avoided by the Contractor ensuring that slurry seal can be driven on without staining occurring. All work shall conform to all applicable State, local, regional and Federal codes, ordinances, and regulations as prescribed by the City. All mobilizations to complete the work, including for traffic control, street preparation, concrete work, street repairs, striping activities, schedule changes, etc. shall be included in the bid price. 1-2. Location of the Work: Please see the Appendices for the project location map. 1-3. Working Days and Time for Completion: 1. 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 III-A-1 Agreement No. 7391 shall complete work within forty -rive (45) working days after the date of commencement. 1-4. 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. III-A-2 Agreement No. 7391 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. OPERATION OFFICE TELEPHONE 1. Start of work, Floriza Rivera, Public Works Staff 310-524-2361 shutdown of work, Garret Quaintance, Street Maint. Supervisor 310-524-2899 or resumption of Cheryl Ebert, City Engineer 310-524-2368 work after shutdown Elias Sassoon, Director of Public Works 310-524-2356 2. Closing of streets El Segundo Police Department** 310-524-2200 El Segundo Fire Department** 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: 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 2-1. 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 III-A-3 Agreement No. 7391 PARKING" time designations are not acceptable. Parking shall not be restricted during any period when construction activity is not scheduled at this particular site. 2-2. NOTIFICATION OF RESIDENTS The Contractor to distribute one (1) "Public Notice" to each resident affected by the construction. The notice must be approved by the City prior to distribution. The notice shall be distributed a minimum of one full week prior to the start of any work. The notice shall be attached to a red information hanger provided by the Contractor and hung on the front doorknob of every resident on the project streets. Notices shall include the project times, dates, working hours, description of project activities, and the Contractor's contact information. If any changes occur to project times, dates or working hours, the Contractor will revise and re -deliver the Notice to affected persons. 2-3. NOTIFICATION OF OTHER ENTITIES/AGENCIES The Contractor shall also notify in writing affected other entities/agencies including but not limited to businesses, churches, schools, the Parks Division, and public transportation agencies, etc. Written notification shall be sent at least three weeks prior to construction so that customers, congregations, parents, the general public, and public transportation users can be alerted to any changes that the agencies may have to implement as a result of construction. Notices shall include the project times, dates, working hours, description of project activities, and the Contractor's contact information. If any changes occur to project times, dates or working hours, the Contractor will revise and re -deliver the Notice to affected entities/agencies. 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 documents as required per specifications. 3. Scheduling to avoid traffic and parking conflicts. Managing sub -contractor's scheduling and notifications to the public to avoid traffic and parking conflicts. 4. Preparing and following a Construction and Demolition Debris Management Plan 5. Submittal of Construction Schedule; Contractor Contact List; Centerline Tie Inventory; Schedule of Values for Bid Items 4 and 9; Striping/Pavement Marking/Pavement Marker Inventories; Construction and Demolition Debris Management Plan and Notices to City staff for City approval at the Project Pre - construction Meeting. 6. Arranging for and erection of Contractor's work and storage yard. Moving on to the site of all Contractor's equipment required for operations. III-A-4 Agreement No. 7391 7. Coordinating with Underground Service Alert (USA) or Dig Alert to mark underground utilities before any excavation 8. Distribution of a City -approved Notice to Business and Residents at least one week prior to construction, or as stated otherwise in these specifications. 9. Notification of property owners, businesses, residents, and motorists, other entities/ agencies, etc. using temporary traffic 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. 10. Re -notification of all affected parties for all construction schedule changes. 11. Coordination with utility agencies, street sweeper, and waste hauler, and other entities/agencies to avoid conflicts during project activities. 12. Providing on -site sanitary facilities on a moveable trailer. 13. Posting all OSHA required notices. 14. Protection -in -place of utility facilities, landscapes, pavements, structures, planter boxes, vegetation, and any other property during construction activities. 15. Additional clearing and grubbing, and landscape removal not covered elsewhere in the specifications as necessary. 16. Traffic control as required per W.A.T.C.H. manual and CA MUTCD or approved traffic control plans/ 17. Providing Best Management Practices (BMPs) necessary to comply with NPDES requirements. 18. Bringing unforeseen field conditions to City staff's attention in a timely manner in written Requests for Information. 19. Providing backup documentation for Change Order requests. 20. Restoration to existing standard conditions or better, of private and public property damaged during construction. Power -washing concrete stained by emulsion or otherwise removing construction -related stains from surfaces on public or private property. 21. Installing and removing of all temporary facilities required for operations. 22. Removal and disposal of any existing unused materials from the project sites. 23. 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. 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 III-A-5 Agreement No. 7391 well as the applicable utility agency. A list of utility agency and waste hauler contact number is included in Section III-2 of these specifications. 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 REOUIREMENTS 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. 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 III-A-6 Agreement No. 7391 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 concrete (including fiberglass or steel reinforcing rods embedded in the concrete), brick, glass, and ceramics, for land disposal. III-A-7 Agreement No. 7391 L 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) III-A-8 Agreement No. 7391 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. hops://www.elseundo.org/government/departments/public-works/trash- recychng 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. 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. 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. C. Red Clay Brick d. Soils e. 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 III-A-9 Agreement No. 7391 b. Form PW-B — Pre -Project Worksheet C. Form PW-B I — 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 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: hops://www.else undo.org/govemment/departments/public-works/trash- recychn 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. 111-A-10 Agreement No. 7391 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 hqp://www.ladpw.org/epd/lacomax. 2. California Materials Exchange (CaIMAX) 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 www.calrecycle.ca.gov/CaIMAX. 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.habitat.org/restores. 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. - END SECTION — III -A -I I Agreement No. 7391 5-0. WORK SCHEDULE 5-1. General Scheduling 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 and inspection staff as necessary. 4. Streets resurfaced earlier in the project shall be protected -in -place from damage from the resurfacing of other streets later in the project. This should be incorporated into the scheduling. 5-2. Slurry Seal Scheduling The Contractor shall be responsible for providing a workable schedule for slurry sealing the streets, and shall incorporate the following requirements: 1. Streets shall be slurry sealed on Monday through Friday unless otherwise approved prior to slurry sealing. 2. Major streets shall be slurry sealed one-half at a time, divided by the centerline. 3. Driveways to businesses open for business on the day for slurry seal shall have access provided. 4. Scheduling of slurry seal shall be done to allow parking on adjacent streets. 5. Contractor shall consider and account for parking restrictions and adjacent streets when scheduling. 6. Scheduling of slurry seal application shall be such that residents and business customers/employees shall have access routes to parking on nearby streets, and parallel streets shall be slurry sealed every other street. 7. The street sweeping and waste hauling schedules shall be considered. Contractor shall avoid construction conflicts on days when trash will be collected or streets will be swept on project streets. 8. The Contractor must also coordinate with the US Post Office to ensure that residents and or business mail will be delivered without interruption. 9. Slurry quantities scheduled per day shall be limited to what can be placed between 7:00 am and 1:00 pm to allow enough time for the slurry to be cured before being opened to traffic. No slurry seal installation on any street or alley shall occur after 1:00 pm. III-A-12 Agreement No. 7391 10. Slurry seal patching for all recently slurry sealed streets shall be done within one week after being slurry sealed. 11. The schedule for slurry sealing is subject to City approval. Contractor shall provide the slurry seal schedule and map at least two weeks before slurry seal activities begin. 12. The contractor shall notify the City in writing of the proposed start date per the Notification section shown above. 13. Scheduling by the contractor and any sub -contractors shall be done to avoid traffic and parking conflicts. 14. Changes in scheduling shall be reported to City staff as soon as possible, and the Contractor shall inform the affected neighborhoods by distributing new written notices with the new schedule. 6-0. NOT USED 7-0. INSPECTION Section 4-1.3 on page 11-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. 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. III-A-I3 Agreement No. 7391 9-0. 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. 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. 10-0. 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. 11-0. 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. 12-0. 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 III-A-I4 Agreement No. 7391 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. 13-0. CENTERLINE TIES AND BOUNDARY MARKERS The Contractor is to verify if there are existing centerline ties or boundary markers in the way of construction and submit such verification to City staff prior to demolition/removal. If they cannot be protected in place, Contractor's state -licensed surveyor is to re-establish them after construction and provide the City with the new centerline tie information at no additional cost to the City. Tie -Out and Re-establish Survey Monuments and Benchmarks: In accordance with Section 8771 of the Business and Professional Code, the Contractor will be required to hire a licensed land surveyor to tie out documentation affected by the project prior to commencement of construction and require the land surveyor to file corner records with the engineer; and re-establish and such monuments or benchmarks damaged or destroyed during construction and file corner records with the City of El Segundo Public Works Department after replacement. 14-0. NPDES COMPLIANCE Nearby catch basin and storm drain openings must be protected with approved NPDES BMPs (i.e. felt and sand bags) to ensure that there will be no spillage into the City storm drain systems. 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 III-A-15 Agreement No. 7391 implementing requirements if subject to the Construction General Permit. 15-0. TREE & TREE ROOTS Tree stump definition: the remaining portion of the tree trunk after a tree trunk has been cut and the majority of the felled tree removed. Tree root definition: the portion of a tree that grows out of a tree trunk and can continue to grow above ground and/or underground, providing the tree with nourishment and support. Tree roots can be any length or diameter. After a tree has been cut down, tree roots continue to extend from the stump. No tree shall be removed from public property without the approval of Recreation and Parks Department and/or as identified in the project plans and specifications. Asphalt pavement significantly damaged by tree roots shall be repaired prior to final paving. The Contractor shall coordinate with City staff for Recreation and Parks Department to assess, after asphalt or concrete surface removal, if tree root barrier installation or full tree removal is necessary. The Contractor shall be responsible for removing any remaining tree stump and roots in the parkway, or tree roots in the pavement, as applicable to the project. Any removal necessary for the construction of concrete or asphalt improvements shall be completed before the replacement of the concrete or asphalt. At locations where tree roots are encountered, the Contractor shall cut out tree roots to the full length and width of the new work a minimum of two (2) feet below finish grade. Where tree roots have damaged and uplifted the asphalt to be replaced per these specifications, the contractor shall sawcut beyond the damaged area by a minimum of 6 (six) inches in all applicable directions. Sawcuts shall be parallel or perpendicular to existing curb face. Contractor shall cut all interfering tree roots, and remove and repair the portions of damaged asphalt within the sawcut area. 16-0. CURB DRAIN OUTLETS The Contractor shall reconstruct all curb drainage outlets that fall within the limits of their work. Cost of this work shall be included in the other items of work. 17-0. CITY MANHOLE COVERS. METER BOXES. AND PULL BOXES The Contractor shall adjust City sewer and storm drain manholes, meter boxes and pull boxes (within the work limits) to match new grade. The cost of this work shall be included in the other items of work. 18-0. TRAFFIC CONTROL, PUBLIC SAFETY, AND CONVENIENCE Traffic control, construction signing, and traffic maintenance shall comply with the provision of Sub -section 7-10 of the SSPWC "Greenbook" Standard Specifications and the current requirements set forth in the California Manual on Uniform Traffic III-A-16 Agreement No. 7391 Control Devices published by the Department of Transportation, State of California, the Contractor's Traffic Control Plans and these Special Provisions. 19-0. TRASH PICKUP, STREET SWEEPING, AND MAIL DELIVERIES The Contractor shall coordinate with the City waste hauler and the City street sweeper to avoid construction conflicts on days when trash will be collected or streets will be swept on the project streets. If applicable, the contractor must also coordinate with the US Post Office to ensure that mail will be delivered without interruption. The notification to the US Post Office shall be submitted to the City for approval before the notice is sent out. 20-0. COMPLETION Upon completion of work at each site, the Contractor shall conduct careful inspection with the City Inspector and shall correct all defective work to the satisfaction of the 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. 21-0. 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- 17 Agreement No. 7391 END OF SECTION III III -A- 18 Agreement No. 7391 SECTION IV — MEASUREMENT AND PAYMENT 1-0. BASE BID ITEMS Proposed Bid prices shall be complete for each bid item. All bid items shall cover the costs for all mobilization, construction, and demobilization activities required for each item. Prior to construction, the Contractor shall verify all listed quantities and bring any discrepancies to the City's attention. The Contractor shall provide an itemized schedule of values for all lump sum bid items. 1-1. Mobilization/Demobilization and Traffic Control (Base Bid Item 1 This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule. The bid price shall constitute full compensation for furnishing all labor, equipment, tools, materials, and incidentals to complete the work. The scope of work included under Bid Item 1 shall include the items listed under Mobilization and Traffic Control described in these specifications. All traffic warning signs shall be illuminated or reflectorized when they are used during hours of darkness. All cones, pylons, barricades, or posts used in the diversion of traffic shall be provided with flashers or other satisfactory illumination if in place during hours of darkness. Uneven pavement surfaces shall be temporarily ramped per accepted standards until surfaces are brought to final grade. Base Bid Item 1 can be charged 100% complete when project demobilization is entirely complete, all project areas have been cleaned, all project debris has been removed, and all traffic warning signs and delineators have been removed. 1-2. Two -inch -deep asphalt repairs (Base Bid Item 2) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule. Payment for this item shall include full compensation for 2-inch- deep street patching per Section V. The Contractor is advised to inspect the site to see where areas shall be removed and replaced. No additional compensation for asphalt repair will be allowed to the Contractor due to his failure to examine the number and size of the asphalt repair areas. No separate payment will be made for removal, base, asphalt, sawcutting, and other related items. No additional compensation shall be allowed for extra asphalt repair work unless previous authorization is received by the Contractor from the City Engineer. The Contractor shall sweep the roadway clean around the area before commencing any repair work. 1-3. Twelve -inch -deep (full depth) asphalt repairs (Base Bid Item D This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, which price shall constitute full compensation for IV-A-1 Agreement No. 7391 furnishing all labor, equipment, tools, materials and incidentals needed for doing all work for full depth (six inches asphalt over six inches crushed aggregate base) removal and replacement of existing pavement, including sawcutting, asphalt and subgrade removal, installation of crushed aggregate base, PG 64-10 tack coat, installation of C2 PG 64-10 hot mix asphalt, dust control and other related items. The Contractor is advised to inspect the project sites to see where areas shall be removed and replaced. 1-4. Slurry Seal Type II application (Base Bid Item 4) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule. Payment for this bid item shall include full compensation for street preparation per these specifications; non -chemical vegetation removal using only sharp gardening tools such as hedge trimmers or other mechanical means, furnishing emulsion with accelerator or retardant, and water; street sweeping; and all other slurry seal application activities. Applicable workdays shall be Monday through Friday from 7 am to 4 pm. Payment shall include cost of Contractor staff staying behind to open the streets after 4 pm if necessary. Payment shall also include the cost for mobilization activities including notifications, for sweeping of areas as necessary before and after slurry placement, slurry seal patching, and for checking, recording, and reporting the applied emulsion quantities to the City daily. Surfaces to be slurry sealed on the streets shown in Exhibit D of the Appendices shall include all asphalt areas on the street and any asphalt berm surfaces if applicable. 1-5. On slurry seal streets, remove and replace striping, pavement markings, and bavement markers (Base Bid Item 5) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule. Payment for this item shall include full compensation for providing City staff with a schedule of values and a striping/marking/marker inventory prior to sandblasting or mechanical removal of those items before slurry seal occurs. The inventory shall include both the existing and missing locations of traffic pavement reflectors and fire hydrant blue pavement reflectors. Payment shall include compensation for furnishing all labor, equipment, tools, materials and incidentals needed to remove any conflicting striping, replace striping, markings, and pavement markers to approved standards and their original positions. Bid price and payment shall also include the cost of touching up any limit line, STOP marker, or other striping on unsurfaced streets at an intersection where one direction has been resurfaced. 1-6. Perform full -depth asphalt repairs on 118'h St. between Hornet Way and Aviation Blvd. (Base Bid Item 6) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule, for furnishing all labor, equipment, tools, materials and IV-A-2 Agreement No. 7391 incidentals needed for traffic control, removal of existing asphalt in repair areas, root removal as necessary, backfilling, compaction to 95%, and installation of at least six inches new asphalt pavement over six inches crushed aggregate base in repair areas, prior to Bid Items 8 and 9 2-inch-deep grinding and paving of the entire street section. The contract unit price shall include full compensation for establishing proper flowlines, protecting private facilities and public right-of-way in place, joining to existing pavement, and finishing activities for the repair locations. 1-7. Perform tree root removals and full -depth asphalt repairs on Grand Ave. west of Loma Vista St. (Base Bid Item 7) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule, for furnishing all labor, equipment, tools, materials and incidentals needed for traffic control, providing lighted message boards in both directions, removal of existing asphalt in the repair areas, removal of tree roots down to minimum two feet below grade, backfilling as needed, installation of at least six inches new asphalt pavement over six inches crushed aggregate base in repair areas, compaction to 95%, prior to Bid Items 8 and 9 2-inch-deep grinding and paving from edge of gutter to edge of gutter of the 45' x 40' street section. No extra compensation will be made should additional paving need to be done due to Contractor's operations. The contract unit price shall include full compensation for establishing proper flowlines, protecting private facilities and public right-of-way in place, joining to existing pavement, and finishing activities for the repair locations. 1-8. Grind (cold mill) 2" existing asphalt concrete pavement (Base Bid Item 8) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, which price shall constitute full compensation for furnishing all labor, equipment, tools, materials and incidentals needed for doing all work for the removal of existing asphalt concrete, including coldplaning, dust control, street sweeping, removal, and disposal of asphalt material. The unit price shall also include removal of vegetation as necessary at the curb line in order to accommodate milling and paving equipment. Non -chemical vegetation removal shall be conducted using only sharp gardening tools such as hedge trimmers or other mechanical means 1-9. Overlay 2" asphalt concrete pavement (Base Bid Item 9) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, for furnishing all labor, equipment, tools, materials and incidentals needed for installation of C2 PG 64-10 asphalt hot mix including tack coat. Included in the bid price are allowances for pavement replacement for items where it is incidental to. No extra compensation will be made should additional paving need to be done due to Contractor's operations. The contract unit price shall include full compensation for establishing proper flowlines, compaction, joining to existing pavement, and finishing activities. IV-A-3 Agreement No. 7391 1-10. Adjust sewer and storm drain manhole covers to final grade (Base Bid Item 10) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, and shall constitute full compensation for furnishing all labor, equipment, tools, materials and incidentals for adjustment of manholes. Note: contractor shall coordinate with other utility agencies for grade adjustment of any manhole covers other than sewer or storm drain manhole covers. 1-11. Procure water valve replacement covers (Base Bid Item 11) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, which price shall constitute full compensation for furnishing all labor, equipment, tools, materials and incidentals for procuring valve covers and risers in order to adjust valve covers to final grade. 1-12. Adjust water valve covers to final grade (Base Bid Item 12) This item shall be billed on a units -completed basis at the contract unit price per unit named in the Bid Schedule, which price shall constitute full compensation for furnishing all labor, equipment, tools, materials and incidentals for adjustment of valve covers. Note: contractor shall coordinate with other utility agencies for grade adjustment of any valve or vault covers other than water valve covers. 1-13. On overlay streets, replace striping, markings, and markers (Base Bid Item 13) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule. Payment for this item shall include full compensation for providing City staff with a schedule of values and a striping/marking/marker inventory prior to coldmilling in the following areas: • The southwest residential quadrant overlay streets • 1181h St. between Hornet Way and Aviation Blvd. • The project area on W. Grand Ave. west of Loma Vista. The inventory shall include both the existing and missing locations of traffic pavement reflectors and fire hydrant blue pavement reflectors. Payment shall include compensation for furnishing all labor, equipment, tools, materials and incidentals needed to remove any conflicting striping, replace striping, markings, and pavement markers to approved standards and their original positions. Bid price and payment shall also include the cost of touching up any limit line, STOP marker, or other striping on unsurfaced streets at an intersection where one direction has been resurfaced. IV-A-4 Agreement No. 7391 2-0. ALTERNATIVE BID ITEMS 2-1. Replace traffic loops on 1181h St. and coordinate signal timing with LA County DPW (Alternative Bid Item 14) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule. Payment for this item shall include full compensation for notification of affected businesses, traffic control, marking temporary lane lines and traffic loop locations on 1181h St., installation of new traffic loops in compliance with Los Angeles County Department of Public Works (LACDPW) standards, and coordinating with LACDPW for 1) final inspection of the loops and 2) the adjustment of the Aviation Blvd./118'h St. intersection signal timing to include the data from the new loops. 2-2. Re -stripe faded/missing thermoplastic striping between the Main St./Imperial Ave. and Main St./Imperial Hwy intersections, shown in Appendix G (Alt. Bid Item 15) This item shall be billed on a percentage -completed basis of the lump sum price named in the Bid Schedule, to re -stripe all faded or missing striping between the two named intersections and atthe eastbound Imperial Highway right -turn lane onto Main St. and the northbound Main St. right -turn lane onto Imperial Highway. Bid price shall include full compensation for furnishing all mobilizations, labor, equipment, tools, materials and incidentals needed to perform this work, including traffic control and any necessary mechanical removals of striping prior to re -striping. 3-0. PAYMENT OF CHANGE ORDER ITEMS Payment of any change order item shall only occur if the item is added to the project scope through both a change order agreement and, if necessary, an amendment agreement. Contractor shall check with the City Inspector prior to proceeding with any potential change order work. A written Request for Information shall be provided to the City regarding potential change order work. Additional project work of exactly the same type and scope mentioned under the sections listed above shall apply the bid unit price used by the bidder. Costs for work not similar in type and scope to those listed in the sections above shall be agreed upon by the Contractor and City through a change order agreement. Backup documentation to support change order costs and calculations shall be submitted with each change order. Per Section II-3-4, the Contractor shall inform City inspector of any changed conditions. The City Inspector and the Contractor together shall then record the date the changed conditions were found, the nature of the changes, the measurements taken, the time period for any additional labor, and the number and labor classification of those laborers. This information may be required for determining costs. Any additional work similar in scope as described above and approved as project's change order shall be calculated at the Contractor's unit bid cost. IV-A-5 Agreement No. 7391 Both agreements shall be completed by the Contractor and the City and the original purchase order updated prior to payments occurring for the change order items. 4-0. PROGRESS PAYMENTS Lump sum items shall be billed on a percentage completed basis. Unit -based items shall be billed on a units -completed basis. The City reserves the right to request a schedule of values to be submitted by the contractor for any or all bid items in order to determine payment for work completed. Five percent (5%) shall be deducted from each progress payment and retained by City until punch lists are complete, the Notice of Completion has been recorded by the County, and all permits are signed off by the appropriate City representative. The remainder less the amount of all previous payments will be paid to the Contractor. Payment of all, or any part, of an estimate in writing may be withheld on account of any of the following: Defective work not remedied; Third -party claims against Contractor or City arising from the acts or omissions of Contractor or subcontractors; Stop Notices; Failure of Contractor to make timely payments due to subcontractors for material or labor; Damage to the City or others for which Contractor is responsible; Failure of Contractor to provide backup documentation for estimates; Failure of Contractor to submit schedules or their updates as required by the Contract Documents; Liquidated damages assessed; Any other failure of Contractor to perform its obligations under the Contract Documents. - END OF SECTION - IV-A-6 Agreement No. 7391 END OF SECTION IV IV-A-7 Agreement No. 7391 SECTION V — TECHNICAL SPECIFICATIONS 1-0. GRINDING AND OVERLAY ACTIVITIES Richmond St. grinding and overlay shall include the Richmond St./Holly Ave. intersection, and also go beyond the intersection as follows: • East of the intersection to the existing change in pavement • West of the intersection to the existing change in pavement • South of the intersection to the north edge of the limit line 1-1. COLD MILLING Prior to cold milling, the Contractor shall provide City staff with a detailed schedule of values for the inventory of striping/marking/markers to be replaced, and an inventory of centerline ties and boundary/survey markers which will be replaced after paving. The striping/marking/marker inventory shall include both the existing and missing locations of traffic pavement reflectors and fire hydrant blue pavement reflectors. In accordance with Section 302-5.2, cold milling from gutter or pavement edge to a depth of 2 inches is required, only on the portions shown on the street to be cold milled. The final cut shall result in a uniform surface conforming to the typical cross section. It is the Contractor's responsibility to remove all thermoplastic pavement markings prior to the cold milling operation. Asphalt to be discarded shall be removed from the project site and properly disposed of the same day. The Contractor shall take care that areas shall be sufficiently watered down during demolition as well as construction for dust control. Spillage resulting from material hauling operations along or across any public traveled way shall be removed immediately by the Contractor at no expense to the City. After cold milling, the Contractor is required at all transverse joints, manholes, and all parallel or perpendicular asphalt areas of uneven elevations caused by the cold milling to immediately taper a minimum of three (3') feet from the edges with cold mix asphalt concrete until the areas can be permanently filled with hot mix. Temporary ramping, where required by the inspector or City staff for traffic control or other purposes, shall be considered included in the price bid for "Mobilization and Traffic Control", and no additional compensation will be allowed. Traffic control devices shall be used to mark the length of uneven surfaces at regular intervals until the areas are paved. Asphalt shall be installed the same week that cold milling occurs on the same street, unless there is an unexpected rain delay. The contractor shall ensure that a second asphalt company can provide the asphalt materials should there be any reason the primary supplier cannot deliver the materials. If the contractor cannot guarantee that asphalt paving will occur on a street within the required time frame, no cold milling will be allowed to take place on that street until it can be scheduled as described. City V-A-8 Agreement No. 7391 streets are not to be left unpaved for more than three working days. Contractor shall be required to provide documentation that the asphalt material collected from the grinding process is recycled and diverted from the landfill. This documentation may be in the form of weight slips from a known recycling facility or a verifiable letter from the end -user. Any documentation submitted must contain accurate quantities in either tons or cubic yards. Failure to provide such documentation may be grounds to withhold final payment. Contractor's attention is directed to the condition that if the presence of pavement fabric, petromat, rubberized material or steel reinforcement within the depth to be cold -milled is encountered, Contractor shall inform the inspector or City staff immediately. Pavement fabric, petromat, rubberized material, or steel reinforcement shall be completely removed and disposed of appropriately. At all locations where an overlay pavement is joining or overlaying existing asphalt pavement, the Contractor shall cold mill existing pavement to provide straight neat lines and feather the new pavement to form a smooth transition with the existing pavement. This condition is particularly required as locations where the project joins the existing pavement. The Contractor will also be required to match the existing pavement elevations. The final cap transition between the streets must be smooth and neat in appearance, including the radius points. The Contractor shall thoroughly inspect the work site in advance of the cold milling operations to minimize the risk of striking any metal roadway improvements such as sewer, communications, storm drain manhole covers, water and gas valve covers since these utilities were not marked on plans provided in these specifications. Care shall be exercised not to damage adjacent concrete curbs or gutters. Curb or gutter damaged due to cold milling work shall be replaced as approved by the inspector or City staff at the Contractor's expense. The contractor shall restore any existing area drainage when replacing curb. Residue from grinding shall not be permitted to flow or travel into gutters, onto adjacent street surfaces or parkways. All residues shall be completely removed by street and manual sweeping and properly disposed. No washing of residue into drainage structures will be allowed. All catch basins and curb inlets shall be covered, utilizing the best management practice (BMP) which most appropriately fits the situation, and as approved by the City Engineer. The Contractor shall also make every effort to control all dust created by his operations by utilizing the Best Management Practice approved by the State Water Resource Control Board and the Best Management Practices for Construction found in Appendix D of these specifications. 1-2. ASPHALT CONCRETE OVERLAY Work to be performed under this item shall conform to Section 300 of the Standard Specifications and these Special Provisions. Asphalt concrete hot mix, C2-PG 64-10, shall conform to applicable Subsection 203 of the provisions of Section 200 of the Standard Specification and these Special Provisions. The viscosity grade of paving V-A-9 Agreement No. 7391 asphalt shall be PG 64-10. Tack coat shall be PG 64-10. This work shall consist of furnishing, spreading and compacting a minimum 2" thick asphalt concrete pavement surface course. This work shall also consists of applying paint binder (tack coat) to the existing pavement surface and vertical surfaces to be joined. Joining existing pavement shall be done to the satisfaction of the City Inspector. The Contractor shall confirm that street surfaces and hot mix asphalt are at optimal temperature prior to paving, to facilitate a successful product. The finished edge of the new pavement at gutter plate shall be no less than 1/4" and no greater than 3/8" above the existing gutter plate. Where new paving joins existing paving, Contractor shall grind down the existing surfaces twelve (12) inches back from the joint line so there will be sufficient depth to provide a minimum of one (1) inch of asphalt concrete. Join line shall be straight and edges vertical. Contractor shall be responsible for verification of grades prior to installation of asphalt hot mix paving. Contractor shall guarantee positive drainage in all areas. All areas which retain standing water will be corrected as directed and approved by the City at no expense to the City. All properly established sheet flow & flow line slopes and grades shall remain the same after paving as before unless an existing ponding problem is noticed and brought to the inspector or City staff's attention prior to cold milling. After paving has been installed and compacted, Contractor shall spray water over the entire paved area and correct any areas where water collects and does not drain away. The contractor will ensure that the asphalt is ready before allowing traffic through newly paved areas. Subsection 203-6 of the Standard Specifications is supplemented by the following: Asphalt concrete proposed for use on the project, when tested in accordance with Test Method California No. 360 (Method A), shall show a surface abrasion loss not exceeding 15 grams. Subsection 302-5.5, "Distribution and Spreading," of the Standard Specifications is supplemented and amended by the following: Spreading: With approval of the Engineer, the Contractor may be allowed to deposit the asphalt concrete material from bottom dump trucks into a uniformly sized window to pick up the material and convey it into the paving machine by an elevating device (CoCal, Clark Co., or equal). Such paving procedures will be limited to long straight runs. Turn pockets, side street intersections, etc., shall be paved by depositing asphalt concrete material from delivery trucks directly into the paving machine hopper. If approval for the bottom dump operations is given, the Contractor shall furnish a rubber tire skip loader for distribution of any misplaced material. V-A-10 Agreement No. 7391 Mechanical Spreading Machine: The spreading machine described in Paragraph 6 shall be a crawler equipped (track laying) type, self-propelled spreading machine except on steep grades or on areas of unstable subgrade. It must be 17 feet wide. A fully automatic screed will be required for this project. The fully automatic creed shall be a sled, 30 feet in length, on the side of the machine that will receive the next mat of material. A joint maker, ski, etc., placed on the side of the machine to ride on the existing or previously constructed surface or mat of asphalt concrete material may be required by the Engineer or his designee. Rolling operations shall comply with Section 302-5.6. If areas adjacent to speed bumps, dips, and cross gutters or any other asphalt surface are significantly changed after paving so as to impede or otherwise negatively affect driving or drainage conditions, those areas shall be corrected by the contractor at no additional cost to the City. Methods of correcting these areas shall be approved by the City Public Works Department prior to their implementation. The Contractor shall provide the Public Works Department with a complete set of asphalt tickets for each day of paving. 1-3. MANHOLE COVER, VAULT COVER, AND VALVE COVER ADJUSTMENT Contractor shall complete all City -owned manhole, vault, and valve cover frame and cover set adjustments to the new finished grades in accordance with Section 301-1.6 of the Standard Specifications. Buried manhole, vault, and valve covers shall be located with metal detectors prior to grinding, and the appropriate agencies informed by the Contractor's superintendent. The Contractor shall coordinate with all applicable utility companies prior to grinding and paving activities for the possibility of adjusting manhole, vault, and valve covers during paving activities. The remaining utility companies shall be notified of the Contractor's schedule by the Contractor's superintendent in order to allow for raising of their manhole, vault, and valve covers immediately after paving is completed. The Contractor shall coordinate with the West Basin Municipal Water District (WBMWD) regarding their utility adjustments, prior to beginning any work. 1-3.1 Adjustment of City Sewer and Storm Drain Manhole Covers to Grade In areas where the existing pavement is to be capped with an asphalt overlay, and where the manhole structure meets the following criteria: The manhole covers are either flush with the existing pavement, or The manhole covers project less than two inches above the A.C. surface prior to capping. These manhole covers shall be paved over and later adjusted to grade as specified v-A-11 Agreement No. 7391 herein. Before replacing frames and covers, the Contractor shall clean the frames and covers of residual debris from new and old pavement or surface treatments. Asphalt concrete used for paving around manhole covers shall be Type C2-PG 64-10 (1/2" sieve size) with 5.6 percent binder. The Contractor shall be responsible for furnishing, placing, and maintaining barricades or other traffic control as necessary to protect the public from any danger due to the work being done. 1-3.2 Adjustment of County Sanitation District Manhole Covers to Grade When applicable that County Sanitation Districts (CSD) manhole covers must be adjusted to new grade because of re -grading and/or resurfacing over the manholes, the work will be done by CSD in conjunction with the Contractor responsible for the re- grading and/or resurfacing work pursuant to the following procedures: 1) The Contractor shall notify CSD's superintendent of Maintenance at (310) 638- 1161 a minimum of three (3) working days prior to the start of any work involving CSD manhole covers. 2) If grade over manhole cover is to be lowered: a. The Contractor shall furnish and deliver a temporary steel plate of adequate thickness and size approved by CSD for the manhole. b. The Contractor shall excavate around the manhole to a depth and distance outside of the manhole as required for CSD to remove the manhole frame and cover. c. CSD will remove the manhole frame and cover and the interfering portion of the manhole shaft and place the cover plate over the manhole. d. The Contractor shall store and protect the frame and cover and fill and/or pave over the cover plate to final grade. e. The Contractor shall remove the pavement and/or fill as required for CSD to raise the manhole cover to final grade. Pavement and/or fill shall be removed to a minimum depth of not less than 6 inches below final grade and 12 inches around the manhole if the cover plate is more than 6 inches below final grade. f. CSD will raise the manhole cover and set the frame and cover to final grade. g. The Contractor shall backfill and compact and complete the pavement around the manhole cover. 3) If grade over manhole cover is to be raised: a. The Contractor shall fill and/or pave directly over the manhole frame and cover to final grade. b. Repeat steps e. through g. of Item 2 above except when grade is to be raised more than 2 feet. In such case, the Contractor shall excavate around the manhole to a depth and distance as determined by and required by CSD to remove and reconstruct the manhole shaft with the required taper. The Contractor shall be responsible for furnishing, placing, and maintaining barricades and lights, and installing temporary asphalt ramping as necessary to protect the public from danger due to the work being performed. v-A-12 Agreement No. 7391 1-3.3 Adjustment of City Water Valve Covers to Grade This item shall specifically include adjusting of water valve covers to final grade after completion of the overlay or reconstruction, in accordance with Subsection 301-1.6 "Adjustments of the Manhole Frame and Cover Sets to Grade," and 302-5.8, "Manholes (and other Structures)," of the SSPWC, except as modified supplemented herein. • The term "Valve Cover" shall be interpreted as including the sleeve, frame and cover set for City water valves. • The Contractor shall procure all valve covers and risers needed for adjustments. • City -owned valve covers shall be adjusted to grade in a similar manner to manholes. • After the pavement has been completed, the necessary portions of the pavement and base shall be neatly removed, and the valve cover shall be adjusted to the new finished grade as specified in Subsection 302-5.8 of the SSPWC. 2-0. TYPE II SLURRY SEAL RESURFACING ACTIVITIES Prior to mechanical removal of street striping, the Contractor shall provide City staff with a detailed schedule of values for the inventory of striping/marking/markers to be replaced, and an inventory of centerline ties and boundary/survey markers which will be protected in place and uncovered after slurry sealing or replaced if missing. The striping/marking/marker inventory shall include both the existing and missing locations of traffic pavement reflectors and fire hydrant blue pavement reflectors. 2-1. GENERAL SCOPE OF SLURRY SEAL WORK The slurry seal work to be done for selected streets and alleys, includes but is not limited to: A. Surface preparation 1. Non -chemical or mechanical weed removal, clearing, and grubbing 2. Crack sealing 3. Asphalt repairs 4. Removal of reflective markers and striping 5. Street surface cleaning 6. Protecting existing manhole and valve covers in place. B. Slurry sealing C. Temporary striping D. Slurry seal patching E. Permanent striping F. Street sweeping as necessary throughout and after slurry seal installation 2-2. MATERIALS Section 302-4 of the Standard Specifications is supplemented by the following: V-A-13 Agreement No. 7391 2-2.1. Mix Design A. At least seven (7) working days before slurry seal placement commences, the Contractor shall submit to the Engineer for approval a laboratory report of tests and proposed mix design covering the specific materials to be used on the project. B. The slurry mix design shall be Type I-CQS-lh. C. The laboratory report shall be signed by the laboratory that performed the tests and mix design. The report shall show the results of the tests on individual materials, comparing the test results to those required by the specifications. The report shall clearly show the proportions of aggregate, filler (as determined from the tests, minimum and maximum), water (minimum and maximum), asphalt solids content based on the dry weight of aggregate and set -control agent usage. Previous laboratory reports covering the same materials may be accepted provided they are made during the same calendar year. 2-2.2. Emulsified Asphalt Emulsified asphalt shall be Cationic Quickset (CQS-lh), Type I. 2-2.3. Aggregate Aggregate shall consist of sound, durable, crushed stone or crushed gravel approved mineral filler. The material shall be free from vegetable matter and other deleterious substances. Aggregates shall be 100% crushed material conforming to 200-1.1, 200- 1.2 and 203-5.3. 2-2.4. Water Water will be supplied to the Contractor from fire hydrants as specified on Page II-A-1 of these specifications. Water use from fire hydrants shall not occur without the Contractor first obtaining a temporary meter from Water Division. All Contractor water use from fire hydrants must be done using the temporary meter. The Contractor shall contact Water Division at 310-524-2745 for rates for the following: i. 1 st meter set-up ii. 3" Temporary Meter Refundable Deposit iii. For each meter move iv. Readiness to Serve 3" 2-3. APPLICATION Section 302-4 of the Standard Specifications is supplemented by the following: 2-3.1 Preparation V-A-14 Agreement No. 7391 A. Traffic Control plans for all project areas, if awarded, must be submitted to the Engineer at least three weeks prior to starting construction. B. Changeable message boards shall be used in each direction of Main Street to warn traffic and residents at least two weeks before the slurry seal activities begin. The signs shall announce "Road Construction from [beginning date] to [ending date]" or a similar message. The Contractor shall notify the residents or businesses in an area scheduled for slurry seal. Notices shall be furnished by the contractor and shall be distributed at least a week in advance of the slurry seal beginning at that location. Notices to Residents regarding the slurry seal shall inform them of the possible effects of driving on the slurry seal and onto their properties before the slurry seal is dry. Notices shall not be put into mailboxes. Notices shall be attached to doorknobs or doors of properties and every resident and business shall each receive one (1) notice. For example, if a single property has multiple residential units, or businesses, each residential unit and business shall be served with the notice. Seventy-two (72) hours prior to work in an area, the contractor shall also post all streets with temporary "No Parking - Tow Away" signs at 50-foot staggered intervals and at motorist or pedestrian eye -level height. These signs shall also state the day(s) of the week, date(s), and hours of no parking. C. The contractor shall remove all vegetation and any raised pavement markers within the area to be sealed. Immediately before the application of slurry, the pavement surfaces shall be cleaned by Contractor. Vegetation shall be non -chemically or mechanically removed and properly discarded by the Contractor. Weed killer is NOT to be used on this project. If the weeds are not entirely removed two days before the streets scheduled slurry seal application, than the street vegetation shall be mechanically removed again and rescheduled for slurry seal application on another day. D. Prior to application of slurry seal, cracks 1/4" or wider on project streets shall be routed clean and free from all dirt, debris, and vegetation by mechanical means. All routed material, vegetation, and foreign debris shall be blown and/or removed from the cracks. All cracks shall be free from moisture and any vegetation within them shall be non -chemically or mechanically removed. Weed killer is NOT to be used on this project. Cracks shall then be filled using Crafco materials or approved equal. The routed and cleaned cracks shall be filled with the specified sealant from the bottom up to the surface in such a manner that does not result in sealant bridging or entrapped air pockets. With larger cracks, settlement and temperature shrinkage may occur, and will be treated with a second application to bring the material up to the surface. Immediately after material installation, the material shall be squeegeed as level as possible. Poorly squeegeed material and crack filled material that separates from the crack shall be rejected. Because of the nature of the material, there may be a variance above or below the pavement level. V-A-15 Agreement No. 7391 A power sweeper shall be used on a daily basis if necessary to sweep up all excess material and debris created by the routing and blowing process. The Contractor shall prevent the crack seal materials from being deposited on all existing facilities and/or improvements and shall remove any splattering or spillage. Any damage to the uncured crack seal materials shall be the responsibility of the Contractor. The Contractor shall have a sufficient number of men on the job at all times to properly protect the freshly laid material and to correct any irregularities resulting from spillage, unsatisfactory materials, or any other inconsistency as the work progresses. All discrepancies encountered in the application of crack seal materials shall be immediately corrected to the satisfaction of the Engineer. E. A power sweeper shall be used multiple times on a daily basis to sweep up all excess material and debris created by the routing and blowing process. The Contractor shall prevent the crack seal materials from being deposited on all existing facilities and/or improvements and shall remove any splattering or spillage. F. Completely clean the street surface to be slurry sealed of all loose material, grease and oil spots, silt spots, vegetation and other objectionable material that would prevent the slurry seal from adhering to it. Should slurry seal fail to adhere to it, the area will have to be re -done or patched at no further cost to the City. G. All City manholes, utility covers and valve box covers within the area to be sealed shall first be protected by tar paper covers, or oiled and cleaned to the satisfaction of the City Inspector after final application of the slurry seal. All concrete surfaces to be joined by the slurry seal with exception of parallel curb and gutter shall be covered with tar paper or other City -approved material H. Raised SmartCovers on top of sewer manholes shall be adequately protected in place. Any damaged or missing SmartCovers shall be replaced with new SmartCovers at no additional cost to the City, and to the satisfaction of the City's Wastewater Division Representative. The sites for stock piling and batching materials shall be clean and free from objectionable material. Arrangements for these sites shall be the responsibility of the Contractor. No equipment or vehicles shall be left on City streets overnight. Best Management Practices shall be followed when stockpiling to ensure that no foreign material will enter the storm drain system as a result of construction. The Contractor shall mark the curb with chalk (not paint) adjacent to each water valve cover prior to slurry seal application. All utility manholes and valves must be temporarily covered. Immediately after slurry seal operations, the Contractor shall loosen and clean all City utility covers so that they are visible for access, and loosen and clean all valve box covers. K. Slurry seal areas under trees or otherwise shaded shall be confirmed by the Contractor to be drive -able before the area is opened to traffic. The area shall remain closed using traffic control devices until it is ready. Only the Contractor's personnel shall open any streets to the public after they have been paved or slurry sealed. v-A-16 Agreement No. 7391 These Contractor staff members shall be prepared to remain past the 4:00 pm end - of -construction time to remove any barricades when the streets are ready. 2-4. WEATHER LIMITATIONS The slurry seal mixture shall not be applied if there is a chance of rain before it can be cured properly. Street surfaces must be dry at least 3 days prior to slurry seal application. 2-5. SPREADING In restricted areas where hand spreading is necessary, the slurry mixture shall be poured into a small window along one edge of the surface to be covered. The mixture then shall be spread uniformly by a hand squeegee. 2-6. JOINTS A. In places where adjoining streets are not to be slurry sealed, the beginning and end of slurry sealing shall be straight -edged with 15 lb. asphalt felt at curb line of the adjoining streets to give a neat finished edge. B. No excessive build-up or unsightly appearance shall be permitted on longitudinal or transverse joints. 2-7. CORRECTIVE WORK Slurry sealed areas which have been improperly prepared, are not uniform in color, have been improperly sealed, or have failed for any other reason prior to final acceptance shall be removed and redone at Contractor's expense to the satisfaction of the Engineer. Slurry seal deposited on other than asphalt concrete surfaces shall be cleaned to the satisfaction of the City. 2-8. WEIGHT TICKETS Weight tickets of the dry aggregate used shall be given to the Project Inspector daily. 3-0. STRIPING, PAVEMENT MARKINGS, REFLECTIVE MARKERS, 3-1. STRIPING, MARKINGS, AND REFLECTIVE PAVEMENT MARKERS On slurry seal streets existing striping and pavement markings should be sandblasted off or otherwise mechanically removed prior to slurry sealing. On overlay streets, grinding shall remove all existing striping and pavement markings on the asphalt. Striping on concrete gutters or spandrels shall be mechanically removed if they conflict with new striping. Raised reflective pavement markers shall be removed, their locations noted, and shall be replaced after slurry sealing or paving. Any damaged or missing markers shall be replaced with new matching markers at no additional cost to the City. Replacement permanent striping shall be thermoplastic. Any striping and pavement V-A-17 Agreement No. 7391 markers removed or damaged or to be re-striped/touched- up during construction shall be replaced in kind or better. The Contractor prior to start of work shall make an accurate inventory of existing lane striping, crosswalks, and pavement markings, including blue fire hydrant markers (existing and missing). Existing striping that does not fit MUTCD standards could be aerial survey or city boundary markers and shall be brought to the Inspector's attention prior to any removal. 3-1.1. Temporary Striping Contractor shall furnish and install traffic delineation and markings using paint "Cat Tracking", temporary marking tape, removable reflective tabs, or other approved media. Contractor shall place temporary striping after the base course of asphalt pavement or the slurry seal resurfacing has been completed, in the same configuration as the existing permanent striping so that traffic can be returned to normal patterns. This striping shall be considered temporary and is the Contractor's responsibility to place and maintain. Temporary striping on grinded streets shall be placed on the same working day as existing stripes and legends are lost, including but not limited to bicycle lanes, stop bars, lane lines, parking tees, to match pre-existing markings. After overlay or slurry seal resurfacing, the Contractor shall place temporary dribble lines within 24 hours. The application of slurry tabs are required for all lane line and stop bar locations. There must be (one) slurry tab at each skip line and a minimum of (four) slurry tabs per each stop bar. The slurry tabs on the skip lines and stop bars must be white with no slurry seal/tack coat/asphalt on the tab. The Contractor shall install and maintain temporary lane lines using 4" tabs until permanent striping is installed. 3-1.2. Permanent Thermoplastic Striping Contractor shall place permanent striping between seven (7) and fourteen (14) calendar days after resurfacing. Permanent striping shall be thermoplastic. At the preconstruction conference, the Contractor shall submit to the City an inventory of existing striping, pavement markings, and reflectorized and raised pavement markers in the project area. The Contractor shall replace all existing street striping, including centerlines, lane lines, left turn pockets, stop bars, legends, crosswalks, parking stall striping to match existing, unless otherwise stated in these specifications. Upon approval of the inventory, the Contractor shall reinstall striping, pavement markings, and reflectorized pavement markers in accordance with the approved plan. Any striping and pavement markers removed or damaged during construction shall be replaced in kind or better. Contractor shall use thermoplastic for the re -installation of all project striping and pavement markings. Application of Thermoplastic, Thermoplastic Pavement Markings, words, arrows, crosswalks and limit lines, shall be in accordance with Caltrans Standard Plan Nos. A24A through A24E, unless otherwise noted. All work and materials shall conform to the requirements of the Caltrans Standard Specifications, latest Edition, and the latest edition of the Caltrans Traffic Manual. V-A-18 Agreement No. 7391 The Contractor is required to complete permanent traffic striping within five (5) to fourteen (14) calendar days after final paving or slurry sealing has been completed. Reflective slurry tabs should be completely removed and properly discarded once striping has been installed. Markings, such as stop bars and legends, speed limit markings, and symbols that are partially covered or obliterated shall be brought to the City Inspector's attention prior to re -installation of new striping. Markings and striping on adjacent streets that may need to be touched up after paving; for example, crosswalks that are partially in the paving area, shall also be brought to the City Inspector's attention prior to striping in that area. 3-1.3. Touch-up Painted Striping At intersections where limit line and STOP markings will be permanently re -striped in thermoplastic, any existing limit line and STOP markings on a non -resurfaced street, if applicable, shall be refreshed with white reflective paint. All intersection directions should have new striping or refreshed striping as a result. 4-0. SURFACE RESTORATION AND PONDING AREAS The Contractor shall coordinate with the Street Maintenance Supervisor to resolve any areas where existing ponding occurs on street surfaces prior to slurry sealing or paving. Garret Quaintance can be contacted at 310-524-2899. Permanent restoration of concrete or asphalt or earthwork surface improvement shall be completed to the approval of the Engineer no later than five (5) calendar days after completion of the concrete work. Until completion, the project area shall be safely set apart and covered to current standards. Excavated areas shall be properly covered and marked for safety until they are backfilled or otherwise restored. 4-1. COMPACTION Any soil or subgrade compaction testing and certification shall be performed by a Geotechnical Engineer and provided by the City inspection team. A relative compaction of ninety-five percent (95%) is required under all asphalt concrete pavement, concrete curb, stamped concrete and concrete slab. The Contractor shall bring in suitable fill to use if existing soil is inadequate to provide the 95% relative compaction. 4-2. SLOT PAVING AND ASPHALT PAVEMENT REPAIR Asphalt slot paving, at minimum three feet in width, shall occur in the asphalt portion of the street or alley adjacent to all newly installed concrete and shall properly direct storm flow to the storm drain system. Asphalt to be repaired shall be saw cut for removal, with sawcut boundaries either parallel or perpendicular to the curb face or property line. Where a series of cuts are made, regardless of the spacing between individual cuts, the series shall be treated as a continuous open trench and the pavement repair shall be continuous across all cuts. V-A-19 Agreement No. 7391 Unless otherwise stated for specific areas, full depth pavement repair shall consist of a 3/8-inch-maximum finishing course over 1/2-inch-maximum State mix over a minimum 6-inch crushed aggregate base. PG 64-10 asphalt and tack coat shall be used. New asphalt shall be feathered to meet existing asphalt, and shall also meet any applicable concrete at a reasonable height and slope to allow proper drainage. Base material for the reconstruction of the pavement shall be in accordance with Subsection 200-2.2 of the Standard Specifications. A tack coat of PG 64-10 paving asphalt shall be uniformly applied to the surface to be paved. The surface shall be free of water, foreign material, and dust when the tack coat is applied. All asphalt concrete pavement shall conform to Section 203-6 of the Standard Specifications and as shown on the plans. Paving shall occur after backfill with and compaction of appropriate materials has occurred to the approval of the City Public Works Inspector. Paving rollers shall be on the job site before any paving is started. The final height of the paving next to gutter shall not be more than 1/z-inch high. The Contractor shall be responsible for bringing to the City's attention any additional asphalt required for proper drainage prior to placement of new asphalt. If improper asphalt placement occurs, detrimentally affecting drainage, the contractor shall remove and replace the asphalt at no further cost to the City. Less than full -depth asphalt repairs shall consist of grind to depth specified, removals, backfill with crushed aggregate base and compaction as necessary, PG 64-10 tack coat, and then 3/8" finishing course over C2 PG 64-10 hot mix asphalt to the depth initially specified. Preparation of the areas for paving shall be as required by current standards and specifications. 5-0. BID ITEM 13: REPLACE TRAFFIC STRIPING, MARKINGS, AND PAVEMENT MARKERS ON OVERLAY STREETS, 118 TH ST., AND W. GRAND AVE. The locations for this bid item are shown on the project location map. All striping and markings shall be replaced with thermoplastic of the same type and color. All costs to carry out and complete the work described shall be included in the bid item cost and shall be paid as a percentage of the lump sum quantity completed. 6-0. ALTERNATIVE BID ITEM 14: REPLACE TRAFFIC LOOPS ON 118TH ST. AND COORDINATE SIGNAL TIMING WITH LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS The area for this bid item is the eastbound lane on 1181h St. between Hornet Way and Aviation Blvd. The traffic signal at the 118'h St./Aviation Blvd. intersection is maintained and operated by the Los Angeles County Department of Public Works (LACDPW). Prior to the grinding of 1181h St. the Contractor shall notify LACDPW so that the signals may be programmed to function without the eastbound traffic loops and to V-A-2o Agreement No. 7391 arrange the replacement of the traffic loops after the paving is complete. After lane lines are temporarily established, traffic loop locations shall be marked. Loops shall be installed on the same day that the loop slots are cut. This shall include placement of the loop conductors and slot sealant. Detector loop locations shall be inventoried and documented by the contractor prior to paving, approved by the County of Los Angeles Department of Public Works, or designated representative, in the field at least a week prior to installation. All costs to carry out and complete the work described shall be included in the bid item cost. 1. Notify nearby residents and businesses on 1181h St., Hornet Way, and Aviation Blvd. of the work to occur. 2. Notify the railroad company of the work to occur. 3. Protect concrete facilities, railroad tracks, railroad facilities, fences, signs, Hornet Way (street and striping), and Aviation Blvd. (street and striping) in place. 4. Remove the existing asphalt in this project area down to a two-inch depth. 5. Remove and replace any severely damaged asphalt sections within the area down to one foot below grade. 6. Overlay the entire project area with two inches of C2 PG 64-10 hot mix asphalt. 7. If found, adjust any sewer manholes, storm drain manholes, and water utility covers within the area to grade. 8. Maintain existing working flowlines and drainage when paving and finishing. 6-1. ALTERNATIVE BID ITEM 15: RE -STRIPE MAIN STJIMPERIAL AVE. INTERSECTION The area for this bid item is north of the Imperial Ave./Main St. intersection to the Imperial Hwy/Main St. intersection. See Appendix G for lane lines and pavement markings to be re -striped. All costs to carry out and complete the work described shall be included in the bid item cost. - END OF SECTION - V-A-21 Agreement No. 7391 APPENDICES A. City Map B. Typical No Parking Sign — El Segundo Standard ST-18 C. Construction and Demolition Recycling forms (included as part of Section III, Special Provisions) D. El Segundo Best Management Practices for Construction E. Project Locations F. Centerline Tie Information G. Re -striping Areas on Main St. between Imperial Highway and Imperial Ave. V-A-1 Agreement No. 7391 APPENDICES A. CITY MAP B. TYPICAL NO PARKING SIGN - EL SEGUNDO STANDARD ST-18 C. CONSTRUCTION AND DEMOLITION RECYCLING FORMS (INCLUDED AS PART OF SECTION III, SPECIAL PROVISIONS) D. EL SEGUNDO BEST MANAGEMENT PRACTICES FOR CONSTRUCTION SITES E. PROJECT LOCATIONS F. CENTERLINE TIE INFORMATION G. RE -STRIPING AREAS ON MAIN ST. BETWEEN IMPERIAL HIGHWAY AND IMPERIAL AVENUE Agreement No. 7391 APPENDIX A U) o LU e COI W w P�„ - A`JM 13��bPi ; alO NtloO ' I � 'U �� � AbM N1N3hI1NOp 'I is DIV. Y. �� xt'e 'j,�7 • \� sniv s�3ns on,sw m NSVN � dd ' ; OM110 iY1N3NI1NOp �V�,p 4NY ; 3„- I� , 15 la6daM • -. 4 0 t_ 0M113 tlG3M1Nd35 N i � �,' :. , YNVIONI is SIaN,„, � tS Ell � w � NOJ.9NI45Uni � f Fl�t o (� ��r�� � � mNaon,vo � "I MNi1031"VO i � r � g 19 � � •J3dp ; 1 o m 1S s nvavn3N �. OC�O Deli I , � ls, aNv,Aaew oNvuams R i J� M s vsty al El Ell is uN elnvm u UH d'�'0 041� t(—s � va?34 1S Vatl3�5 ' MOTE � 1S NN3d � H ❑�I�i��J o EE M L '�� = � as snldAlvana o i 11:1 El EE O �O� E�S I �Ipva avoo 0 �i Ls aaosrvoo L a ����❑ m o ����� 1' i V��1: 7 Er�a� LS � VINI•JaIA ��jn '; � L I 15E3NNOAve � lll--l�ll' VLSIA ul'WOl • Y' �I !9 A311VA �¢ inl �J�J 'a1y '• 'j �o � r ��53aall!M - 16 � 31V 6J `•S3 N LS N� 11 �,-.-�'� NSIP •'..l..d I (pJNE u � v F V v e Agreement No. 7391 APPENDIX B Agreement No. 7391 12 ru J cr w r M r w J cr w N ~ J OD IN ( DAY ) N 1 COLOR LEGEND SIGN SHALL BE LIGHT REFLECTIVE AND BE MM RED MADE OF WATER RESISTANT STIFF CARDBOARD WHITE OR OTHER STIFF DURABLE MATERIAL. DESIGN BY: P.B. CITY OF EL SEGUNDO, CALIFORNIA APPROVED BY: ENGINEERING DIVISION a-^ a 11-14- -8q DATE: [ ! • 7. 89 DRAWN BY: Y.B. TYPICAL City Engineer: R.E. 2�8 0 9 Date -'� STANDARD DRAWING NO. DATE: 11. 13. 89 TEMPORARY NO PARKINGSIGN Agreement No. 7391 APPENDIX C Agreement MN73WIONS City of El Segundo i.G 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. Step 1: 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 1: 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 2: 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-B1. Step 2: Submit Forms to Public Works Forms PW-A and PW-B (or PW-B1) must be submitted to your Public Works Project Manager and approved prior to commencing work. Step 3: Complete POST -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. 7F PW-A Project Name: Contractor Name: City of El Segundo Public Works Department (310) 524-2300 Date: PW Project Manager_ PW Project Name: FORM PW-A - PROJECT INFORMATION Submit this form to the Public Works Department prior to commencing your project I for all municipal projects subject to compliance, or projects on public property. Project Address / Location: Mailing Address: Ofc Phone No.: City / State / Zip: Cell No: Email: Project Type: Mark appropriate box in each column with an "X": F-1 Road (construction, overlay, repair) F-1 Facility Improvement (renovation, alteration, or addition) l USE FORMS PROVIDED BY EL SEGUNDO COMMUNITY DEVELOPMENT DEPT F-1 Land Clearing (trail, grading, etc.) F-1 Other Estimated Project Start Date: Estimated Project End Date: Request for Exemption: F-1 (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 PW OFFICE USE ONLY -Approval Status F-1 Approved F-1 Denied F-1 Further Explanation Needed F-1 Exempt Due to Infeasibility Reviewed By Date Date Rev. 12/4/2020 2 Agreement No. 7&311 PW-B tA, City of El Segundo Public Works Department (310) 524-2300 Date: PW Project Manager: PW Project Name: FORM PW-B - PRE -PROJECT WORKSHEET - PUBLIC WORKS PROJECTS This form must be completed and approved or a demolition / building permit 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: Irp;j.;�;fOs://wv�r�.ellse�gu.�irrori�s.�sir�/T�,�?��;irirnirim,�,irnj./�tl,�, airtirirneirrot.s/ u.�lk�lliic..w�sirlks/I.iraslrro..irec clliiirro 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 WM P, 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 prior to final inspection. Print Name Signature Date Rev.12/4/2020 Agreement No. 7WPW-B1 City of El Segundo G Public Works Department (310) 524-2300 Date: PW Project Manager: 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 completed and approved or a demolition / building permit will not be issued. 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. wood, metal, concrete, asphalt, drywall, cardboard, mixed C&D debris, etc. TONS 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, orSERRF Generated (total of above) 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) Initial Here 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 Initial Here which receive debris from this project and that I will submit a Post -Project Summary (FORM PW-C) at least 5 business days prior to final inspection. Print Name Signature Date Rev. 12/4/2020 3-A Agreement No. 7Mt 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 Agreement No. 7391n 1w-c - ✓ City of El Segundo Public Works Department (310) 524-2300 Form PW-C - Post Project Summary Project Name: Project Address: Contractor Name: Project Number: Project Manager: 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. If you used one of the City's authorized haulers or facilities, complete this section, then skip to the SIGNATURE section below. I used (List haulers and/or facilities that were used) to meet the recycling requirements. Weight tickets are attached. 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 (A) (B) (C) Please enter disposal and diversion totals for each item below, according to letter. Totals reported must match those listed in Section I: TOTAL GENERATED (A) TOTAL DIVERTED(B) TOTAL DISPOSED(C) OVERALL PROJECT DIVERSION RATE Ov00% % (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 4 Agreement No. 7391 APPENDIX D N N O C p N N T � W � o m,m,,, n o co c E c � O U m IIIml�nnh� ,.,,, N U.) E w ° it ui E c �° a� * m a. in Q .� o o c N s o a o W LLI to O I�I I�I OC U N fn N 7N w o d i/ p LL12°6 IIImNYnn � t U E m c m A O m rt^re, rn t o N o Q .>_ coa (D - s a)ni nn nnnnm v c i� u� v m o `o E o c c Q U N N Ali N N (0 I W >_ .w, i N � N top o 0o LID 7 c O U O N fn L o 0 0 Cl) O (0 U m �: —2 � O- H � O- ;� E U U o0 11 U 11 � l a T O 0 > � �w Ul E -O U) m O UI U ... m OL O " .O . m m O m o a am m c o 'Q� o N gy mop w o Um 46 O_ IN w 0 E '_No cO O U _O Ew- L..L'a�3mNNarpm-) N < O>O p ONa:otpa:-0_n{rj. O c„m = „ O L0EO wm Q > 0--mo N p >E mup _ L'NrmNra -2 O O UaCO O O m 0� fl O2 O ma7 m o N- w oU o-'pOo ' O im o 0 aaUd>o :u.OmYO Lwmmm mm Uwwj i��O OOaO E E Mµc O w QC U 2 W n m C m�mo 0O 0 CmU a�— O O , m m m °Q E -NTmcom o p _> ((U CO) Om R —m 'm E n ' O O CO >> U U 3:Y U F> t0 p [� CY} of a} d O U x c m �- n�}} rx0 ra... of o °� Ca - m w m p r�... w .- ca -o min p 9 m m '} o 0 ° {n a c rn r*a {n rf c m o Wa t {n a) �} (Il m UI a) (P (Il Cx} m a) a) C] m UI r a {P {P > a m r*a r* E a>i m E m u E 2 w.- w >' rr r> E -'0 3 f `o m o c tr {n £a [r iv a cn ua O E m as err m ela a -o n v < £ ri. m c E UY F a m o a 3 c p o F r'vu s m III ' r E m f ca c m M, m o ex} c} Eii o w 0 o mcn' > .. r `o m m e tx f, wO pam YwT reY 0a om " Yd -2OE E m 0 Eo xs O `m 0 cI m O m�lp p moE w E > O y0:10O CuUa COI{P O o Ta m m0f ft m O Ia {n Oa) -o aO O11p {P a f E m {}5 cn fam m O to x n OO m r mO p O m v O Cr eOOmLOo o o o r i, Yt a — r Ym m Oom U p Uo m oO m i m iO la a i 0 W oJQEaa 3� Th Th T Th T Th T T T T Th T T T T T o -2�iS Ca m a in y Ca' m in 'm >' -`o in .4 II .. -o� ya w m w r n:',s m Va es} c`a ->'o a E -o E o m w -o m .; cn aS °� L ba ami 2, = c, c E.. O 0 `o IINII Y 3 m o rr m m O c m 3 Ca c cx va + -x m a of a s �n D Flo o ami m o m _ o - o uuw a ca IINII a [? m 0 W.'� m c v m o m w u m '""' I! o > f ... c.. -o .g o} a� cmi}, rn o -o E m m r*a c; of tr} E w m rx rn p m w in n's r'rry II°v F:_ {a w [Ifro T '� o -Waamoci Wc'pm° a{FCcns1a m a E Lm rui II:NWYhIII evIfv'a ° -0 m3m o Ex�n cam) immmon w Umm oomm an +} rtcE fr cu{acO o w mp rf 0 O E O m mz{n w IN ,(ntii v u°o ao1 w m vm m -2 E W m a O o IpGD PoW o o oa tPxxaf r u min m N m <n tWYI �° -o < <x rr cr ruu a c o pia o �xv, �' >. o E > £ CIDa� m IY R L m °� m m m i0 r�... n {n �n m tla w o E ��f II :''^ �i} rr f 'tn r o _o -mo .m o a �a III .. m y c m c o- a>'i �f rf r', ci �'} ru _ U m a <n +dav n`I �r Y+ m m rn O E m Y cmi 0 E m o m 0 w a {f Ala"s > E T` T` "TI" p �flh p c v o U �� u�.� Ern rn 3 -o J -o Y °' `�x a E° a ura LIr �T T T T T T T T T a- ra 4 om0ownm w w ' m m vi .� I. m o m m va F m m c`a ca _ rs�u m o O C} 'U -O ; C -O Cx} l5 {Il n} {Il a of c ti CS in vGD £} M ,,v ,r _rl W. ''`-' � Y p O {Il U O m C:i � {I� C] {Il Q Il�I ,v pU y0 a) E O a) O- m a) c n} > n N m m U f II O O {P fnx} fl? Q O WE (I,{ru{uc`F4P 0- x W i m 5)1 M m w a mGD a tWYm x XsE m 0 ti a} uu mw m oUL O o mu7 a -Eo0 o r!taxxI } v 1 mmpm m 2p ma pm .., m{mn rm EOO S {P rer{aI)n}r'f cnuntFivqms3 f>Ymm u _ .rm a m'0xa o - c°mE I am mm o m n> E Ta m uu cnO -m Oc m aoa> a2 mo o o iQ Yam U E tNE 113.l if's_iifa , V:.� Th T Th ti III. �h �h �h Agreement No. 7391 APPENDIX E U O N N Y > (6 E u) E T — i U) N O J U O 7 U) p) O '06 Q O O fOA O fOA U O`C O O •� N O t Q N 0 0) o k 7C3 qg;" fl9i��l""d IIE4�'rll"�0�11,1144V ." � ^ ti� a ,e x4 Y T A r .. V/ V ut.E j. ACAN t�co VJ .q.e i (✓ 1 -I fr ... r! CNli:.�.a 0 co ut 70 a„ I m p D a �N�/ L � I EIIIMM #IMAM 'NMMfi �--9111MMM11 i1�11M I�111 WHIM IIIN i ;�;; 7IUIIkNIImUJD1'1NR+N1111'/11111,1IIIUl1D1D1111I1U11111�JIl1JJJA1111E'0ldllffrfllJJ�IIIUJJIDIlU,' hIUlND1"IIIYDUIVJII!/111�!IIWIIIVYUNUIIDNNI 11.7�11O1UJUIU,!r�WNpW'e rillllD1111ifflU f11111111JI1O�111V1 lull illlllll01111rDD11�IYtlI1111111111Ull1111(l((IIIIIII� 4�;,; V II J10:!)IUlD D jai dv � ^` VJ 70 ry Vrlllrlrl...+171rNltl' IJ�.IIIU�u IlolplNl?IIDJJJJJJJJJJIJ lllliillllii111JJk1111(Ifl(1110�fffifff[I1(1(111111111lu1111711111111111»1111111111111,IIIUIIIIIIIJIIIf1f111P11PlllnlA �� Irrmrrrlrrlrlr!!!((IIIIIIII�llllll/'Nd Illrll 1111lilllll�»11111!!l y ,rlll»ll�!!lltih E V� re�C�auu�ull��dh I N I � f .q..oTj F tt i • � u wd Re E �Iffik�l� k7NJhI �lY� N� �NU .. A z ,e .u;II II pI � i lh w �y Imo o� W I �11 0 .p. * ::3 0 Agreement No. 7391 STREETS TO BE RESURFACED PW 25-07: FY 2025-26 PAVEMENT REHABILITATION PROJECT Overlay Streets No. 2-Inch-Grind- and -Overlay Street Name From To 1 118th St. Hornet Way Aviation Blvd. 2 Binder PI. End Whiting St. 3 E. Holly Ave. Standard St. Eucalyptus Dr. 4 Eucalyptus Dr. E. Mariposa Ave. E. Grand Ave. 5 W. Grand Ave. El Segundo West City Boundary 40' East of El Segundo West City Boundary 6 Hillcrest St. W. Mariposa Ave. End 7 Richmond St. W. Mariposa Ave. W. Holly Ave. 8 Sheldon St. E. Mariposa Ave. E. Pine Ave. 9 Sheldon St. End E. Grand Ave. Slurry Seal Streets No. Type-Il-Slurry-Seal Street Name From To 1 Concord St. W. Mariposa Ave. W. Grand Ave. 2 Concord St. W. Grand Ave. W. El Segundo Blvd. 3 W. Holly Ave. Valley St. Virginia St. 4 W. Mariposa Ave. End Hillicrest St. 5 W. Mariposa Ave. Hillcrest St. Virginia St. 6 W. Pine Ave. End Hillcrest St. 7 Whiting St. W. Mariposa Ave. W. Grand Ave. 8 Whiting St. W. Grand Ave. W. El Segundo Blvd. Agreement No. 7391 BID ITEM 6 PROJECT AREA 118T" ST. BETWEEN HORNET WAY AND AVIATION BLVD. i No scale LEGEND Project area boundary Traffic loops for traffic signal maintained by LA County Dept. of Public Works Northrop Grumman, shopping center, and BNSF Railway properties, as well as Hornet Way and Aviation Blvd., shall be protected in place. All striping within the overlay area or damaged during construction shall be re -striped using thermoplastic in the same dimensions, characteristics, and colors. Touch-up striping of the limit line across the east side of the Hornet Way/118th St. intersection shall be included in the Bid Item 13 traffic striping cost. Agreement No. 7391 BID ITEM 7 PROJECT AREA GRAND AVE. WEST OF LOMA VISTA ST. LEGEND Cold -mill and overlay boundary iiiiiiiiiiiiiiiiiiiiiillillilillillilI Tree root removal and/or full -depth asphalt repair boundary City of Los Angeles public right-of-way shall be protected in place. All striping within paving area and extending into concrete gutter, or striping damaged during construction, shall be re -striped using thermoplastic in the same dimensions, characteristics, and color. Agreement No. 7391 APPENDIX F rn M ti O z E m 0) El Z o m U E ii d � 1- _ �_z Ea � � a U o_ _ O 0z 0E U p W G1 Cn 0 Cn Cn Cn C//) /J fn O O O O O Q> (n O) .c � U U E U E � Z 2 2 v 2 U D W E J ++ Q CU CU C) > > 0 �+ < < < < L L O Q CU O CU O �, O >, O 70 70 O W �aaU22m00 .O � m =�z `1N � m � � U �# N C) � LO CO ti 00 Agreement No. 7391 K-2 Un Z) W L & T GONE < 06-13-02 , — r MARIPOSA L&T- GONE 06-13-02 << ,LAND� �p �NO SOG (206 CD Exp. f 2-31-04 No.5846 OF CA��FO r0IMEW11 L & T GONE N TS 6-13-02 FD. 4 PMS ON MH RIM 6-13-02 AVENUE L & T GONE 06-13-02 • SETL&TIN T.C. LS 5846 6-13-02 Note: All Existing Ties Out. New Ties Established Using 4 P.M. s on MH Rim 6-13-02 CENTERLINE TIES AT SURVEY OF MARIPOSA AND HILLCREST Ni SUBJECT SURVEY BY P WEILBACHER RESETTING CENTERLINE DATE 06-13-02 TIES PRIOR TO CONSTRUCTION o e v .W SURVEY OF. F. B.-ALV—PG. ZL� � f RvrLy B1(�''^ ✓ ^ dw"N'.,"..", /' /"�r ! V�-'.'r 4nw� "x:-{'.ar...1� TR. CMT KS 70 f y q �*{ I� 4 p 5 � ,w a 0 M r am a I � Z y 8 g A Eel i r 4 1 � - ,a l 1...,m�........ wmmmm��w�mm������m�m�rzmm�uwmamm�m�,�m�uummmmmnummmuuuuuuuuuuuu�..�wnn,.rn�im �m'm rvm.������am m+o�����....... u�uwu��w��w�.m��m.�«�u�mmuum�mmuv��wwwnmi�umm���������mm�m���mmuuum�mm�ouumowuw��mo��i��ui'w����� mi�- mm��muunmmm�m�umwummmm�mmmumc �g"""°'reement No. 7391 u I� o m� illy V m° A 1a illiq E1u �1114 5 :S i'VEA!,,�Y R A !Ilia C E :C A L 191' ser 11V % IQ - se_r C"i Vo 1W, COWC WALL "r- -Z. jrT I 0 Agreement No. 7 .. 21 3ET Perjt 7" IAI R9"X7'2O"4 h/ a./ dr IVO 14 Ivelvellf Se7^ z r IN CIVRO 5Lc',r 5,'Oyr 5eT z it r z1f CIVRA? CITY OF EL SEGUNDO Prepared By: Denn Engineers - Gary J. Roehl R.C.E. No. 30826, Expires: March 31, 2010 Survey Date: September 25, 2006 Purpose: To provide the City of El Segundo updated centerline tie information that meets current L.A.Co.D.P.W., Land Development Division requirements for subdivision purposes. Intersection 1 Description: Holly Avenue and Richmond Street LEGEND: • SET L&T TAGGED R.C.E. 30826 O FD L&T TAGGED L.S. 5909, NO REF, AT BACK OF WALK ❑ FD PM'S ON SSMH AT �- INTERSECTION ENTERLIhlt �E ENGINE ,ME: TE: 5' 5' 25' F- LLJ Lv ry LO ` N H0LLY389``` o� FILED THIS -IE OFFICE OF ENT BY: ENO, r`? - i RFESS/ No. 30826 * Up. 03--31-10 OFt CAL TIES ARE NOT TANGENT UNLESS OTHERWISE NOTED N AVENUE N RECEIVED omg Agreement N��'439 � 1! 1 4- Agreement No. 391 I q - 0 Iry S 111 E F'11 30'M ill 4AW T li 0 IR 111YE AVIIII: "I Agreement No. 7391 CITY OF EL SEGUNDO TIE NO. Prepared By: Denn Engineers - Gary J. Roehl DATE: AUGUST 28, 2017 R.C.E. No. 30826 llpFESS/p Intersection / Description: WHITING STREET & ALLEY N/O EL SEGUNDO LE IRV J. Rp ESTAB. C/L INTX. ON MH BY PRORATION FOUND (3) SWING TIES PER PWFB 0816/163 � �6�`30826 - ACCEPTED AS C/L INTERSECTION Exp. 03-31-18 O SET L&T, TAGGED R.C.E. 30826 J'JgTGr El FOUND L&T TAGGED LACFCD PER PWFB 0816/163 QF CPA w > TIES ARE NOT z TANGENT UNLESS OTHERWISE NOTED Y Z Ir 0 u? CV Cfl co n 1, /moo' 6Q� ALLEY N/a EL SI BINDERP L . �890; 174.83' TO ALLEY E/O WHITING ST f /^ O � Ln ►� 00 / 25' 25' / d 5 0' o m 0 0 z C7 w E CITY OF EL SEGUNDO HAS RECEIVED, _CEPTED, AND FILED THIS CENTERLINE W 0 NOTE IN THE OFFICE OF THE IGINEERING DEPARTMENT BY: ,ME: TE: G Agreement No. 7391 APPENDIX G Agreement No. 7391 For Alternative Bid Item 15 Re -stripe Main St. between Imperial Highway and Imperial Avenue Provide traffic control and re -stripe missing or touch-up existing striping items using thermoplastic striping of the same type and color. Item numbers below correspond to those in the picture below. 1. Ladder -style crosswalk a. In the southbound right -turn lane b. Between the west and east triangle medians c. In the northbound right -turn lane 2. White triangles after crosswalks a. Across the southbound right -turn lane b. Across the northbound right -turn lane 3. Southbound white limit line 4. White lines around the west triangle median, on three sides 5. Hatching at the west triangle median 6. Southbound white lane line 7. Double -yellow centerline 8. Northbound left -turn arrow 9. Northbound white lane line 10. Northbound left -turn -and -straight -ahead arrow 11. White lines around the east triangle median, on three sides 12. Hatching at the east triangle median i. No scale Agreement No. 7391 June 5, 2025 ADDENDUM NO. 1 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 changed to Wednesday, June 18, at 11:00 am. Time is needed to answer several questions arising from the pre -bid job walk. Any updates to project information will be shared with potential bidders through another, future, Addendum. 2. Bidder questions about the project will now be accepted until Tuesday, June 10, at 4:00 pm. Questions shall be submitted in writing using the City website form at https://www.elsegundo.org/Home/Components/FormBuilder/FormBuilder/bd5eae2 9c9ba4896831833a3c728e23d/268819 As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to rejection. Signature: Print Company Name: Date: 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7391 June 16, 2025 ADDENDUM NO. 2 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 changed to Wednesday, June 25, at 11:00 am. More time is needed to provide answers to bidder questions. An Addendum 3 will be issued prior to the bid opening. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to rejection. Signature: Print Company Name: Date: 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7391 June 19, 2025 ADDENDUM NO.3 to PAVEMENT REHABILITATION PROJECT PROJECT NO.: PW 25-07 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 still Wednesday, June 25, at 11:00 am. 2. The attached supplemental pages following this cover sheet list changes in the project scope, answer questions about the project, and describe changes in the bid opening location. Additional documents related to the project questions/answers are attached after the supplemental pages. 3. When submitting your bid, please use all of the revised proposal pages that accompany this Addendum 3 as a separate file titled, "Revised Proposal Pages PW 25-07 : The revised pages have been saved as their own file for bidder convenience. 4. Please replace the original front portion of the project specifications with the revised portion accompanying this Addendum 3 as a separate file titled, "Revised Front End Specifications PW 25-07". The revised front portion of the specifications includes the title page until the end of Section II, and shall be used during the project instead of the original pages. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this Addendum with the Proposal. Failure to provide such acknowledgement shall render the proposal as non -responsive and subject to rejection. Signature: Print Company Name: Date: 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7391 CITY OF EL SEGUNDO PW 25-07: PAVEMENT REHABILITATION PROJECT ADDENDUM NO.3 SUPPLEMENT DATE: June 19, 2025 TO: All Prospective Bidders Clarifying information and answers to bid questions have been provided below. The information provided in this Addendum has been made available to all prospective bidders and shall be considered as incorporated into the specifications for the above -referenced project. All other portions of Contract Documents and previous Addenda not specifically mentioned in this Addendum remain in force. A. PROJECT SCOPE CHANGES Changes to the Bid Schedule and project scope include: Bid Item 14, the replacement of traffic loops on 118th St. after paving completion, has been made a base bid item. 2. Quantities for the following street sections have been removed from the grind -and -overlay project scope. a. Holly St. from Standard St. to Eucalyptus Dr. b. Eucalyptus Dr. from E. Mariposa Ave. to E. Grand Ave. c. Sheldon St. from E. Mariposa Ave. to E. Pine Ave. d. Sheldon St. from its north cul-de-sac to E Grand Ave. 3. Quantities for the following street sections have been added to the grind -and -overlay project scope. a. Virginia St. from W. Mariposa Ave. to W. Grand Ave. Centerline tie sheet attached. b. The Richmond St./Holly Ave. intersection will include areas east and west of the intersection on Holly Ave. and an area south of the intersection on Richmond St. Please see attached Appendix H. 4. Several other items on the bid table have had their quantities modified as a result of corrections or scope changes. An original quantity will be crossed out and the new quantity written below it. 5. Bid Items 6 and 7, regarding asphalt repairs on 118th St. and Grand Ave., show changes to both their quantities and also their units. Scope changes are shown in the revised location map following these supplemental pages. Agreement No. 7391 B. PRE -BID QUESTIONS AND ANSWERS Question 1: Can you please let us know the engineer's estimate? Answer: The revised estimate is $877,502. The estimate includes changed item quantities due to street sections added or deleted from the overlay resurfacing scope on the first page of this Addendum 3. Question 2: Can you please identify the street locations and approximate SF for bid items 2 and 3 (2" AC REPAIR AND FULL DEPTH AC REPAIR)? Answer: The street locations and their areas will be provided to the successful contractor after the pre -construction meeting occurs, and before construction begins. City Street Maintenance staff identifies and repairs pavement on the southwest residential area project streets until up to several weeks before project construction starts. At that time the Street Maintenance Supervisor will have a better idea of the remaining repair locations for the successful contractor to address as Bid Items 2 and 3. He and the Project Inspector will mark the areas, create location descriptions, measure their dimensions in the field, and provide the information to the contractor's foreman. Question 3: What is the Basis of Award? Bid Item 1-13 or Bid Item 1-15? Bidding Instruction Page I-B-7 under Award 14.4 mentioned that the City will determine the low bidder on the basis of the sum of the lumpsum Base Bid. This is contrary to the Bid Schedule wherein the summary of total bid (in figures and in words) includes the alternate bid item 14 and 15. Please clarify.? Answer: Base Bid Items 1-14 on the attached revised Bid Table will be the Basis of Award. Bid Item 14, to replace the traffic loops on 118" St., has been made a Base Bid Item. Bid Item 15, to re -stripe Main St. between Imperial Hwy and Imperial Ave., remains an Alternate Bid Item and will be determined by the City on as as -needed basis. Question 4: Is filing new centerline tie information with the County required? It can take a long time before it comes back from the County. Answer: Yes. For all overlay intersections, a California licensed surveyor shall inventory the existing centerline tie and monuments, then re -install them as needed after paving is complete If they are missing from the intersection, they need to be installed. A Corner Record describing the new centerline tie information must be created and filed with the Los Agreement No. 7391 Angeles County Surveyor. Copies of the new Corner Records, before and after filing, shall be provided to the City. City staff will continue to check with the contractor after construction in order to receive the County -Surveyor -signed records. Existing centerline tie records are provided in Appendix F, and an example of a recently -filed Corner Record is attached to this Addendum. Question 5: What if the tree root removal down to two feet below the pavement on Grand Ave. affects the tree? Answer: Once the repair area on Grand Ave., as shown in Appendix D, has been carefully excavated to reveal roots, and before the roots have been cut, the contractor shall contact Christopher Hentzen of the City Parks Division, 310-524-2716, to have his staff determine if the tree or shrub with those roots will remain stable if the roots are cut. Question 6: Is a copy of the sign -in sheet for the pre -bid meeting available? Answer: Please see the attached attendee list for the pre -bid meeting. Question 7: Is there a mockup outlining the area and type of work to be done on the streets that contain lump sum units. 1181h and Grand Avenue. Answer: Yes, in Appendix E. Please see the attached revised Appendix E pages for the Bid Item 6 Project Area (1181h St.) and the Bid Item 7 Project Area (Grand Ave.) Question 8: Regarding Bid Item #6 "Perform Full Depth asphalt repairs on 118th Street between Hornet Way & Aviation Blvd". Is the whole area shown in the project maps for this location supposed to receive a full depth removal & replacement? The location map/specs don't identify the R&Rs or provide an approx. SF. What is the City's plan for this area as far as R&Rs go? Answer: Please see the attached revised Appendix E, Bid Item 6 Project Area (1181h St.) pages Question 9: Will traffic control plans be needed for Grand Ave. and for 1181h St.? Answer: Yes. A California -licensed traffic engineer shall prepare and sign traffic control plans for both locations. The successful contractor shall submit the plans at the pre -construction meeting for City review and approval before construction. Agreement No. 7391 Question 10: Will LA County be replacing the traffic loops on 1181h St.? Answer: No, the successful Contractor shall replace the traffic loops as Base Bid Item 14. Please see the Bid Schedule in the attached revised proposal pages. Question 11: Has the City confirmed if a BNSF permit and training are required? Answer: Yes, for 1181h St. work Burlington Northern Santa Fe Railway (BNSF) requires the successful contractor to 1) obtain a Roadway Resurfacing Permit from them, and 2) have the contractor's employees undergo online BNSF training. Both requirements should be completed before work can occur on 1181h St. More information is provided below. 1. BNSF's permit process is administered by Jones Lang LaSalle Brokerage, Inc. The procedure now includes an online application process with on-line credit card payments for the $2,000 permit application fee. The permit website is https.://bnsf.railpermitting.com. Assistance can be requested at telephone number 785-228-3235, check payments can be mailed to the U.S. Postal address listed below, and additional Jones Lang LaSalle contacts are listed online at httgLLLILww.bnsf.com/in-the- community/jll-contacts.html BNSF Railway Company PO Box 676160 Dallas, TX 75267-6160 The BNSF roadway resurfacing permit will dictate whether any specific flagging requirements or procedures will be necessary during construction. Currently the tracks are not actively used but remain intact for future use. 2. The BNSF training portal, for construction company employees working within 25 feet of BNSF railways, is located at https://bnsfcontractor.com/ The successful contractor will have to first register at the site for its employees to receive training there. Agreement No. 7391 Question 12: Will street sweeping still occur on the residential project streets? Answer: Yes. {|ovvavar, the sineai sweeping company will be asked to aux/bj sweeping streets onwhich they see active construction occurring or traffic warning signs posted to block traffic from entering the sbaai. The Ciiv'sstreet sweeping schedule isfound onthe E[)C(]vvahskaa1 Slurry sealing activities shall hascheduled mthat adjacent street sections are not slurry sealed onthe same day, nor street swept the same day, nor have restricted parking the same day, ioallow the public iopark on nearby streets while slurry seal cures on their street. A map showing the slurry seal schedule using different colors for different dates shall ha submitted iothe City showing this. E[)C(] trash collection will occur on projectsineais on regularly scheduled collection days, which can hafound a1 segundo.edcodisposal.com/wp-content/uploads/2020/09/56.17.pd The contractor shall coordinate with E[)C(]such that trash collection occurs first thing inthe morning onastreet onwhich construction work will occur. Question 13: What are the working hours along Main St.? Answer: On majorsineais, such as Grand Ave. and Main St., working hours will be from 9:00 am to 3:00 pm to avoid rush hour traffic. Traffic onthese streets shall have one travel lane open for both directions during construction. T[alane must haclosed, the contractor must use appropriate warning s' agaiodaiouris}Dlramva0/Droro[ha closed section. F|aggarsshall haused asneeded i[one traffic lane has io temporarily haused for both traffic directions. Agreement No. 7391 C. CHANGES TO THE BID OPENING PROCEDURE: City Hall is located at 350 Main Street, El Segundo, CA 90245. Please follow the procedure below for the Wednesday, June 25, 11:00 am bid opening: 1. Instead of the City Clerk's Office, the bid opening will be held in the foyer in front of the Council Chambers. This area is accessible through the double automatic doors on the Main Street (west) side of the City Hall Building. If your company has submitted their bid, bidders will wait outside the double doors in the quad until the bid opening. 2. Bidders are welcome to submit their bid by the US postal service or other carrier service. However, the bidder is responsible for verifying their bid has been received in the City Clerk's Office prior to the bid opening.Their telephone number is 310-524- 2307. Bidders can also submit bids in person. Please speak with the receptionist at the City Hall East Lobby entrance if you arrive early to submit your bid. Plan to arrive early enough so your bid may be received, stamped, and logged well before 11:00 am, in case there are multiple bidders doing the same thing. 3. The City Clerk's Office will open the Council Chambers lobby doors a few minutes before the bid opening. 4. Bid packages will be opened in the foyer. Bid amounts will be read aloud and recorded on a log sheet and the log sheet will be signed by representatives from the City Clerk's Office and the Public Works Department. 5. The Public Works Department will email the fully signed and completed bid log sheet to all plan holders once the City Clerk's Office has reviewed each package's attachments and noted on the log sheet Owhether or not they are included. 70 M> W O QVJ N p VJ U >N LO N (v (D O 00 0 +p r 70 0 aN noo Q �--� L E -0 0 > C) J � � O N >N to ry CO N t� '0 VJ 9 U O i O (6 (6 N N Y > Cu m E u) E T — i Un N Cu J '00 O 7 fA 0) O 06 Cu Q O C 'O 'O C jp O -0 f0A O f0A U O`C O O C-0 "" N Q Q� � 0 t Q N 0`m QQ t� �T m C. 106118 0I'U'118 UU III 1UI a Ii wN'M II U P"W *.0 C„ eM 4 wuq 1 a� IE �ri m CL q bx n T M > i r �M n F_ ✓ qI M u { I pro""vII.NbI". %i ` 42 r -a .... IS M u�� vu --, r- - -- cr a Hsu bl�lP�1t1�h1uI�PYtk��51�1ri�1111�ggks� wad r m iiwi a4rtimimnlwu�mwr�uNu�i��a� j�� hN�uu�u�irr ua�w�uu � a1 � w����� uni�u��i� �rrr� ui� mark ��uw�l�iaru rtrww�m ii� uu ifk�trtauilnww � �i riirii�w kwi� lMw , NES e 155, Hµ A,UI j"p al E A, �1 2 *s ::5 0 'Adreement No 7691 MARIPOSA-VIRGINIA CENTERLINE TIE SHEET �v y"N ... . .. . ..... .... ri 4 4 Agreement No. 7391 REVISED APPENDIX E BID ITEM 6 PROJECT AREA 118T" ST. BETWEEN HORNET WAY AND AVIATION BLVD. LEGEND i No scale Project area boundary, 2-inch-deep grind and overlay to occur Repair area boundary Traffic loops for traffic signal maintained by LA County Dept. of Public Works Please note: • A traffic control plan for the area, prepared and stamped/signed by a California - licensed Traffic Engineer shall be submitted to the City for review and approval prior to beginning construction. One lane of traffic in each direction shall be kept open. • BNSF Railway requires the Contractor to obtain a Roadway Resurfacing Permit and the contractor's employees to complete BNSF Online Training. The City of El Segundo's no -fee Encroachment Permit will only be issued after all other agency Continued on following page Agreement No. 7391 Bid Item 6 Project Area 118t" St. between Aviation Blvd. and Hornet Way (Continued from previous page) permits and requirements are in place. • The total area for overlay resurfacing is approximately 13,141 sf and is already included in the quantities for Bid Items 8 and 9. • The 118t" St. repair area dimensions are approximately 35 ft by 75 ft, primarily in the eastbound travel lanes, and not including the parking area. The foreman shall confirm the repair area boundary in the field with both the Street Maintenance Supervisor and Public Works Inspector present, prior to removing the pavement. • PG 64-10 hot mix asphalt, consisting of a 3/8-inch-minimum finishing course over '/z-inch-maximum State mix, over 6-inch-deep crushed aggregate base. Compaction shall be to 95%. Tack coat shall be PG 64-10. • The flowline along the west side of Aviation Blvd. at 118t" St. shall be paved to maintain positive drainage. No ponding shall occur along the flowline or within the overlay area after paving is complete. • The Contractor shall replace all eight traffic loops and coordinate any traffic signal timing changes with the LA County Dept. of Public Works (LACDPW). The contact page for LACDPW traffic -related services is located here: Ir, a� ;// 11I1. ,� it / ir�riir, /II.....ixi 3Air�9lE irll�rlh ll....... Ilp: ... . a� llfi i r,CAS5[...)113/tiraffiic-siig.irk„,„I, • The Contractor shall obtain an LACDPW permit if required. The project City of El Segundo's no -fee Encroachment Permit will only be issued after all other agency permits and requirements are in place. • All striping and pavement markings within the overlay area, or outside the area but damaged during construction, shall be re -striped using thermoplastic in the same dimensions, characteristics, and colors. The project area shall be cat - tracked, after overlay is completed, until permanent striping can be installed. • Existing pavement markers shall be removed prior to cold -milling, and replaced in kind after paving is complete. Missing pavement markers shall also be replaced at the same time. • An existing curb on the northwest end of 118t" St. and the catchbasin on the west side of it shall be protected in place. National Pollutant Discharge Elimination System (NPDES) Best Management Practices shall be used at the catch basin and any other areas that potentially drain to the storm drain system. • Northrop Grumman, private shopping center, and BNSF Railway properties including fencing, signs, and security gates, shall be protected in place. Hornet Way and Aviation Blvd. pavement and striping shall also be protected in place. Agreement No. 7391 REVISED APPENDIX E BID ITEM 7 PROJECT AREA GRAND AVE. WEST OF LOMA VISTA ST. LEGEND Project area boundary, 2-inch-deep grind and overlay to occur iiiiiiiiiiiiiiiiiiiiiillillilillillilI Tree root removal and repair area boundary Continued on following page Agreement No. 7391 Revised Appendix E Bid Item 7 Project Area Grand Ave. west of Loma Vista St. (Continued from previous page) Please note: • A traffic control plan for the area, prepared and stamped/signed by a California - licensed Traffic Engineer, shall be submitted to the City for review and approval prior to construction. One travel lane for each direction shall be kept open. Traffic control shall incorporate lighted message boards, per CA MUTCD, placed eastbound and westbound in advance of the project area, for at least two weeks prior to pavement demolition on Grand Ave. The speed limit at this section of Grand Ave. is 40 mph. The Contractor shall obtain any City of Los Angeles -required permits prior to beginning work. The City of Los Angeles Bureau of Engineering Virtual Counter is located at h t,i,�, ,,,,r/��,Ir,c i[1n iriiir�c� ,ll„ „ ii y, �/ a� Hµi ii . City of Los Angeles public right-of-way shall be protected in place. The City of El Segundo's no -fee Encroachment Permit will only be issued after all other agency permits and requirements are in place. • Unless otherwise agreed to by City staff, work hours on Grand Ave. shall be 9:00 am to 3:00 pm. • The total area for overlay resurfacing is approximately 1,800 sf and is already included in the quantities for Bid Items 8 and 9. • The Grand Ave. repair area dimensions are approximately 35 ft by 30 ft. The foreman shall confirm the repair area in the field with both the Street Maintenance Supervisor and Public Works Inspector present, prior to demolition. • Roots shall be removed down to two feet below the street surface. Any excavation below the full -depth repair area shall be backfilled with crushed miscellaneous base and compacted to 95%. • The depth of the repair area shall be twelve inches: a minimum of 6-inch-deep PG 64-10 hot mix asphalt, consisting of a 3/8-inch-minimum finishing course over '/z-inch-maximum State mix, over 6-inch-deep crushed aggregate base. Compaction shall be to 95%. Tack coat shall be PG 64-10. • All striping and pavement markings within the overlay area, or outside the area but damaged during construction, shall be re -striped using thermoplastic in the same dimensions, characteristics, and colors. High -visibility cat -tracking shall be used, after overlay is completed, until permanent striping can be installed. • Existing pavement markers shall be removed prior to cold -milling, and replaced in kind after paving is complete. Missing pavement markers shall also be replaced at the same time. bN&Pe"nt No. 7391 midAgency hidex CORIMER, RECOI�`ZD Domirnent, r4kjnnt�inr 202 157- CKY of EL SEGUNDO otnrly of II OS ANGELES Cahfornua BHefL.egaiDes(.H;)fion CEN,rORLHIE Hff� D6E'qn(Nq O' MAMPOSA AVENUE AND SHELDON SHUr CORNER TYPIE COORDINXI ES (Optiorrail) CO E, 00 LO CD 0 GovernmentCorner Ccmtro� BevaWii 04 E I Meandero , El FIroperry Units Metric E �.S, Survey Floot 04 (D X E � Rao n 0 Offieii knizonD ta� abirn 04 CD Zone EIpochi Date r,4 Da'te of Survey 5/�6/2024 & 7/25/2024 Verfica'l 117aa4admmm T.13S, R15W, SBM conpqies wvi 'Ljbk I R e sour(m $ Gode §§8801 1 -8 1 819 C orriphes Wth Flubhc Resources Cod e §§8890-8902 FIL,S Act Ref, 8765(d) 8771 8773 OtImr: Cornerl Left as for ind �.Estabfishedm. Rebudt Flre,Constr'LJCfi0lY°'n Moiriurnerit: [°"otjind and tagged Reestabfished I�Zefeirenced F)ost-Corrstrucfiorl Narrative of (mirner, Wenbfied and monument as found, set, reset, repV wed, or removed'. E Seel sheet #2 br descrfpUon(s), SURVEYOR'S STATEMIE.]4T This Corner Record was prepared by me or under my direction in conformance with 'i the Profession and Surveyors'Act on L,S� 5390 Signed COU14TY SUIVEYOR'S STATEMENT fl,-iis Corner Record was received . ..................................... �8=20.f 2024 ........... .................. ..................................................................... and examined and Med _..._...._a........... Y T Signed ��-ij �),IorR.C,E,No, ..................................................................... . .................. . . ................. I ........... . I'Me DEF::)L YQR . .......................... ............ ) M I.Y SURVE ... ... . .......................... County Suirveyoir's Corrurnent LS 5390 . . .... ... ..... or till :11-:: USC-20 6 Pago I of 2 mmmr_,�,Um IFIELSG-2016 Page 2 of 2 CITY OF EL SEGUNDO PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PW 25-07: PAVEMENT REHABILITATION PROJECT June 4, 2025. 9:00 AM Location: 118" St. between Hornet Way and Aviation Blvd., W. Grand Ave. west of Loma Vista St. PLEASE PRINT LEGIBLY: NAME COMPANY CONTACT INFORMATION Telephone: 951-790-7748 1 James Wu Pavement Coatings Email: jwu@pavementrecycling.com Telephone: 714-632-6699 2 Onyx Paving Email: bids@onyxpaving.com Telephone: 805-673-2472 3 Hipolito Aveadano Toro Enterprises, Inc. Email: hipo@toroenterprises.com Telephone: 562-599-5841 4 Ken Corry Excel Paving CO. Email: estimating@excelpaving.net Telephone: 424-382-9941 5 Martin Armenta Prestige Paving Company Email: anthony@prestigecompany.net; brian@prestigepavingcompany.com Telephone: 310-524-2361 6 Floriza Rivera City of El Segundo Email: frivera@elsegundo.org Telephone: 7 Garret Quaintance City of El Segundo Email: Telephone: 8 Jenny Reynoso City of El Segundo Email: Agreement No. 7391 PLEASE PRINT LEGIBLY: NAME COMPANY CONTACT INFORMATION Telephone: 9 Eric Brown City of El Segundo Email: Telephone: 10 Ted Kidane City of El Segundo Email: Telephone: 11 Email: Telephone: 12 Email: Telephone: 13 Email: Telephone: 14 Email: Telephone: 15 Email: Telephone: 16 Email: Telephone: 17 Email: Telephone: 18 Email: Agreement No. 7391 APPENDIX H RICHMOND ST./HOLLY AVE. INTERSECTION EAST, WEST, AND SOUTH PAVING LIMITS LEGEND iiiiiiiiiiiiiiiiiiiiiillillilillillilI Paving limits on the east, west, and south sides of the intersection Continued on following page Agreement No. 7391 Appendix H Richmond St./Holly Ave. Intersection Paving Limits. (Continued from previous page) Please note: • All striping and pavement markings at the Richmond St./Holly Ave. intersection, including outside or partially inside the overlay area, shall be re -striped using thermoplastic in the same dimensions, characteristics, and colors. Cat -tracking shall be used after overlay is completed until permanent striping can be installed. Existing pavement markers shall be removed prior to cold -milling, and replaced in kind after paving is complete. Missing pavement markers shall also be replaced at the same time. Centerline tie and monument inventory and re -installation as necessary; creation of new centerline tie information sheet, and filing with County Surveyor shall also occur at this intersection as with the other overlay intersections. The existing centerline tie information sheet is already included in Appendix F and also follows this page. • Concrete curb, curb and gutter, crossgutter, spandrels, and local depressions shall be protected in place. CITY OF EL SEGUNDO Prepared By: Denn Engineers - Gary J. Roehl R.C.E. No. 30826, Expires: March 31, 2010 Survey Date: September 25, 2006 Purpose: To provide the City of El Segundo updated centerline tie information that meets current L.A.Co.D.P.W., Land Development Division requirements for subdivision purposes. Intersection 1 Description: Holly Avenue and Richmond Street LEGEND: • SET L&T TAGGED R.C.E. 30826 O FD L&T TAGGED L.S. 5909, NO REF, AT BACK OF WALK ❑ FD PM'S ON SSMH AT �- INTERSECTION ENTERLIhlt �E ENGINE ,ME: TE: 5' 5' 25' F- LLJ Lv ry LO ` N H0LLY389``` o� FILED THIS -IE OFFICE OF ENT BY: ENO, r`? - i RFESS/ No. 30826 * Up. 03--31-10 OFt CAL TIES ARE NOT TANGENT UNLESS OTHERWISE NOTED N AVENUE N RECEIVED omg