Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CONTRACT 7436 Public Works Contract
Agreement No. 7436 05/2025 PUBLIC WORKS AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND NOHO CONSTRUCTORS ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 This CONTRACT is entered into this 7th day of October 2025, ("Effective Date") by and between the City of El Segundo, a municipal corporation and general law city ("City") and NoHo Constructors, a California corporation ("Contractor"). 1. WORK. A. The Contractor shall perform all work required by and set forth in the Contract Documents (the "Work") in a good and workmanlike manner for the project identified in the Contract Documents, as attached hereto and incorporated by reference. The Contractor agrees to perform additional work arising from changes ordered by the City in accordance with the Contract Documents. B, The Contractor shall furnish all of the labor; supplies and materials; equipment; printing; vehicles; transportation; office space and facilities; all tests, testing and analyses; and all matters whatsoever (except as otherwise expressly specified to be furnished by the City) needed to perform and complete the Work and provide the services required of the Contractor by the Contract Documents. C. The Contractor and the City agree to abide by the terms and conditions contained in the Contract Documents. "Contract Documents" means this Contract and the following, as applicable: • Notice Inviting Bids; • Instructions to Bidders; • Supplementary Instructions to Bidders; • Bid Proposal and Bid Bond; • Standard Specifications; • Supplementary Conditions; • Exhibits; • Insurance Requirements; • Labor and Material Payment Bond; • Performance Bond • Technical Specifications; • List of Drawings; • Drawings; • Addenda; • Notice to Proceed; • Change Orders; Page 13 Agreement No. 7436 0 Notice of Completion. "Contract Documents" also includes all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. The Contract Documents constitute the complete agreement between the City and the Contractor and supersede any previous agreements or understandings. 2. CONTRACT SUM. In consideration of the services rendered hereunder, the City shall pay the Contractor a sum not to exceed amount of Six Hundred Seven Thousand) Seven Hundred Eighty Five dollars and Zero cents 607 7$5 plus a contingency amount, which may or may not be used, of One Hundred Twenty Two Thousand Two Hundred Fifteen dollars ($122,215) for the Work in the manner set forth in the Contract Documents, in accordance with the prices set forth therein. Contractor shall provide City with a monthly invoice for current completed work. The City shall make payments within thirty-five (35) days after receipt of the Contractor's undisputed and properly submitted invoice, including an updated schedule of work. The City shall return to the Contractor any invoice determined not to be a proper payment request as soon as practicable, but not later than seven (7) days after receipt and shall explain in writing the reasons why the payment request is not proper. Contractor shall have seven days from written notice of improper payment request to submit a revised request satisfactory to the City. Payment for a properly revised payment request shall then be paid by the City within a reasonable period thereafter. 3. SECURITIES AND BONDS. Within ten (10) working days of the Effective Date of this Contract, the Contractor shall furnish a labor and material payment bond in an amount equal to one hundred percent (100%) of the Contract Sum, and a faithful performance bond in the amount equal to one hundred percent (100%) of the Contract Sum. Said bonds shall be secured from a surety company admitted and authorized to do business in California as such and satisfactory to the City. Upon filing the Notice of Completion, the Contractor shall be required to maintain a labor and material payment bond for a period of seven (7) months. Additionally, the faithful performance bond amount shall be reduced to an amount equal to fifteen percent (15%) of the Contract Sum and shall remain in effect until the end of all warranty periods set forth in the Contract Documents, or, if no warranty period is specified, for a period of twelve (12) months after filing of the Notice of Completion. (Note: Securities are not required if Contract Sum is less than $25,000.) 4. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, Contractor will 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 per occurrence Page 2 Agreement No. 7436 Business automobile liability $1,000,000 per occurrence Workers Compensation Statutory Requirement (only if Contractor has employees) *The city has the option to increase the limits as required for more complex and major waterworks, sanitation, and road pavement projects. B. Commercial general liability ("CGL") insurance must meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01 04 13, or equivalent, covering CGL on an "occurrence" basis, including property damage, bodily injury and personal & advertising injury with limits no less than $2,000„000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. Cd For automobiles, the insurance must meet or exceed the requirements of Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), or, if Contractor provides proof of a personal automobile policy, such personal policy must include and indicate business venture coverage with limits no less than $1,000,000 per accident for bodily injury and property damage. If Contractor has no owned autos, Code 8 (hired) and 9 (non - owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be included in coverage. D. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name 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 City will be excess thereto. City's additional insured status will apply with respect to liability and defense of suits arising out of Contractor's acts or omissions. Such insurance will 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 City, and the notice must include any necessary endorsement to facilitate such notice to City. E. Required Insurance Endorsement Language: Additional Insured Endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds." Page 3 Agreement No. 7436 Cancellation Endorsement with this language: "The City of El Segundo will receive thirty (30) days written notice in the event of cancellation, nonrenewed or reduction." iii. Primary and Non -Contributory Endorsement with this language: "Coverage is primary and non-contributory such that any other insurance that may be carried by -.the City will be excess thereto." F. Contractor will furnish to City valid Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, a copy of an Additional Insured endorsement confirming CITY has been given Additional Insured status under the Contractor's General Liability policy, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." G. Should Contractor, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at Contractor's expense and deduct the cost of such insurance from payments due to Contractor under this Agreement or terminate pursuant to Section 7. 5. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work within Ninety (90) 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. Page 4 Agreement No. 7436 6. DELAYS AND EXTENSIONS OF TIME. A. General. Unless otherwise agreed in writing, an adjustment to the Contract Time by reason of a Change Order shall -be agreed to at the time the Change Order is issued and accepted by Contractor. B. Extensions of Time. In the event it is deemed appropriate by the City to extend the time for completion of the Work, any such extension shall not release any guarantee for the Work required by the Contract Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds executed. In executing such Bonds, the Sureties shall be deemed to have expressly agreed to any such extensions of time. The amount of time allowed by an extension of time shall be limited to the period of the delay giving rise to the same as determined by the City. Notwithstanding any dispute which may arise in connection with a claim for adjustment of the Contract Time, the Contractor shall promptly proceed with the Work. C. Payment for Delays. Notwithstanding any other terms and conditions of the Contract Documents, the City shall have no obligation whatsoever to increase the Contract Sum or extend the time for delays. Unless compensation and/or markup is agreed upon by the City„ the Contractor agrees that no payment of compensation of any kind shall be made to the Contractor for damages or increased overhead costs caused by any delays in the progress of the Contract, whether such delays are avoidable or unavoidable or caused by any act or omission of the City or its agents. Any accepted delay claim shall be fully compensated for by an extension of time to complete the performance of the Work. 7. TERM AND TERMINATION. The Contract is effective as of the Effective Date stated in the first paragraph of this Contract and shall remain in full force and effect until the Contractor has fully rendered the services required by the Contract Documents or the Contract has been otherwise terminated by the City. However, some provisions may survive the term of the Contract, as stated in those provisions. City may terminate this Contract at any time, at will, for any reason or no reason, after giving written notice to Contractor at least ten (t 0) calendar days before the termination is to be effective. If City defaults under this Agreement, and if City has not cured the default within thirty (30) calendar days after Contractor has given City notice of the event of default. Contractor may terminate this Contract for cause after giving written notice to City at least thirty (30) calendar days before the termination is to be effective. Contractor shall cease all work under this Contract on or before the effective date of termination specified in the notice of termination. Contractor shall be paid for services satisfactorily rendered to the last working day this Contract is in effect and Contractor shall deliver all materials, reports, documents, notes or other written materials compiled through the last working day this Contract is in effect. In no event shall Contractor be entitled to receive more than the maximum compensation set forth in this Contract that would be paid to the Contractor for the full performance of the services required by this Contract. Neither party shall have any other claim against the other party by reason of Page 5 Agreement No. 7436 such termination. In the event the City terminates the Contract, Contractor shall be reimbursed for all unavoidable and unmitigable costs resulting from such termination, in adidition to the compensation for all work completed up until the effective date of the termination of the Contract. 8. PERMITS AND LICENSES. Before starting any construction work, the Contractor will be required to obtain all necessary permits, licenses or certificates from the City and shall maintain such permits, licenses and certificates required to complete the Work during the Contract Time. Contractor shall bear all costs for fees for all agencies except for the City's permit fees. 9. COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for coordinating all Work with the City's Street sweeping, trash pick-up, and street maintenance contractors, emergency services departments, utility company crews, and others when necessary. Payment for conforming to these requirements shall be included in other items of Work, and no additional payment shall be made thereof. 10. EXTRA WORK. New and unforeseen work will be classified as Extra Work only when the Work is not covered and cannot be paid for under any of the various items or combination of items for which a Bid price appears on the Bid. The Contractor shall not do any Extra Work except upon written order from the City Manager. 11. ASSIGNMENT. Any purported assignment without written consent of the City shall be null, void, and of no effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers, officials, employees, agents and representatives with respect to any claim, demand, or action arising from or relating to any unauthorized assignment. If the city opts to consent to assignment, the City's consent shall be contingent upon: (1) a letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee without any reduction, or the assignee supplying all new Bonds in the amounts originally required under the Contract Documents; and (2) the assignee supplying all of the required insurance in the amounts required in the Contract Documents. Until the Surety assigns all of the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of the required insurance, an assignment otherwise consented to in writing by the City shall not be effective. Even if the City consents to assignment, no assignment shall relieve the Contractor from liability under the Contract. 12. INSPECTION. The Contractor shall arrange and pay for all off -site inspection of the Work required by any ordinance or governing' authorities. The Contractor shall also arrange and pay for other inspections, including tests in connection therewith, as may be assigned or required. 13. WORKSITE MAINTENANCE. A. General. Clean-up shall be done as Work progresses at the end of each day and thoroughly before weekends. The Contractor shall not allow the Work Page 6 Agreement No. 7436 site to become littered with trash and waste material but shall maintain the same in a neat and orderly condition throughout the construction operation. Materials which need to be disposed shall not be stored at the Work site but shall be removed by the end of each working day. If the job site is not cleaned to the satisfaction of the City Manager, the cleaning will be done or contracted by the City and shall be back -charged to the Contractor and deducted from the Contract Sum. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final clean-up of the Work site. B. Storage of Equipment and Materials. The Contractor shall make arrangements for storing its equipment and materials. The Contractor shall make its own arrangements for any necessary off -site storage or shop areas necessary for the proper execution of the Work. Approved areas within Work site may be used for temporary storage; however, the Contractor shall be responsible for obtaining any necessary permits from the City. Construction materials and equipment shall not be stored in streets, roads, or highways unless otherwise approved by the City Manager. C. All costs associated with the clean-up and storage required to complete the Work shall be the sole responsibility of the Contractor. 14. WARRANTY. For purposes of the calculation of the start of the warranty period, the Work shall be deemed completed upon the date of the Notice of Completion. If that direction is contingent on the completion of any items remaining on a punch list, the Work shall be deemed to be completed upon the date of the City Manager's acceptance of the final item(s) on the punch list. The Contractor shall repair or replace defective materials and workmanship at its own expense. Additionally„ the Contractor agrees to defend, indemnify, and hold harmless the City from claims or any kind arising from damage„ injury, or death due to such defects. The parties agree that no certificates given shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be .construed to be in acceptance of any defective Work or improper materials. Further, the certificate or final payment shall not terminate the Contractor's obligations under the warranty herein. 15. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the final acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements, criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such. injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause Page 7 Agreement No. 7436 whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, shall properly store and protect them if necessary, and shall provide suitable drainage and erect temporary structures where necessary. The Contractor is prohibited from performing work with a subcontractor who is debarred pursuant to Labor Code §§ 1777.1 or 1777.7. 16. DISPUTES. Disputes arising from this contract will be determined in accordance with the Contract Documents and Public Contracts Code §§ 10240-10240.13. 17. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City will promptly inform the Contractor regarding third -party claims against the Contractor, but in no event later than 10 business days after the City receives such claims. Such notification will be in writing and forwarded in accordance with the "Notice" section of the Contract Documents. As more specifically detailed in the Contract Documents, the Contractor agrees to indemnify and defend the City against any third- party claim. 18. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. 19. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by -the Contractor under the Contract Documents are the City's property. The Contractor may retain copies of said documents and materials as desired, but will deliver all original materials to the City upon the City's written notice. 20. INDEMNIFICATION. To the maximum extent permitted by law, the Contractor hereby agrees at its sole cost and expense, to defend, protect, indemnify, and hold harmless the City, its elected and appointed officials, officers, employees, volunteers, attorneys, agents (including those City agents serving as independent contractors in the role of City representative), successors, and assignees (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, charges, obligations, damages, causes of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and -,nature whatsoever, in any manner arising out of, incident to, related to, in connection with or resulting from any act, failure to act, error or omission of the Contractor or any of its officers, agents, attorneys, employees, subcontractors, material supplies or any of their officers, agents or employees and/or arising out of, incident to, related to, in connection with or resulting from any term, provision, image, plan, covenant, or condition in the Contract Documents, including, without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment, award or decree that may be rendered against any of the Indemnitees as to any such Claim. The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the Contractor or Indemnitees. This indemnity shall apply to all claims regardless of whether any insurance policies Page 8 Agreement No. 7436 are applicable or whether the Claim was caused in part or contributed to by an Indemnitee. Nonwaiver of Rights. Indemnitees do not and shall not waive any rights that they may possess against the Contractor because the acceptance by the City or the deposit with the city of any insurance policy or certificate required pursuant to these Contract Documents. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. Waiver of Right of Subrogation. The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. Survival. The provisions of this Section 20 shall survive the term and termination of the Contract, are intended to be as broad and inclusive as is permitted by the law of the State, and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against the Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 21. NONDISCRIMINATORY EMPLOYMENT. The Contractor shall not unlawfully discriminate against any individual based on race, religion, creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender identity, gender expression, age, sexual orientation, or military and veteran status. The Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 22. PREVAILING WAGES. In accordance with Labor Code § 1770 et seq., the Project is a "public work" to which prevailing wages apply. The Contractor and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations ("DIR") regarding the prevailing wage rate of per diem wages. The Contractor shall post a copy of the DIR's determination of the prevailing rate of per diem wages at each job site. The project is subject to compliance monitoring and enforcement by the DIR. 23. 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 it is performed. The Contractor will be free to contract for similar service to be perfumed 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 Page 9 Agreement No. 7436 direct the Contractor as to the details of doing the work or to exercise a measure of control over the work means that the Contractor will follow the direction of the City as to end results of the work only. 24. CONFLICTS OF INTEREST. Contractor and its employees, associates and subcontractors, if any, shall comply with all California conflict of interest statutes applicable to Contractor's Work under this Contract, including, but not limited to the Political Reform Act (Gov. Code § 81000 et seq.) and Government Code § 1090. 25. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three years after termination or final payment under the Contract Documents. 26. NON -WAIVER OF TERMS, RIGHTS AND REMEDIES. Waiver by either party of any one or more of the conditions of performance under the Contract Documents shall not be a waiver of any other condition of performance under the Contract Documents. In no event shall the making by the City of any payment to the Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default that may then exist on the part of the Contractor, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 27. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: To Contractor: Attn: Bryce Greenstein Dept.: NoHo Constructors Address: 11012 Ventura Blvd., Ste 1259 Studio City, CA 91604 Phone: (818) 642-7270 Email: bryce@nohoconstructors.com To City: Attn: James Rice Dept.: City of El Segundo Public Works Address: 350 Main Street El Segundo, CA 90245 Phone: (310) 524-2316 Email: jrice@elsegundo.org Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 28. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other Page 10 Agreement No. 7436 party. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. 29. INTERPRETATION. This Contract was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Contract will be in Los Angeles County. 30. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of the Contract Documents, precedence will be as determined in the Standard Specifications. 31. SEVERABILITY. If any portion of the Contract Documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Contract will continue in full force and effect. 32. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 33. ENTIRE AGREEMENT. This Contract, including the Contract Documents and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and. Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Contract may not be modified or amended, not any provisions or breach waived, except in a writing signed by both parties that expressly refers to this Contract. 34. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Contract may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code §16.5, the Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. Contractor warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind Contractor accordingly. 35. COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof will be construed as both covenants and conditions, the same as if the words importing such covenants and conditions had been used in each separate paragraph. 36. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of Page 11 Agreement No. 7436 reference only and will not affect the interpretation of this Contract. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. [Signatures on following page.] Page 12 Agreement No. 7436 05/2025 IN WITNESS WHEREOF the parties hereto have executed this Contract the day and year first hereinabove written. CITY OF EL SEGUNDO Darrell George, City Manager ATTEST: Susan'Truax City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney By: Q��] P KAI David King, Ass nt City Attorney CO RACTR Name: Title: tC'C' Name: Se&Attached Certificate Title: Taxpayer ID No. Contractor State License No. Contractor City Business License No. Insurance Reviewed by: A hSharon rennan, Risk Manager Page 13 Agreement No. 7436 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 x&rw;abd 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 On � '" M, before me, ," Date Here Insert Name and Title of th* e Officer personally appeared 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/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. ROSASAUCEDO Notary Public • California Los Angeles County Commission # 24a5642 My Comm. ExPlres Mar 28, 2028 Place Notary Seal and/or Stomp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. lll,pSignature s °"�" l Signature of Notary Public Vr, 1 IVIYiiL 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: N041-vvuvi� " ^A�}` C 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 rn Otht-r. Signer is Representing: ©2019 National Notary Association 20 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing„ Agreement No. 7436 FAITHFUL PERFORMANCE BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Bond No. 101000936 Bond Fee: $9,578.00 NoHo Constructors ("PRINCIPAL") and _ U.S. Specialty Insurance Cornpany.. ....................... -........... , a corporation incorporated under the laws of the State of Texas 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 Six Hundred Sever Thousand Seven Hundred Eiodtv Five DOLLARS' and Zero. ecl _C19�5�, lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 25-12, and the Public Works contract executed with such Specifications. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 25-12, a copy of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 25-12) which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. CITY has estimated the required amount of the bond as shown above. 2. PRINCIPAL's work on the Public Project will be done in accordance with CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail to complete all required work within the time allowed, CITY may, at its sole discretion, cause all required work to be done and the parties executing the bond will be firmly bound for the payment of all necessary costs therefor. 3. PRINCIPAL will guarantee its work against any defective work, labor, or materials on the Public Project for a period of one (1) year following the Public Project's completion and acceptance by CITY. Should PRINCIPAL fail to correct its work against any defective work, Agreement No. 7436 labor, or materials, 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. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 25-12 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 one (1) year following the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] Agreement No. 7436 SIGNED AND SEALED this 10th day of NoHo Cdn"struot ,. l'R INC IPAUS PRINCIPAL's SECRETARY October , 20 25 U.S. Specialty Insurance Company SURETY's Attorney -in -Fact, Matthew J. Coats SURETY's SECRETARY PRINCIPAL's MAILING SURETY's MAILING ADDRESS: ADDRESS: NoHo Constructors U.S. Specialty Insurance Company 11012 Ventura Blvd.„ Suite 1259 801 S. Figueroa St., Ste. 700 Studio Ci , CA 91604 Los Angeles, CA 90017 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. See Agreement No. 7436 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 d 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 Allad_ W Here Insert Name and Title of the Officer On before me, Date I er personally appeared�Sj ^- r' 1, L - 5 Nome(s) ofSigner(s)_,_—m,, . _. .._. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing aosas,auceno paragraph is true and correct. Notary Public • Cana' la Los Commission WITNESS m hand and official seal. eles County Commisslon # 2455642 y My Comm. Upfres Mar 28, 2028 SignatureM Place Notary Seal and/or Stamp Above Signature of Notary Public Vr1IVIll 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: 10 113 1 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: �:' '1M,M .. �rY3; � w wt d:'-'!. ;� 4„2 *.; :, .�1., .,,r :CwM-^"wJf! ✓., ;��un. �G. m�. ,.�7r `�."W',3,1l"7',„7, l �v.l'..V,3 r, .r '„ ".,"`. ,S'"6 ::.. ir,r�+"�.. fir'. ^r.�U "C !�F ;;$I ✓�1 +,"lit'.,".'. ';.? 02019 National Notary Association Agreement No. 7436 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 O CT-1 O 2025 before me, Summer L. Reyes, Notary Public Date Here Insert Name and Title of the Officer personally appeared Matthew J. Coats 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/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. >�, SUMMER L. REYES Notary Publicµ California � x Orange County Commission # 2.504330 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature—,.......... ! A. ..................... Sfgn ure of Nit l�ubll� 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: Document Date: 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's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ..... — --------- ---- __ Signer Is Representing: :7111rX1r1r1=nC11e1r„X'X,M" I? tea r ";r",r 'r G m c«�VIM ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7436 TOKIO MARI N E HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS. That American Contractors Indemnity Company, a California corporation, Texas Bonding Company„ an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively„ the "Companies"), do by these presents snake„ constitute and appoint: MATTHEW J. COATS or RYAN BUTTERFAS of LAGUNA HILLS, CALIFORNIA its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond This aPowe� of Attorney shall expire without further action o '*Five Million"""""� Dollars ``�` 000 Of10.00��� ), penalty *» y p' n January 3111 2028. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: AWrney-in•Facl may be given full power and authority for and in the name of and on behalf of the Company,, to execute, acknowledge and deliver, any and all bonds, reccgnt,aancees, contracts, agreements or indemnity and other conditional or obligatory undertakings„ including any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts„ and any and afl notices and documents canceling orterminating; the Company's liabulity thereunder, and any .such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and seated and effected by the Corporate Secretary. Be it Resolver, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of February 2024 �r , °u"y wMw"oa°°°ss AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS G.'11"s aura am"rraf BONDING COMPANY, UNITED STATES SURETY COMPANY, S"�� U.S. SPEC ALTY INSURANCE COMPANY SEI_T reo g t � Darrel P' ,,... ;. `� � � .. ,. '� � .... -�.....� . A uilar, ice President p 9 y g -Nota P ecompleting fiof the individu�whoi ned th��ocum�entto hich Notary Public or other offi cer coin letin this certificate verifies only the identity this certificate is attached. and not the truthfulness, accuracy,. or vsltdit of that document. State of California County of Los Angeles On this 151 day of February 2024, before me„ D, Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S, Specialty Insurance Company who proved to nee on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted„ executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and offs ' I seal. ot,u. LM avorift M1111" CM Signature (seal) 10Mrccc m. hrwar Mil I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. " day of y " seals of said Companies at Los Angeles, California this In Witn ss Whereof, I he h reunto set m hand and aff eC the s " Kira Lo„ A "� ant Secretary 'W' Bond NO. 1010001 17758 � Agency No. �„�rEois °l�i x 6EPT ZS 1990 b„ ���� -.� k FT " 10 visit tmhcc.com7spurety for more ti r,crrnation HCCSMANPOA022024 Agreement No. 7436 LABOR AND MATERIALS BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Bond No. 101000936 Bond Fee: Included with performance bond NoHo Constructors . as principal ("PRINCIPAL") U.S Specialty Company PRINCIPAL and P_ITITIT �Insurance .......... P Ya corporation incorporated under the laws of the State of Texas 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 Six Hundred Seven Thousand SevenHundred Eighty Five DOLLARS and Zero cents_( 6071 1, 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 SPECIFICATIONS NO. PW 25-12 ("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 25-12, and the Public Works contract executed for such Specifications, copies of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 25-12), which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. 2. PRINCIPAL will pay all contractors, subcontractors, and persons renting equipment. 3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, on, for or about the performance of the Public Project, and will pay for all work and labor thereon. 4. This bond is conditioned upon and guarantees due compliance with all applicable Agreement No. 7436 law including, without limitation, the El Segundo Municipal Code ("ESMC") 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 25-12, or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following TWO (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; and B. A certificate issued by the county clerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted. 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] Agreement No. 7436 SIGNED AND SEALED this 10th day of NoHo Constructors (� y P`R1NCIP L'µs°PRE-SI- "NT PRINCIPAL'S SECRETARY r RINCIPAL's MAILING ADDRESS: NoHo Constructors 11012 Ventura Blvd., Suite 1259 Studio Citv. CA 91604 October � 20 25 U.S. Specialty Insurance Company SURETY SURETY's SECRETARY Attorney -in -Fact, Matthew J. Coats SURETY's MAILING ADDRESS: U.S. Specialty Insurance Company 801 S. Fiqueroa St., Ste. 700 Los Angeles, CA 90017 NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office_ See Attached Agreement No. 7436 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 �.',4:'� rl.,Sl.l wit f�- �M,n .,✓b, �J,kv ?' �''., ,Y+..n`-::.!"�,� ��✓ r4�.:: ��.", �,S"�ki"' �✓'�""�_, „4 ..6, :��. »„t,� � F „N,"�..,frdf , Iv,��V+�� .�r��.? �`::. 'r . .,', :�,m'% r*r„1 r"'%%.a.�`�F .4 ti:� �� �� J,"%x ;4,,N"�,LL'.�.� s.'�a,,. 9�r,�Z�.i�°�'" 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 '22 On , before me, Date Here Insert Name and Title of the ffic j� er personally appeared 1"� t S 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/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. ROSA SAucr0v Notary Public . Californian Los 4nSelei County Comrntleslan a 2485,642 Oy Comm, rxaNrss mar 21, 2028 Pace Notary Seal and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature llzi�,�- Signature of Notary Public V r 1 IV IYNL 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: a,W4 V. S YO Document Date:, I o 11 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: ",.,h k d *V."�52 �a.r'(,f�,:un 4y�7 C��.a'�?o Syr „'*, .f', �'»d'�r'� ,„rs��W�..'�,�`.'i'Y,.`��+c�i �.r ,.^J�"r�'eW �.� .�°. r���`,'„, �'i.,„,��.J*`,„✓i.ai,�:�6u r�ar.�.�ko�rt'�', �y,„r�,�,.,r:17. Ire rwr,�,���°.'�,r,�l uU. �'.'v"S 02019 National Notary Association Agreement No. 7436 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 : �;.�.�a,w.,��s,a��"�.�"�s�"���.+� ��.,w�4. 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 C10 20215 before rne, Summer L. Reyes, Notary Public Date Here Insert Name and Title of the Officer personally appeared Matthew J. Coats 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/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. 90my SUMMER L. REYESNotary Public - California Orange County Commission # 2504330 Comm. Expires Dec 8, 2028 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (1.A. Signature ":._ .1,------------ Si ature 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: t ."' 7A"?" vv. '; '.a;,G�'.;C:a; �'.";,' T`n ." ' Y."' "." , wr`..: "s;"'w", " 'ur "".x V,,. ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7436 TOKIOMARINE HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation„ 'Texas Bonding Company, an assumed name of American Contractors Indemnity Company„ United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the 'Companies"), do by 'these presents make, constitute and appoint: MATTHEW J. COATS or RYAN BUTTERFAS of LAGUNA HILLS, CALIFORNIA its true and Ilawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority, hereby conferred in Its name, place and stead, to execute„ acknowledge and'' deliver any and all bonds, recognrzances, undertakings or other instruments or contracts of suretyship to Include riders, amendments, and' consents of surety, providingthe bond penThis a" does Powerr of Atttt exceed torney shall expire without further action on January 1 ar 2* Dollars n and tilJCauth`` y ***'*Five"" y p � 02S This Power of Attorney is granted under and' by authority of the following resolutions adopted by the Boards of Directors of the Companies° Be it Resolved, that the President, any Vice -President, any Assistant Virg -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fat to represent and! act for and on behalf of the Company subject to the following provisions: Attorney -In. -Fact may be given full power and auithority for and in the name of and on betraff of the Company, to execute, acknowledge and deliver„ any and all bonds recogniaan'ces„ contracts, agreerments of indemnity and other conditional or obligatory undertakings, including any and all consents for the release of returned percentages and/or final estirmates on engineering and construction contracts, and any and all notices and docunnents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and seated and effected i by the Corporate Secretary. Be It Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any, certificate relating therelo by facsirn le, and any power of attorney or certificate bearing facsirnlie signature or, facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which rt is attached.. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 111 day of Fbruary 2024 .'rrqq U'R ti uea N"r"^ AMERICAN CONTRACTORS INDEMNITY COMPANY, TEXAS a BONDING COMPANY, UNITED STATES SURETY COMPANY, U.S. SPEC AL TY INSURANCE COMPANY S1� SEPT. 25, 1990 "KM • ry 5 w ._ IaArEo '�yt Daniel P. Aguilar, ice President A Not public Or Othefcompleting �" ° xsar„uuweaarw y.,..._..._, y �......... " --.._...._._. 9— . ....... --------- th�Notary officer co'm letin this certificate verifies only the identit of the individual who signed ned the document to which, is certificate is attached„ and not the truthfulness accurate or valid of that document. State of California County of Los Angeles rlu a; ^a !�- � rr a. • � w ,��., .� �,. "" a a. :r. • a w -a �• a a. ,, a a • a s � ,. a• a a ano w a LLa...y a ,. . «. _ ..a _ or the entity, upon behalf of which the person: 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 y I seal. �w ... FI WITNESS m hand and offs O.rrrneFlEU) Signature (seal) 10,,,'tcmm, a' Aft � I, Kip Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whewreof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day of r " �Ir+wnroaarEo ur gip,,.. rr o a ^r c Agency No t� k r Bond No. Kio Lo, Aw '` an Secretary 9EPT 25 19G0 l� HCCBMANPOA022024 visit tmhcc.coriilurety for more rw,formattor Agreement No. 7436 PROPOSAL FOR THE ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Date August 6th , 202 Company Name: NoHo Constructors 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. 7436 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 DECLARATION 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. 7436 BID SCHEDULE ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: NoHo Constructors Note: Bid Item work is elaborated in detail in the I' ........ �ro 1 ect fans and s � ecifications. INo DESCRIPTION UNIT QTY SCE AMOUNT BASE BID ITEMS 1 Mobilization/ Demobilization LS 1 $ 1000 $ 50,00o 2 Clearing and Grubbing LS 1 $ 3S)o00 $ 3S, oo0 Demolition of Abandoned Concrete 3 Reservoir including Walls, Slabs, Steps, LS 1 $1 000 i $ 162/ 00 and S illwa s 4 Locate, Demolish, and Cap Abandoned LS 1 $ Z� c�o� $ 27� o00 Utilities and Connections 5 -Excavation (Cut) of Earth Material CY 3,159 $ 2S $ -7bj c1-75 Over -excavation and Subgrade CY 1,950 $ 20 $ 3 q � 000 Preparation for Areas Receiving Fill 7 Placement and Compaction of Fill CY 1,973 $ 2 0 $ 3q�y bo 8 Export of Excess Earth Material CY 1,186 $ -15 $ 9 Fine Grading SF 35,000 $ $ 3510C)o 10 Furnish and Install Storm Drainage LS 1 $ 401000 $ 4a 000 11 Temporary Fence Maintenance MONTH 6 $ g 0 o $-; Lj d a Post -Construction 12 Miscellaneous Improvements as LS 1 $10,000 $10,000 Determined Necessary by the Engineer I-C-3a Agreement No. 7436 TOTAL BASE BID (#1 thru #12) = ( p -] 17 '� S . O O TOTAL BASE BID WRITTEN IN WORDS: � q (V'e � � ��S � Seven �I�n� r �i v o (I c 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. 7436 BIDDER'S INFORMATION Company Name: NoH p y Constructors . 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) Business NoHo Constructors Street Address 11012 Ventura Blvd. Suite 1259 Studio City, CA 91604 Telephone No. (818) 523-7943 Email Address California nani@nohoconstructors.com State Contractor's License No. and Class 1028269, A and B Original Date Issued 6/23/2017 Expiration Date 6/30/2027 Contractor's Department of Industrial Relations (DIR) Information: g 1000050650 Expiration Date 6/30/2027 Registration No. _ _....... 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: Greenstein, President Nani Cholakians, Vice President The date of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal is as follows: None All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows: I0D_1 I-C-4 Agreement No. 7436 BIDDER'S INFORMATION (CONTINUED) Company Name: _ NoHo Constructors Bidder shall list the name of the person who attended the mandatory pre -bid job walk. Name: Barry Greenstein Title: Project Manager I-C-5 Agreement No. 7436 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this 6th day of August , 20-25. BIDDER NAME AND CONTACT INFORMATION NoHo Constructors 11012 Ventura Blvd. Suite 1259 Studio City, CA 91604 (818) 523-7943 nani@nohoconstructors.com Bidder Signature: R�- � clIx,ks -kh Subscribed and sworn to this day of , 20 NOTARY PUBLIC I-C-6 Agreement No. 7436 CALIFORNIA JURAT GOVERNMENT CODE § 8202 '�Vrr,'C,,+���*r�„�r. :�,�„�.tadd. „:�� wrir„' u.r4°'kR✓r��rJ'w�/ll 4.(�F,�dw�+„L �Ju Pr✓✓1',� 43w'DA,"n#�riK,.. 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 Countyof ---v5 .!!L- r Subscribed and sworn to (or affirmed) before me on this 6-5-- day of Xa 1 20by Date onth Year *my Los Angeles County Name(s) of Signer(s) C4rtnrnissian # 2498760 Comm. Expires Sep 26, 2028 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Place Notary Seal and/or Stamp Above ignature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document r Title or Type of Document: _5 r Document Date: r' m$ �� _ Number of Pages:. Signer(s) Other Than Named Above: GNaW, m 'UN PAi WC r �,E0*0 02019 National Notary Association Agreement No. 7436 PROPOSAL GUARANTEE BID BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 KNOW ALL MEN BY THESE PRESENTS that, NoHo Constructors , as BIDDER, and American Contractors Indemnity Com an , as SURETY, are held and firmly bound unto the City of El Segundo, in the penal sum of Ten percent of the total amount of the bid DOLLARS ($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 31st day of July , 20 25 . BIDDER* NoHq Con truqqrs -11012 Ventura Blvd., Suite 1259, Studio City, CA 91604 - (818)642-7270 SURETY* American Contractors Indemnity Company - 801 S. Figueroa St., Ste. 700, Los Angeles, CA 90017 - (310)649-0990 Ryan Butterfas, Attorney -in -Fact Subscribed and sworn to this 6 day of Pmj:!f 201511, , NOTARY PUBLIC *Provide BIDDER/SURETY name, title, address and telephone number and the natno-' title, address and telephone number for authorized representative. I-C-7 Agreement No. 7436 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 4'r`wr 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 JUL 31 2025 before me, Date personally appeared Adelaide C. Hunter, Notary Public Here insert Name and Title of the Officer Ryan Butterfas 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/she/they executed the sarne in his/her/their authorized capacity(ies), and that by his/her/''their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ADELAIDE C. HUNTER -� Notary Public . California s orange County Signature ,,,....._ z Commission # 2508152 of Notary k" my Comm. Expires Jan 23, 2029 Signature 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: ITITIT.... .....--- 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: ©2014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Agreement No. 7436 TOK10MARINE C w POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, RYAN BUTTERFAS its true and lawful Attorney -in -Fact, with full authority to execute on its behalf bond number N/A issued in the course of its business and to bind the Company thereby„ in an amount not to exceed Five million and 00/100 $5Q00,000.00 ). This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Beard of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 1st day of September, 2011. "Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attomey-in-Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney -in -Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, American Contractors Indemr�ikW,, � mpany has caused its seal to be affixed hereto and executed by its President on this 18th day of April, 2022.wx 'z AMERICAN CONT CTORS INDEMNITY COMPANY INCORPORATED �„ � SEPT' EPT 25 1999 a By: Ada S. Pessin,, President lA t�Yotar Pub c - y ipor other offirer completing this ih'ts wertific?te is attached, and not the truthfuln State of California County of Los Angels i6s only the identity of the individual who signed the document to which or validity of that document. On this 18th day of April, 2022, before me, Sonia O. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official sear 6A tro cAat 30 Notary Public • Cal fwtaI 08,0i s CountSignatureQ*0 u (seal) mmission N' 239$710 1410R,, Upres 23. 2026 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby cefcity that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and co; reci transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and efffecL IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of aa;d Comparlies at Los Angeles, California this 31st day of July 2025a Tyra,",A To 'l.o, Assis ecr Bond No. N/A�' Agency No. 17758 Z WIT.2m 990 ; � I etary '`'4.t �r�s�.N"' Visit tmhcc.com/surety for more informaltl It quurWNpw+ HCCSOZZPOAACIC07/2023 Agreement No. 7436 CALIFORNIA JURAT GOVERNMENT CODE § 8202 T'z"z, E�ti.Uf ... .�J ,ra... oP...., fik r,..W .r �.� a, .-.' �.aA r?w 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 s Subscribed and sworn to (or affirmed) before me on this Vr- day of 20>� , by Date eon Year (1) lvao. OSCAR CHOI Notary Public • California Los Angeles County Nome(s) of Signer(s) y Commission # 2498760 hey, Comm. Expires Sep 26, 2028 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature ..........� Place Notary Seal and/or Stamp Above i,nature of Notary Public 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: —fI��r Document Date _...... ..... o S- Z_722 Number of Pages: Signer(s) Other Than Named Above: Wt 11080 LR5E u, aL F d E G . a a 4t E .E a i4 4 E"„ f or r fi r, r. E,{t Er E iE E U'., w , i Ma 7 a :"Ew, r « I E Y wr E • : : 02019 National Notary Association Agreement No. 7436 CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) 1. BIDDER'S Contractor's License Number is: 1028269 Class No.: A and B 2. The expiration date of BIDDER'S Contractor License is: 6/30/2027 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 August f 2025, at Studio City, CA (insert City and State where Declaration signed). Signature Nani Cholakians Typed Name Vice President ... _.................... Title NoHo Constructors Company Name I-C-8 Agreement No. 7436 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 Vice President of NoHo Constructors , 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 8/6/2025 [date], at Studio City m_ [cityl, CA [state]." Dated this 6th day of Augustnnmmmmm 20_.25 Nani Cholakians Name Vice resid t Title Signature I-C-9 Agreement No. 7436 WORKER'S COMPENSATION CERTIFICATION Section 1861 OF THE LABOR CODE (Workers' Compensation) Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his/her PROPOSAL, shall sign the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature of Bidder: Title: Business Name: Business Address: Telephone Number: Dated this 6th Vice President NoHo Constructors 11012 Ventura Blvd. Suite 1259 Studio City, CA 91604 ( 818mmm, 523-7943 day of August , 20 25 . I-C-10 Agreement No. 7436 BIDDER'S CERTIFICATION OF SUBCONTRACTORS ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: NoHo Constructors 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 perform that�rtion of the work itself, Subcontractor's Description of Contractor Portion of License No. & Work Name of DIR Subcontracted Estimated Subcontractor Address Registration No. $ Amount (Number and Street) (CSL13 #) (City, Zip Code) (DIR #) owe _........... ......_ _ ... ......... ................... ..... ...... (ill cop' this page if additional space is needed) Zags _._. .... SigiaatUre cW idder Date I-C-11 Agreement No. 7436 REFERENCES Company Name: �wNoHo Constructors 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: Project Title: CTW Courtyard Shade Structures Location: Norwalk, CA Name • address of owner Crystal Zhang, cr stal.zhan @dsh.ca. ov 916 980-7128 Name, current telephone number, and email of person familiar with project Type of Work: concrete demo, new concrete, installation of shade structures Contract amount: $ 612,276.00 Date completed:. July 2025 Amount of work done by my/our firm under contract $ 612,276.00 Did your firm have any financial interest in Project? —..a No 2. Project Title: Ventura High School Softball Site Improvements Location: Ventura, CA Ventura Unified School District.. 255 W. Stanley Ave. Suite 100. Ventura CA 93001 Name and address of owner Ryan Hughes, 805 641-5000 Name, current telephone number, and email of person familiar with project Demo of concrete, dugouts, and scoreboard. Install of new concrete, AC Type of Work: paving, field, storm drain improvements, irrigation, fencing, CMU dugout. Contract amount: $ 991,624.11 Date completed: Feb 2025 Amount of work done by my/our firm under contract $ J 991,624.11 Did your firm have any financial interest in Project? _No 3. Project Title: ..Tennis and Swim Center Pool Deck Replacement _ ..� I-C- 12 Agreement No. 7436 Location: Calabasas, CA City of Calabasas. 100 Civic Center Way Calabasas,.,CA 91302 Name and address of owner Jeffrey Campbell, 818 222-2782. 'cam bell@cit ofcalabasas.com Name, current telephone number, and email of person familiar with project Type of Work: Demo of concrete pool deck and coping. Drainage improvements. Install 61 new concFele deckand copiffg7— Contract amount: $ 288,812.78 Date completed: April 2024 Amount of work done by my/our firm under contract $ 288,812.78 Did your firm have any financial interest in Project? —... No 4. Project Title Reservoir 1 B Communication Facility Location: Camarillo, CA Camrosa Water District, 7385 Santa Rosa Rd Camarillo CA 93012 Name and address of owner Terry Curson 805 341-9079 terryc@camrosa.com Name, current telephone number, and email of person familiar with project Type of Work: Demo of existing Comm building, grading and earthwork to Contract amount: $ 526,058.06 _ Date completed: „ ....._2 ct 2022 Amount of work done by my/our firm under contract $ 526,058.06 Did your firm have any financial interest in Project? No 5. Project Title Fillmore Hatchery Feed Bins Location: Fillmore, CA CA Department of Fish and Wildlife. 612 E Telegraph Rd Fillmore CA 93015 Name and address of owner Shawn Federow, 05 524-0962 shawn.federow@wildlife.ca. ov Name, current telephone number, and email of person familiar with project I-C-13 Agreement No. 7436 Type of Work: Demo of existing feed bins, hazardous materials removal, insta I OT newconcrete pads and T79UTIi Contract amount: $www 357,170 00_ Date completed: - n 2021 da. _.......__._ y y Amount of work done b m /our firm under contract $ 357,170.00 ...... Did your firm have any financial interest in Project? _ No Bidder may attach additional reference pages if necessary. The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance bonds: Coats Surety Insurance Services, Inc. Laguna Hills, CA 92653 Phone: 949 457-1060 / Fax: 949 457-1070 I-C-14 Agreement No. 7436 BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: .�................... NoHo Constructors 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 91 2. If yes, explain the circumstances: N/A 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 IN No ❑ Bidder's Signature Nani Cholakians Name (Please Print) I-C-15 Agreement No. 7436 INSURANCE REQUIREMENTS [MUST BE SUBMITTED WITH PROJECT PROPOSAL] ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: NoHo Constructors 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 "nonresponsive." 8/6/2025 ...... .. .. _...._. Date _.. Bidder's Signature Agreement No. 7436 CM(W ELSEGUNDO July 30, 2025 ADDENDUM NO. 1 to THE CONTRACT DOCUMENTS, SPECIFICATIONS AND PLANS for ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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 remains Wednesday, August 6, 2025, at 11:00 am. 2. Please see this project's attached Supplement to Addendum 1 for bid -related questions and the responses to them. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this completed Addendum page with the Bid Proposal. Failure to pr ide such acknowledgement shall render the bid as non- responsive and su�ct t9 rid' w tioll. Signature:. Date ®Z� _ ....... * rS ... _ ..— ._..... .._.........�.. Print CompanyName: 0 0 O1/l.S Attachments to this addendum: Addendum No. 1 Supplement (2 pages total) Revised Page III-A-12 (1 page total) Appendix F — Reservoir Record Drawings (6 pages total) Appendix G — City Temporary Water Meter Documents (3 pages total) Page 1 of 1 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7436 crrros ELgRGUNDO July 30, 2025 ADDENDUM NO. 1 to THE CONTRACT DOCUMENTS, SPECIFICATIONS AND PLANS for ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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 remains Wednesday, August 6, 2025, at 11:00 am. 2. Please see this project's attached Supplement to Addendum 1 for bid -related questions and the responses to them. As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge same in the space provided below and submit this completed Addendum page with the Bid Proposal. Failure to provide such acknowledgement shall render the bid as non- responsive and subject to rejection. Signature: Print Company Name: Date: Attachments to this addendum: Addendum No. 1 Supplement (2 pages total) Revised Page III-A-12 (1 page total) Appendix F — Reservoir Record Drawings (6 pages total) Appendix G — City Temporary Water Meter Documents (3 pages total) Page 1 of 1 350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489 Agreement No. 7436 CITY OF EL SEGUNDO ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 ADDENDUM NO. 1 SUPPLEMENT DATE: July 30, 2025 TO: All Prospective Bidders Clarifying information and answers to bid questions have been provided below. The information in this Addendum has been made available to all prospective bidders and shall be considered as incorporated into the above -referenced project specifications. All other portions of Contract Documents and previous Addenda not specifically mentioned in this Addendum remain in force. Question 1: Can a contractor with a B, C-21, C-12, and C-61 license bid on the project? Answer: Please refer to page I-A-3 of the Bid Documents. See excerpt below: "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"." Therefore, the City will only accept bids from general contractors with license "A" plus associated C licenses applicable to the project. Question 2: How are the cast iron and steel pipe to be capped? By welding on a metal plate? How many and what size diameter holes are to be cored through the CMU wall? Answer: Regarding pipe capping methods for bidding purposes, assume a cut to size welded steel plate for steel pipe and a 12" minimum depth concrete plug for cast iron pipe. Exact methods shall be verified in field and coordinated with the City for each pipe upon field review of pipe condition. See plans provided in Appendix B for pipes and conduit to be located, demolished, and capped. Regarding the proposed coring for the storm drain pipe into the existing CMU wall, shown on the plans provided in Appendix B, the coring can be assumed to be one (1) 12-inch diameter core for bidding purposes. Question 3: The bid bond request does not list the warranty period. On page 109 of the bid specs, "22-0. WARRANTY", it states: The Contractor and/or manufacturer shall warrant all work performed under this Contract for a minimum of two (2) years from the date of Owner's acceptance of completed job, or as defined in the Project Manual/Technical Specifications, whichever is greater. Any defects in materials or workmanship appearing during this period shall be corrected without cost to the City. Agreement No. 7436 Can you please confirm if the warranty period is in fact 2-years, or are you obligated to a longer warranty period? Answer: The work warranty has been corrected to 1-year in section 22 on page III-A-12, Please see the attached updated page III-A-12. Question 4: What is the concrete thickness of the reservoir floor and walls to be demolished? And what size rebar is in this concrete? If this is unknown, what thickness should we assume for bidding purposes? Is there a water source onsite we will be able to use? If not, do we have to pay for a hydrant meter and water? Answer: The thickness of the reservoir concrete slab is assumed to be 6.5-inches, including the 1 H:1 V sloped portion and flat portion, as stated on page 2 of the geotechnical report provided in Appendix C of the Bid Documents. The 6.5-inch reservoir slab can be assumed to have reinforcement consisting of #4 bars 12- inches O.C. each way. The reservoir has an approximately 4-foot stem wall at the reservoir perimeter as shown on plan in Appendix B. The wall size and reinforcement for this approximately 4-foot stem wall can be assumed to be as shown in the attached record drawing J-123 in the attached Appendix F — Reservoir Record Drawings. The reservoir interior dividing wall, shown on plan in Appendix B, can be assumed to be 8-feet height and 12-inch thick with equivalent reinforcement to the 4-foot stem wall. The site steps and site spillways (denoted as retaining walls on plan) can be assumed to have equivalent reinforcement to the 4-foot stem wall. There is no onsite water source. The contractor will need to apply for, pay any applicable fees, and be given a temporary hydrant meter by the City. The nearest fire hydrant could be used. See the City temporary water meter instructions and application, with fees, in the attached Appendix G — City Temporary Water Meter Documents. Question 5: Can you please provide the reservoir as-builts including structural as-builts? Answer: The reservoir record drawings are shown in the attached Appendix F — Reservoir Record Drawings. Agreement No. 7436 19-0. TRAFFIC CONTROL PU'BLIC SAl ETY AND NIENCE Traffic control, construction signing, and traffic maintenance shall comply with the provisions of Part 6 of the SSPWC "Greenbook" Standard Specifications and the current requirements set forth in the California Manual on Uniform Traffic Control Devices published by the Department of Transportation, State of California, the Contractor's Traffic Control Plans and these Special Provisions. 20-0. TRASH RICKLJP ST'REI T SWEEPINI x 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. 21-0. 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 and Building 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. 22-0. WAR..RANTY .�'����w��."--�+���=--�''11���=�'�'.��.�;3.�...t�;w���-—"��"a�i�^-����&��.,:����.~ ���,k�d.�, �...ra��?4�:��•°':�r.����.�»�t�.�."^�!;Y�� "al'"��4�•1�"�''� �'�a'�>�",��t4:�R. ��"�4-"�" �.��"�''d,�`r���R�k���'�u'$�"�1.���@��°�^"�$��-�"�i'�:�'��^r����-�;��r*��"�°d��x d;���^k�°�4.� ���°, shall warrant, ar�nt al]work g;ried u�re�� do thisj.m���� �ga"u;g:�wu�����...�x�w��l �wm� �����gu�i�uw gu�w��,. m� g„ggrwt 6wug,g.i,.�..r'q[ l"rg gmlllMgl tws�,l"cwM�tmg^�lilu�elwu._g.1. �uu�� defects in niateri .ls or ��r�wrkniatisl��l� wgp�l�ec 'I�g� �lmusau�� r" ���� .,1���1��w�shall�_�a�vw� corrected - END OF SECTION - III-A-12 Agreement No. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 RESERVOIR RECORD DRAWINGS Agreement No. 7436 r F a J — � I� �w r� tl " c w � v e r �. 1 ` } a v dd y o, •at Wn .., .. u 1 7 a , r:W. ,. y w, 2-7 w . a�. x n F 0 y Al ^rc oN no Ili a / :�wvi f r i '1' .�... .,. 4 r " o t � Agreement No. 7436 � f true i a sP, Z big i W r CX d+ � Y r' waN.—.^"^m� �rw"o.y.'rW^.�'. �.e•�.,y5.."D4 7r 4p ry4 o .? ..,......,. p « N wb r 6 a✓ t 4 � t� LLI pa_ �ti �prF y X 44 i.rn, 'b IT W{ C� n W. it � dr.{I I .—... " ^ ...�.mm.� �83 rt 5.i � d'Ar F u g J. ,n^F .. wn Frn L• 1� tlu.V 9 wq k„'d1A x Ixl rrkv� ul:I..,Iwm �SwIS Invo _... eK � � � ,✓"' I &+!!A J #�A 0 � b " T, n� 4 "� � ��y uuw<"�, 4'`� .- a 7 "u„ A.d �i I V ,•pl- r ....,,,w',w. a iY k', }Y` 5"104 ... ANI W - - f f ' I E 1 r I S 11 f wm Im. a , d 9 „M + t , w m p f „ „ e , e , tR „ S haw r � x YuA{{C e. n I env aNva.4s .� I. A170/ei Q Irv: Agreement No. 7436 APPENDIX G ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 CITY TEMPORARY WATER METER DOCUMENTS Agreement No. 7436 W aa TEMPORARY CONSTRUCTION METER INSTRUCTIONS What is a temporary meter and why would I need one? A temporary meter is a 3" hydrant water meter which supplies water to construction sites. What is the process of renting a temporary construction meter? 1. Decide what fire hydrant can be used to provide water to your site. 2. Call the Water Division at (310) 524-2745 to verify that the chosen fire hydrant will work for the site and the city. If the location of the fire hydrant is not available, the Water Division will try to suggest other fire hydrants surrounding your site. 3. The Water Division will then send a "Temporary Meter Application" form to gather information for billing purposes and to set up a new temporary water meter account. Once the account is established a water bill will be generated with the startup temp meter fees: a. $156.00 for the activation and installation of the temporary meter and b. $1,444.00 for the refundable temporary water meter deposit 4. The invoice can be paid with a customer service representative over the telephone or by going to City Hall with payment and obtaining a receipt. 5. Once paid for, contact the water division to schedule the placement of the water meter. The technician will go out and lock the temporary meter to the agreed fire hydrant. 6. When it is time to return the temporary meter, call the water division to coordinate pick up. A water technician will pick up the meter and get a final read, then the account will be processed and closed. 7. A closing bill will be generated and sent to your company. If there is any billing amount owed to El Segundo it will automatically be deducted from the initial deposit during the closing bill process. Any remaining due balances will be billed or any credit balances refunded. 7/6/2023 REVISED Agreement No. 7436 EL SEGUNDO BL#: WATER DIVISION -TEMP METER APPLICATION SITE/JOB ADDRESS: # DATE: CUSTOMER NAME: CONTACT NAME: BILLING ADDRESS: PHONE #: CITY, STATE, ZIP CODE: EMAIL: __.......................... .. .......... "CAILIL WAT1f R DIVISION TO SMR"T "FIE VIIP MT::TT.If PTiQ.Df:lf SS AIIV'IC:D Oaf.Ih ET JII E,'THE IINSTAILIIATION IDATE (310) ` 24-2745 IVI F 6- PI10 ............... EDEN TEMPORARY WATER METER SERVICE ACTIVATION/INSTALLATION $167.00 .... __..................... ACCT # �. _...__.. �--� °�°*RE UIN D�fIBLE IDp IkOSH WILL IBIS �auplpu IIo uD r�.D TEMP —METER REFUNDABLE BY EDEN CLOSING V� AI E Ifd BILL I9B"eEFDN E If�� � H..Dll�ll.:; REFUND D I S ISSUED** DEPOSIT $1,444.00 n ACCT # WATER ACCOUNT ASSIGNED TO THIS PROJECTS TEMP METER — EDEN ACCT #: MISCELLANEOUS WATER COST: 49 MISCELLANEOUS H2O MATERIALS: # _.. ............ .... .... —..._ ........ TOTAL FEE SPECIAL NOTES/SIGNATURE OF RECEIPT: AMOUNT: L . . ............. CREDIT CARD FEE 2.9%: - ....................... Water Division email: ..- GRAND TOTAL: h2oin uiries else undo.o _„ .. Fill out the highlighted portion of this application. Send application to the water division via email so that a water bill invoice can be created. You will receive an email with your account information. You will then need to make payment either over the telephone with a CSR or by walking payment into the cashier at City Hall. *Payment can be taken over the telephone by a Customer Service Representative.. o You may call (310) 524-2319 to submit the payment. *Payment can also be done at City Hall. • City of El Segundo 350 Main St El Segundo, CA 90245 *Once paid, call the water division to arrange placement of the meter:(310) 524-2745 7/1/2025 REVISED Agreement No. 7436 CONTRACT DOCUMENTS PLANS & SPECIFICATIONS FOR ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT"" NO.: PW 25-12 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 TUESDAY, JULY 22, 2025, AT 10:00 AM CITY HALL COURTYARD (SEE NEXT PAGE FOR LOCATION MAP) 350 MAIN STREET EL SEGUNDO, CA 90245 BIDS DUE WEDNESDAY, AUGUST 6, 2025 AT' 11:00 AM Agreement No. 7436 MANDATORY PRE -BID MEETING LOCATION: Agreement No. 7436 BIDS WILL BE RECEIVED UP TO THE HOUR OF 11:00 A.M. WEDNESDAY, AUGUST 6, 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. 7436 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. 7436 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-I 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-I 1 I-E-1 TO E-3 F. MATERIAL AND LABOR BOND I-F-1 TO F-3 Agreement No. 7436 SECTION II — GENERAL REQUIREMENTS PAGE A. GENERAL SPECIFICATIONS II-A-1 TO A-2 I. 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-2 6. SOUND CONTROL II-A-2 7. AIR POLLUTION CONTROL II-A-2 8. WORKER UNIFORMS II-A-2 B. GENERAL PROVISIONS II-B-1 TO B-35 0-0 STANDARD SPECIFICATIONS II-B-1 0-1 GENERAL II-B-1 0-2 NUMBERING OF SECTIONS II-B-1 1-2 DEFINITIONS II-B-1 1-2.1 ADDITIONAL DEFINITIONS II-B-I 1-3 ABBREVIATIONS II-B-2 1-6 BIDDING AND SUBMISSION OF THE BID II-B-3 1-6.1 GENERAL II-B-3 1-6.2 ADDITIONAL RESPONSIBILITY II-B-4 1-7.2 CONTRACT BONDS II-B-4 2-0 SCOPE OF WORK II-B-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 11 Agreement No. 7436 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 ff 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. 7436 6-4.2 EXTENSIONS OF TIME II-B-24 6-4.3 PAYMENT FOR DELAYS TO CONTRACTOR II-13-24 6-4.4 WRITTEN NOTICE AND REPORT 11-B-25 6-7 DEFAULT BY CONTRACTOR II-B-25 6-7.1 GENERAL 11-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 11-13-26 7-0 MEASUREMENT AND PAYMENT 11-13-27 7-2 LUMP SUM WORK II-B-27 7-3 PAYMENT I1-13-27 7-3.2 PARTIAL AND FINAL PAYMENTS 11-13-27 7-3.2.1 FINAL PAYMENT AND TERMINATION OF AGENCY LIABILITY 11-13-29 7-3.3 DELIVERED MATERIALS II-B-29 7-4 PAYMENT FOR EXTRA WORK II-B-29 7-4.2 BASIS FOR ESTABLISHING COSTS II-B-29 7-4.3 MARK UP II-B-29 7-4.4 DAILY REPORTS BY CONTRACTOR I1-B-30 7-4.5 DISPUTES AND CLAIMS PROCEDURE II-B-30 7-4.5.1 GENERAL 11-B-26 7-4.5.2 FORM AND CONTENT 11-13-26 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-13-28 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 I1-13-29 7-4.5.9 WHEN ARBITRATION DECISION BECOMES BINDING I1-B-30 7-4.5.10 APPEAL TO SUPERIOR COURT; WAIVER 11-13-30 OF JURY TRIAL 7-4.5.11 AB 626 CLAIMS; PROCESS II-13-30 402-0 UTILITIES II-13-36 402-2 PROTECTION II-B-36 402-2.1 INCORRECT LOCATION OF UTILITIES 11-B-36 402-4 RELOCATION 1I-B-36 402-4.1 RESPONSIBILITY OF UTILITY REMOVAL II-B-36 OR RELOCATION 402-5 DELAYS 11-13-36 402-5.1 CALCULATING IDLE TIME 11-13-36 IV Agreement No. 7436 SECTION III — SPECIAL PROVISIONS PAGE III-A-1 TO A-12 SECTION IV — MEASUREMENT AND PAYMENT PAGE IV-A-1 TO A-4 ATTACHMENTS APPENDIX A — TECHNICAL SPECIFICATIONS APPENDIX B — PLANS APPENDIX C — GEOTECHNICAL REPORT APPENDIX D — CITY CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT PLAN (WMP) FORM APPENDIX E — NO PARKING SIGN STANDARD v Agreement No. 7436 NOTICE INVITING SEALED BIDS FOR THE ABANDONED RESERVOIR DEMOLITION PROJECT IN THE CITY OF EL SEGUNDO PROJECT NO.: PW 25-12 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, AUGUST 6, 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 furnishing all materials, tools, equipment, labor, supervision, incidentals, and related work as required in the specifications, plans, contract documents for the following project: "Abandoned Reservoir Demolition Project", on file with the City's Public Works Department. Work on the Project must be performed in strict conformity with Specifications No. PW 25- 12 as adopted by the El Segundo City Council on July 1, 2025, which is filed with the Public Works Department. Plans, Specifications, Contract Documents and Engineer's estimate are available are electronically via 1itlp,5m/'/.ww.ellse�dq,,pl �gL)ver1ini elltwdde a tram c%1i�. wos k�-bid, A pre -bid meeting is scheduled for Tuesday, July 22, 2025, at 10:00 am, at the City Hall Courtyard, 350 Main Street, El Segundo, CA 90245. Bidders' attendance at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on Thursday, July 24 to 1,tJp / r sw .elm g l o.o overgment/d,j rtrllcrrls blic-wool / .cl lest- tic_. 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 http://www.dir.ca.gov. Note that the Project is subject to compliance monitoring and enforcement by California I-A-1 Agreement No. 7436 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. 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 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: I-A-2 Agreement No. 7436 "SEALED BIDS FOR PROJECT NO.: PW 25-12 ABANDONED RESERVOIR DEMOLITION 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". 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 I" day of July 2025. CITY OF EL SEGUNDO, CALIFORNIA Susan Truax, City Clerk I-A-3 Agreement No. 7436 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- I Agreement No. 7436 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 litt as.//wwiv.elsc iandlo-or / Ovem-nment/dt )artnients/Sul lic-wvorks/reg crest- 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: G vv c flrraclo.rr�vrrr�errtlmprr ttents/rrulli atl /icc crest-? Il it vwerh -hi Responses to all questions will be provided in writing to all Bidders in I-13-2 Agreement No. 7436 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, Thursday, July 24, 2025 Questions Answered by 5:00 pm, Wednesday, July 30, 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. PRODUCT SUBSTITUTIONS. No substitutions will be considered before award of Contract. Substitutions will only be considered after award of the Contract and as provided for in the Contract Documents. SUBCONTRACTORS. 6.1 Each Bidder will list in the Bid Form all first -tier Subcontractors that will perform work, labor or render such services. The Bid Form contains spaces for the following information when listing Subcontractors: (1) Work Activity; (2) name of Subcontractor; (3) city of Subcontractor's business location. Failure to list any of these items on the Bid Form will result in the City treating the Bid as if no Subcontractor was listed for the Work and that Bidder represents to the City that it is fully qualified to perform that portion of the Work and will perform do so. 6.2 Subcontractors listed in the Bid Form will only be substituted after the Bid Deadline with the City's written consent in accordance with California law. 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. 7436 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 tvnewritten 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 Agreement No. 7436 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 PROJECT NO.: PW 25-12 ABANDONED RESERVOIR DEMOLITION PROJECT IN THE CITY OF EL SEGUNDO. 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 :", Agreement No. 7436 action thereby agree to each and all of the terms, conditions, provisions, and 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 I-B-6 Agreement No. 7436 Professions Code. 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 I-B-7 Agreement No. 7436 14.7 RM 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 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. 7436 PROPOSAL FOR THE ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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. 7436 E,-Q JA.L ESV PL,OYMENT OPP RTUNYrY 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. NONCO.LLUSION DECLARATION 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. 7436 BID SCHEDULE ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: Note: Bid Item work is elaborated in detail in the Pi°tectla[s and secilications. INOM DESCRIPTION UNIT QTy UNIT PRICE AMOUNT BASE BID ITEMS 1 Mobilization/ Demobilization LS 1 $ $ 2 Clearing and Grubbing LS ...... .�... 1 .... $ $ _ �..._ ........... ....... Demolition of Abandoned Concrete 3 Reservoir including Walls, Slabs, Steps, LS 1 $ $ and S illwa s Locate, Demolish, and Cap Abandoned LS 1 $ $ Utilities and Connections 5 Excavation (Cut) of Earth Material CY 3,159 $ $ 6 Over -excavation and Subgrade Cy 1 950 , $ $ Preparation for Areas Receiving Fill 7 Placement and Compaction of Fill CY 1,973 $ $ 8 Export of Excess Earth Material ......... ._... .. ......... CY _ ..._ ... 1,186 $ ........ $ ......... 9 Fine Grading SF 35,000 $ $ 10 Furnish and Install Storm Drainage ....... LS 1 $ .... $ 11 Temporary Fence Maintenance MONTH 6 $ $ Post -Construction � 12 Miscellaneous Improvementsmmas LS 1 $10,000 $10 ,000 Determined Necessary by the Engineer I-C-3a Agreement No. 7436 TOTAL BASE BID (#1 thru #12) _ TOTAL BASE 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-3b Agreement No. 7436 BIDDER'S INFORMATION Company Name:..._.._ BIDDER certifies that the following information is true and correct: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) If corporation, State of Incorporation (i.e., California) Business Street Address Telephone No. Email Address State Contractor's License No. and Class Original Date Issued Expiration Date Contractor's Department of Industrial Relations (DIR) Information: Registration No. . Expiration Date _ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having principal interest in this proposal: The date of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal is as follows: All current and prior DBA's, aliases, and/or fictitious business names for any principal having an interest in this proposal are as follows: I-C-4 Agreement No. 7436 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-5 Agreement No. 7436 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this day of .........._,,, m 20._,. BIDDER NAME AND CONTACT INFORMATION Bidder Signature: Subscribed and sworn to this day of „ 20,. NOTARY PUBLIC I-C-6 Agreement No. 7436 PROPOSAL GUARANTEE BID BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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-7 Agreement No. 7436 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 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 _w, 20 , at Signature Typed Name Title Company Name (insert City and State where Declaration signed), I-C-8 Agreement No. 7436 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 of , 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 at [City], �.,Jstate]." Dated this day of $ 20 Name Title Signature I-C-9 Agreement No. 7436 WORKER'S COMPENSATION CERTIFICATION Section 1861 OF THE LABOR CODE (Workers' Compensation) Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his/her PROPOSAL, shall sign the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Signature of Bidder: Title: Business Name: Business Address: Telephone Number: Dated this day of ........ ....................... —> 20� - W_.• I-C-10 Agreement No. 7436 BIDDER'S CERTIFICATION OF SUBCONTRACTORS ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Company Name: 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 - rm that rlion of the work itself Subcontractor's Description of Contractor Portion of License No. & Work Name of DIR Subcontracted Estimated Subcontractor Address Registration No. $ Amount (Number and Street) (CSLB #) ........ ...... __ _..... (City, Zip Code) (DIR #) ... ._....... .w_ (Make copies of this page if additional space is needed) Signature of Bidder Date I-C-1 I Agreement No. 7436 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: iJ 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: 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? _. 3. Project Title: I-C-12 Agreement No. 7436 Location: 1\QlllV allu nUUi GJJ Vl UMB-11 Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $ _ Date completed: Amount of work done by my/our firm under contract $ Did your firm have any financial interest in Project? 4, Project Title: Location: Name and address of owner Name, current telephone number, and email of person familiar with project Type of Work: Contract amount: $___ITITITITIT__ ...� Date completed: Amount of work done by my/our firm under contract $ Did your firm have any financial interest in Project? „ 5. Project Title: Location: UII%L aIL%LL l..lJ VI V W 11G1 Name, current telephone number, and email of person familiar with project I-C-13 Agreement No. 7436 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-14 Agreement No. 7436 BIDDER'S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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-15 Agreement No. 7436 INSURANCE REQUIREMENTS [MUST BE SUBMITTED WITH PROJECT PROPOSAL] ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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 lt��tlraztce 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:VIl." 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 "nonresponsive." Date I-C-16 Bidder's Signature Agreement No. 7436 END PROPOSAL SECTION I-C-17 Agreement No. 7436 PUBLIC WORKS AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND [CONTRACTOR] ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 This CONTRACT is entered into this day of _, 20, ("Effective Date") by and between the City of El Segundo, a municipal corporation and general law city ("City") and [Entity Name], a [Location and type of entity, e.g., a California corporation] ("Contractor"). 1. WORK. A. The Contractor shall perform all work required by and set forth in the Contract Documents (the "Work") in a good and workmanlike manner for the project identified in the Contract Documents, as attached hereto and incorporated by reference. The Contractor agrees to perform additional work arising from changes ordered by the City in accordance with the Contract Documents. B. The Contractor shall furnish all of the labor; supplies and materials; equipment; printing; vehicles; transportation; office space and facilities; all tests, testing and analyses; and all matters whatsoever (except as otherwise expressly specified to be furnished by the City) needed to perform and complete the Work and provide the services required of the Contractor by the Contract Documents. C. The Contractor and the City agree to abide by the terms and conditions contained in the Contract Documents. "Contract Documents" means this Contract and the following, as applicable: • Notice Inviting Bids; • Instructions to Bidders; • Supplementary Instructions to Bidders; • Bid Proposal and Bid Bond; • Standard Specifications; • Supplementary Conditions; • Exhibits; • Insurance Requirements; • Labor and Material Payment Bond; • Performance Bond • Technical Specifications; • List of Drawings; I-D-1 Agreement No. 7436 • Drawings; • Addenda; • Notice to Proceed; • Change Orders; • Notice of Completion. "Contract Documents" also includes all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. The Contract Documents constitute the complete agreement between the City and the Contractor and supersede any previous agreements or understandings. 2. CONTRACT SUM. In consideration of the services rendered hereunder, the City shall pay the Contractor a sum not to exceed amount of ($ ) ........... for the Work in the manner set forth in the Contract Documents, in accordance with the prices set forth therein. Contractor shall provide City with a monthly invoice for current completed work. The City shall make payments within thirty-five (35) days after receipt of the Contractor's undisputed and properly submitted invoice, including an updated schedule of work. The City shall return to the Contractor any invoice determined not to be a proper payment request as soon as practicable, but not later than seven (7) days after receipt and shall explain in writing the reasons why the payment request is not proper. Contractor shall have seven days from written notice of improper payment request to submit a revised request satisfactory to the City. Payment for a properly revised payment request shall then be paid by the City within a reasonable period thereafter. 3. SECURITIES AND BONDS. Within ten (10) working days of the Effective Date of this Contract, the Contractor shall furnish a labor and material payment bond in an amount equal to one hundred percent (100%) of the Contract Sum, and a faithful performance bond in the amount equal to one hundred percent (100%) of the Contract Sum. Said bonds shall be secured from a surety company admitted and authorized to do business in California as such and satisfactory to the City. Upon filing the Notice of Completion, the Contractor shall be required to maintain a labor and material payment bond for a period of seven (7) months. Additionally, the faithful performance bond amount shall be reduced to an amount equal to fifteen percent (15%) of the Contract Sum and shall remain in effect until the end of all warranty periods set forth in the Contract Documents, or, if no warranty period is specified, for a period of twelve (12) months after fling of the Notice of Completion. (Note: Securities are not required if Contract Sum is less than $25,000.) 4. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, Contractor will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: I-D-2 Agreement No. 7436 �vp .Insurance Commercial general liability: Business automobile liability Workers Compensation Limits $2,000,000 per occurrence $1,000,000 per occurrence Statutory Requirement (only if Contractor has employees) *The city has the option to increase the limits as required for more complex and major waterworks, sanitation, and road pavement projects. B. Commercial general liability ("CGL") insurance must meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01 04 13, or equivalent, covering CGL on an "occurrence" basis, including property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. C. For automobiles, the insurance must meet or exceed the requirements of Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), or, if Contractor provides proof of a personal automobile policy, such personal policy must include and indicate business venture coverage with limits no less than $1,000,000 per accident for bodily injury and property damage. If Contractor has no owned autos, Code 8 (hired) and 9 (non -owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be included in coverage. D. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name 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 City will be excess thereto. City's additional insured status will apply with respect to liability and defense of suits arising out of Contractor's acts or omissions. Such insurance will 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 City, and the notice must include any necessary endorsement to facilitate such notice to City. E. Required Insurance Endorsement Language:. I-D-3 Agreement No. 7436 Additional Insured Endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds." Cancellation Endorsement with this language: "The City of El Segundo will receive thirty (30) days written notice in the event of cancellation, nonrenewed or reduction." HL Primary and Non -Contributory Endorsement with this language: "Coverage is primary and non-contributory such that any other insurance that may be carried by the City will be excess thereto." F. Contractor will furnish to City valid Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, a copy of an Additional Insured endorsement confirming CITY has been given Additional Insured status under the Contractor's General Liability policy, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." G. Should Contractor, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at Contractor's expense and deduct the cost of such insurance from payments due to Contractor under this Agreement or terminate pursuant to Section 7. 5. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work by �ITIT_ ("Project Completion Date"). The Contract Documents will supersede any conflicting provisions included on the Notice to Proceed issued pursuant to this Contract. B. The Contractor may not perform any Work until: 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 and Notice to Proceed. C. By signing this Contract, the Contractor represents to the City that the Project Completion Date is reasonable for completion of the Work and that the Contractor will complete the Work by that date. D, Should the Contractor begin the Work before receiving written authorization to proceed, any such Work is at the Contractor's own cost and risk. I-D-4 Agreement No. 7436 6. DELAYS AND EXTENSIONS OF TIME. A. General. Unless otherwise agreed in writing, an adjustment to the Project Completion Date by reason of a Change Order shall be agreed to at the time the Change Order is issued and accepted by Contractor. B. Extensions of Time. In the event it is deemed appropriate by the City to extend the time for completion of the Work, any such extension shall not release any guarantee for the Work required by the Contract Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds executed. In executing such Bonds, the Sureties shall be deemed to have expressly agrees to any such extensions of time. The amount of time allowed by an extension of time shall be limited to the period of the delay giving rise to the same as determined by the City. Notwithstanding any dispute which may arise in connection with a claim for adjustment of the Project Completion Date, the Contractor shall promptly proceed with the Work. C. Payment for Delays. Notwithstanding any other terms and conditions of the Contract Documents, the City shall have no obligation whatsoever to increase the Contract Sum or extend the time for delays. Unless compensation and/or markup is agreed upon by the City, the Contractor agrees that no payment of compensation of any kind shall be made to the Contractor for damages or increased overhead costs caused by any delays in the progress of the Contract, whether such delays are avoidable or unavoidable or caused by any act or omission of the City or its agents. Any accepted delay claim shall be fully compensated for by an extension of time to complete the performance of the Work. 7. TERM AND TERMINATION. The Contract is effective as of the Effective Date stated in the first paragraph of this Contract and shall remain in full force and effect until the Contractor has fully rendered the services required by the Contract Documents or the Contract has been otherwise terminated by the City. However, some provisions may survive the term of the Contract, as stated in those provisions. City may terminate this Contract at any time, at will, for any reason or no reason, after giving written notice to Contractor at least ten (10) calendar days before the termination is to be effective. If City defaults under this Agreement, and if City has not cured the default within thirty (30) calendar days after Contractor has given City notice of the event of default. Contractor may terminate this Contract for cause after giving written notice to City at least thirty (30) calendar days before the termination is to be effective. Contractor shall cease all work under this Contract on or before the effective date of termination specified in the notice of termination. Contractor shall be paid for services satisfactorily rendered to the last working day this Contract is in effect and Contractor shall deliver all materials, reports, documents, notes or other written materials compiled through the last working day this Contract is in effect. In no event shall Contractor be entitled to receive more than the maximum compensation set forth in this Contract that I-D-5 Agreement No. 7436 would be paid to the Contractor for the full performance of the services required by this Contract. Neither party shall have any other claim against the other party by reason of such termination. In the event the City terminates the Contract, Contractor shall be reimbursed for all unavoidable and unmitigable costs resulting from such termination, in addition to the compensation for all work completed up until the effective date of the termination of the Contract. 8. PERMITS AND LICENSES. Before starting any construction work, the Contractor will be required to obtain all necessary permits, licenses or certificates from the City and shall maintain such permits, licenses and certificates required to complete the Work until the Project Completion Date. Contractor shall bear all costs for fees for all agencies except for the City's permit fees. 9. COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for coordinating all Work with the City's Street sweeping, trash pick-up, and street maintenance contractors, emergency services departments, utility company crews, and others when necessary. Payment for conforming to these requirements shall be included in other items of Work, and no additional payment shall be made thereof. 10. EXTRA WORK. New and unforeseen work will be classified as Extra Work only when the Work is not covered and cannot be paid for under any of the various items or combination of items for which a Bid price appears on the Bid. The Contractor shall not do any Extra Work except upon written order from the City Manager. 11. ASSIGNMENT. Any purported assignment without written consent of the City shall be null, void, and of no effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers, officials, employees, agents and representatives with respect to any claim, demand, or action arising from or relating to any unauthorized assignment. If the city opts to consent to assignment, the City's consent shall be contingent upon: (1) a letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee without any reduction, or the assignee supplying all new Bonds in the amounts originally required under the Contract Documents; and (2) the assignee supplying all of the required insurance in the amounts required in the Contract Documents. Until the Surety assigns all of the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of the required insurance, an assignment otherwise consented to in writing by the City shall not be effective. Even if the City consents to assignment, no assignment shall relieve the Contractor from liability under the Contract. 12. INSPECTION. The Contractor shall arrange and pay for all off -site inspection of the Work required by any ordinance or governing authorities. The Contractor shall also arrange and pay for other inspections, including tests in connection therewith, as may be assigned or required. 13. WORKSITE MAINTENANCE. I-D-6 Agreement No. 7436 A. General. Clean-up shall be done as Work progresses at the end of each day and thoroughly before weekends. The Contractor shall not allow the Work site to become littered with trash and waste material but shall maintain the same in a neat and orderly condition throughout the construction operation. Materials which need to be disposed shall not be stored at the Work site but shall be removed by the end of each working day. If the job site is not cleaned to the satisfaction of the City Manager, the cleaning will be done or contracted by the City and shall be back -charged to the Contractor and deducted from the Contract Sum. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complies with the foregoing requirements for final clean-up of the Work site. B. Storage of Equipment and Materials. The Contractor shall make arrangements for storing its equipment and materials. The Contractor shall make its own arrangements for any necessary off -site storage or shop areas necessary for the proper execution of the Work. Approved areas within Work site may be used for temporary storage; however, the Contractor shall be responsible for obtaining any necessary permits from the City. Construction materials and equipment shall not be stored in streets, roads, or highways unless otherwise approved by the City Manager. C. All costs associated with the clean-up and storage required to complete the Work shall be the sole responsibility of the Contractor. 14. WARRANTY. For purposes of the calculation of the start of the warranty period, the Work shall be deemed completed upon the date of the Notice of Completion. If that direction is contingent on the completion of any items remaining on a punch list, the Work shall be deemed to be completed upon the date of the City Manager's acceptance of the final item(s) on the punch list. The Contractor shall repair or replace defective materials and workmanship at its own expense. Additionally, the Contractor agrees to defend, indemnify, and hold harmless the City from claims or any kind arising from damage, injury, or death due to such defects. The parties agree that no certificates given shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective Work or improper materials. Further, the certificate or final payment shall not terminate the Contractor's obligations under the warranty herein. 15. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the final acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements, criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make I-D-7 Agreement No. 7436 good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, shall properly store and protect them if necessary, and shall provide suitable drainage and erect temporary structures where necessary. The Contractor is prohibited from performing work with a subcontractor who is debarred pursuant to Labor Code §§ 1777.1 or 1777.7. 16. DISPUTES. Disputes arising from this contract will be determined in accordance with the Contract Documents and Public Contracts Code §§ 10240-10240.13. 17. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City will promptly inform the Contractor regarding third -party claims against the Contractor, but in no event later than 10 business days after the City receives such claims. Such notification will be in writing and forwarded in accordance with the "Notice" section of the Contract Documents. As more specifically detailed in the Contract Documents, the Contractor agrees to indemnify and defend the City against any third- party claim. 18. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. 19.OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by the Contractor under the Contract Documents are the City's property. The Contractor may retain copies of said documents and materials as desired, but will deliver all original materials to the City upon the City's written notice. 20. INDEMNIFICATION. To the maximum extent permitted by law, the Contractor hereby agrees at its sole cost and expense, to defend, protect, indemnify, and hold harmless the City, its elected and appointed officials, officers, employees, volunteers, attorneys, agents (including those City agents serving as independent contractors in the role of City representative), successors, and assignees (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, charges, obligations, damages, causes of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in connection with or resulting from any act, failure to act, error or omission of the Contractor or any of its officers, agents, attorneys, employees, subcontractors, material supplies or any of their officers, agents or employees and/or arising out of, incident to, related to, in connection with or resulting from any term, provision, image, plan, covenant, or condition in the Contract Documents, including, without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment, award or decree I-D-8 Agreement No. 7436 that may be rendered against any of the Indemnitees as to any such Claim. The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the Contractor or Indemnitees. This indemnity shall apply to all claims regardless of whether any insurance policies are applicable or whether the Claim was caused in part or contributed to by an Indemnitee. 1onwai ver oITR i its. Indemnitees do not and shall not waive any rights that they may possess against the Contractor because the acceptance by the City or the deposit with the city of any insurance policy or certificate required pursuant to these Contract Documents. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully indemnify Indemnitees against any such negligence. Waiver f Rieht of Sobrpg tton. The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. Survival. The provisions of this Section 20 shall survive the term and termination of the Contract, are intended to be as broad and inclusive as is permitted by the law of the State, and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against the Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 21. NONDISCRIMINATORY EMPLOYMENT. The Contractor shall not unlawfully discriminate against any individual based on race, religion, creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender identity, gender expression, age, sexual orientation, or military and veteran status. The Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 22. PREVAILING WAGES. In accordance with Labor Code § 1770 et seq., the Project is a "public work" to which prevailing wages apply. The Contractor and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations ("DIR") regarding the prevailing wage rate of per diem wages. The Contractor shall post a copy of the DIR's determination of the prevailing rate of per diem wages at each job site. The project is subject to compliance monitoring and enforcement by the DIR. 23.INDEPENDENT CONTRACTOR. The City and the Contractor agree that the I-D-9 Agreement No. 7436 Contractor will act as an independent contractor and will have control of all work and the manner in which it is performed. The Contractor will be free to contract for similar service to be performed for other employers while under contract with the City. The Contractor is not an agent or employee of the City and is not entitled to participate in any pension plan, insurance, bonus or similar benefits the City provides for its employees. Any provision in this Contract that may appear to give the City the right to direct the Contractor as to the details of doing the work or to exercise a measure of control over the work means that the Contractor will follow the direction of the City as to end results of the work only. 24. CONFLICTS OF INTEREST. Contractor and its employees, associates and subcontractors, if any, shall comply with all California conflict of interest statutes applicable to Contractor's Work under this Contract, including, but not limited to the Political Reform Act (Gov. Code § 81000 et seq.) and Government Code § 1090. 25. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three years after termination or final payment under the Contract Documents. 26. NON -WAIVER OF TERMS, RIGHTS AND REMEDIES. Waiver by either party of any one or more of the conditions of performance under the Contract Documents shall not be a waiver of any other condition of performance under the Contract Documents. In no event shall the making by the City of any payment to the Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default that may then exist on the part of the Contractor, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 27. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: To Contractor: To City: Attn: _ _ ........... Attn: Dept.: _ _ Dept.:.. Address: Address: Phone: Phone: Email: Email: Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid I-D-10 Agreement No. 7436 and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 28. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. 29. INTERPRETATION. This Contract was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Contract will be in Los Angeles County. 30. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of the Contract Documents, precedence will be as determined in the Standard Specifications. 31. SEVERABILITY. If any portion of the Contract Documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Contract will continue in full force and effect. 32. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 33. ENTIRE AGREEMENT. This Contract, including the Contract Documents and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Contract may not be modified or amended, not any provisions or breach waived, except in a writing signed by both parties that expressly refers to this Contract. 34. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Contract may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code § 16.5, the Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. Contractor warrants that its signatory (or signatories, as applicable) to I-D-I I Agreement No. 7436 this Agreement has the legal authority to enter this Agreement and bind Contractor accordingly. 35. COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof will be construed as both covenants and conditions, the same as if the words importing such covenants and conditions had been used in each separate paragraph. 36. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of reference only and will not affect the interpretation of this Contract. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. [Signatures on following page.] I-D-12 Agreement No. 7436 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 By: David King, City Attorney Insurance Reviewed by: I-D-13 Name: Title: Name: Title: Taxpayer ID No. Contractor State License No. Contractor City Business License No. Agreement No. 7436 FAITHFUL PERFORMANCE BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 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 �OI..LARS_,and cents, lawful money of the United States, which may be increased or decreased by a rider hereto executed in the same manner as this bond, for the payment of which sum PRINCIPAL and SURETY bind themselves, their successors, and assigns, jointly and severally, by this instrument. PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 25-12, and the Public Works contract executed with such Specifications. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. PW 25-12, a copy of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 25-12) 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. 7436 completion and acceptance by CITY. Should PRINCIPAL fail to correct its work against any defective work, labor, or materials, 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. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 25-12 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 one (1) year following 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. 7436 SIGNED AND SEALED this day of _ _ _.. ................ ............................. _1 20 PRINCIPAL'S PRESIDENT SURETY's PRESIDENT PRINCIPAL's SECRETARY SURETY'S SECRETARY PRINCIPAL's MAILING SURETY's MAILING ADDRESS: 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. 7436 LABOR AND MATERIALS BOND ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 Bond No. Bond Fee: as principal - ("PRINCIPAL") and . .......................... _....._.. _ITITIT_ , 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 and cents, 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 SPECIFICATIONS NO. PW 25-12 ("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 25-12, and the Public Works contract executed for such Specifications, copies of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. PW 25-12), which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. 2. PRINCIPAL will pay all contractors, subcontractors, and persons renting equipment. 3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, on, for or about the performance of the Public Project, and will pay for all work and labor I-F-1 Agreement No. 7436 thereon. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code ("ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. PW 25-12, or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following TWO (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or authorizing the persons executing this bond to do so; and B. A certificate issued by the county clerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that SURETY's certificate of authority has not been surrendered, revoked, cancelled, annulled, or suspended, or in the event that it has, that renewed authority has been granted. 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-F-2 Agreement No. 7436 SIGNED AND SEALED this day of PRINCIPAL's PRESIDENT PRINCIPAL's SECRETARY 20 SURETY's PRESIDENT SURETY's SECRETARY PRINCIPAL's MAILING ADDRESS: SURETY's MAILING ADDRESS: NOTE: (1) ALL signatures must be acknowledged by a notary public. Return one (1) original to City Clerk's Office. I-F-3 Agreement No. 7436 SECTION It - 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 Subcontractors will obtain appropriate insurance and a City Business License before execution of the construction contract. 3. EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and Subcontractors, or their representatives, will be filed with the City Engineer and the City Police Department BEFORE PERFORMING WORK. 4. FURNISHING OF WATER Water necessary for the prosecution of the work as herein specified will be furnished by the City in the following manner: The Contractor will deposit with the City Water/Wastewater Division the sum of One Thousand Four Hundred Forty -Four Dollars ($1,444.00) to insure against damage to a 2 '/z" 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 and Fifty -Six Dollars ($156.00) will be charged to the Contractor upon activation of the temporary meter. All water used from the temporary meter 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 the City to relocate the temporary meter to another hydrant. Cost of water to be used shall be included in the Contract bid price of the items of work relevant to its use. II-A-1 Agreement No. 7436 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. 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 Subcontractor shall wear the appropriate safety apparel as required by the latest edition of the Work Area Traffic Control Handbook (WATCHBOOK) while working in the public right -of way. Workers shall wear the correct Class visibility apparel for the speed zone working in, as required in the WATCHBOOK. II-A-2 Agreement No. 7436 CITY OF EL SEGUNDO PUBLIC WORKS DEPARTMENT SUPPLEMENTAL PROVISIONS PART 1 GENERAL PROVISIONS SECTION 1 - GENERAL 0-0 STANDARD SPECIFICATIONS 0-1 GENERAL Except as modified by these Supplemental Provisions, the provisions of the latest edition of the "Standard Specifications for Public Works Construction" ("Greenbook") and its supplements prepared and promulgated by Public Works Standards, Inc. Public Works, 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 TERMS AND DEFINITIONS Add or delete the following to Subsection 1-2 of the Greenbook. Acceptance — In the context of "acceptance" of the work, the date on which the City Council accepts the Work as complete. City - City of El Segundo 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. Engineer - The City Engineer, or designee, as defined in the Greenbook. Unless II-B-1 Agreement No. 7436 otherwise provided, all correspondence and decisions made relative to the contract will be by the City Engineer or his designated representative. 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. State Standard Specifications - State of California Standard Specifications, latest edition and supplements, California State Transportation Agency, Department of Transportation (Caltrans) Working Days - A working day is defined as any day, except Saturdays, Sundays, legal holidays and days when work is suspended by the Engineer (non -working), as provided in Subsection 6-3 TIME OF COMPLETION. 1-3 ABBREVIATIONS Add the following to Subsection 1-3 of the Greenbook. 1-3.1 Common Usage Public Works Public Works NTP Notice to Proceed WATCH Work Area Traffic Control Handbook SSPWC Standard Specifications for Public Works Construction by Public Works Standards, Inc. CITY City of El Segundo 1-3.2 Institutions AAN American Association of Nurserymen AGC Associated General Contractors of America AISC American Institute of Steel Construction APWA American Public Works Association. ASA American Standard Association ASME American Society of Mechanical Engineers IEEE Institute of Electric and Electronic Engineers NEC National Electric Code PCC California Public Contract Code II-B-2 Agreement No. 7436 1-6 E IDDINQ A I U1 M1SS1ON 0F.._'; Fll-; BID Subsection 1-6 Bidding and Submission of the Bid of Greenbook is deleted in its entirety and replaced with the following subsection. 1-6.1 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. 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 II-B-3 Agreement No. 7436 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. 1-6.3 Additional Responsibility Add the following to Subsection 1-6.2 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. 1-7 AWARD AND EXECUTION OF THE CONTRACT 1-7.2 Contract Bonds Delete Paragraph four (4) of the Subsection and insert: The "Performance Bond" shall be for 100% of the Contract Price to guaranty faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. The Faithful Performance Bond and the Labor and Materials Bond must be paid and in effect for one year after the acceptance of the job by the City in accordance with the guarantee required by Subsection 3-13.1. SECTION 2 — SCOPE OF THE WORK 2.1 WORK TO BE DONE Add following subsections: 2-1.1 Access to Project Site Not later than the date designated in the City's Notice to Proceed (NTP), the City will provide access to the real property and facilities upon which the Work is to be performed, in accordance to the Contract Documents for the Contractor's use. 2-1.2 Ownership and Use of Contract Documents II-B-4 Agreement No. 7436 The Contract Documents and all copies furnished to or provided by the Contractor are the City's property and may not be used for other work. 2-2 PERMITS Add the following paragraph to Subsection 2-2: The Contractor will apply for permits required by the City. These permits will be issued on a "no -fee" basis. The Contractor must pay for and obtain all other permits from other governmental and utility agencies necessitated by their operations. All bonding fees, permit, inspection permit fees or other fees, such as, but limited to, overweight and oversized vehicle permit fees, charges and/or required for the completion of the Contract Work must be paid by the Contractor. These costs shall 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. 2-3 RIGHT-OF-WAY Add the following subsection to Subsection 2-3: 2-3.1 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 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 CHANGED CONDITIONS. Delete Subsection 2-9 and replace with the following: 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 of these Supplemental Provisions, 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 time period (thirty (30) days) set forth in Subsection 6-11.3, Claims Submitted to Engineer, the Contractor is liable to the City for any extra costs incurred as a result of the Contractor's failure to promptly give such notice. Changed conditions include, without limitation, the following: II-B-5 Agreement No. 7436 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 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(s). The Engineer will promptly investigate conditions that appear to be changed conditions and render a decision promptly. The Engineer's decision, and any dispute regarding that decision, will be made in accordance with Section 6-11, DISPUTES AND CLAIMS; PROCEDURE (of these Supplemental Provisions). 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. 2-10 DISPUTED WORK Delete Subsection 2-10 and replace with the following: 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 Supplemental Provisions. 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 Document. SECTION 3 — CONTROL OF THE WORK 3-7 CONTRACT DOCUMENTS II-B-6 Agreement No. 7436 Delete Subsection 3-7.1 and replace with the following: subsection. 3-7.1 General The Contractor will maintain the following at the Work site: Maintain one (1) as -built copy of the Project Plans and Specifications, in good order, complete and current with, clearly defined markings, to record all approved changes and selections made during construction. The As -built plans must be submitted to the City representative for approval before the City pays a final retention amount. 2. The current accepted Contract Schedule. 3. Shop Drawings, Product Data, and Samples. Copy of approved change documents (RFI, submittal, designer supplemental instructions and approved change orders, this is a partial listing of actual change documents, titles may vary from Project to Project). 4. All approved permits, including those issued by other agencies. Cal -OSHA permits for trench shoring shall be available for review on site, when requested. 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 is 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. 3-7.2 Precedence of Contract Documents The following paragraph is added to subsection 3-7.2 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 II-B-7 Agreement No. 7436 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 the specifications will be of like effect as if shown or mentioned in both. 3-7.3 Accuracy of Plans and Specifications Add the following subsection: 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 is responsible for contacting 811— Dig Alert prior to the commencement of the Contract Work and maintaining the status of the notice. 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. 3-10 SURVEYING Add the following Subsection 3-10.3, Survey Service: 3-10.3 Survey Service 3-10.3.1 Construction Surveying The Contractor will provide for all construction surveys required to layout, monitor and complete the work. The surveys shall be performed by a Land Surveyor or Civil Engineer authorized to practice land surveying by the State of California. 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. The Project Benchmark is shown on the plans. The Contractor will establish all II-B-8 Agreement No. 7436 necessary control lines based on the plans and record information on file with the County of Los Angeles Surveyor and the Engineer. It is the responsibility of the Contractor to protect the survey control as shown on the plans. If the survey control is destroyed or disturbed during construction, the Contractor shall be responsible for resetting them and to file appropriate documents with the County of Los Angeles, at the direction of the Engineer. 3-10.3.2 Measurement and Payment Construction Survey — Unless a separate bid item is provided, payment shall be considered to be included in the other items of the bid and no additional payment will be made therefore. 3-12 WORK SITE MAINTENANCE Delete Subsection 3-12.1, General and replace with the following: 3-12.1 Cleanup and Dust Control 3-12.1.1 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. 3-12.1.2 Watering Water for dust control 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 deposits and fees as described in this contract, 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. Payment for the costs of water to be used shall be included in the cost of various associated bid items. 3-12.6 Water Pollution Control The following requirements are added to establish storm water and urban runoff pollution prevention controls. (a) Storm or construction generated water containing sediment such as, II-B-9 Agreement No. 7436 construction waste, soil, slurry from concrete/asphalt concrete saw cutting operations, clean up of concrete transit mixers or other pollutants from construction sites and parking areas will be retained or controlled on site and will not be permitted to enter the storm drain system. (b) Temporary sediment filtering systems such as sandbags, silt fences, or gravel berms will be utilized to trap sediment so that only filtered water enters the City's storm drain system. Proper clean up and disposal of settled sediment and the filtering system will be the responsibility of the Contractor. (c) Discharge of concrete transit mixer wash water on to approved dirt areas (sub - grade area designated for new concrete construction for example) is acceptable. Discharge on to private property, parkway areas, or the street is not permitted. (d) Plastic or other impervious covering will be installed where appropriate to prevent erosion of an otherwise unprotected area, along with any other runoff control devices deemed appropriate by the City. (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. (g) 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. 3-12.7 Protection and Restoration of Existing Improvements The following requirements are added to Section 3-12: Where existing traffic striping, pavement markings, and curb markings are damaged or their reflectively reduced by the Contractor's operations, such striping or markings will also be considered as existing improvements and the Contractor will replace such improvements. Relocations, repairs, replacements, or re -establishments will be at least equal to the existing improvements and will match such improvements in finish and dimensions Il-B-10 Agreement No. 7436 unless otherwise specified. Payment shall be included in corresponding Bid Items. 3-12.7 Public Convenience and Safety Insert the following Subsection to Section 3-12: Unless otherwise specified all traffic control will be performed in accordance with the Work Area Traffic Control Handbook (WATCH) Latest Edition, published by BNi Building News, 990 Park Center Drive, Suite E, Vista, CA (760) 734- 1113/www.bnibooks. com. 3-12.8.1 Traffic and Access The Contractor will notify the occupants of all affected properties at least 48 hours before 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 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 (5) feet to the edge of any excavation and two (2) feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. One four (4) foot wide paved pedestrian walkway will be maintained in the parkway area on each side of all streets. The clearance from the pedestrian walkway to any traffic lane will be five (5) feet. Pedestrians and vehicles will be protected from all excavations, material storage, and/or obstructions by the placement of an adequate number of lighted barricades (minimum two (2)) at each location, one (1) at each end of the obstruction or excavation), which will have flashing lights during darkness. Barricades will be Type I or Type II per Section 7-3 of the WATCH Manual and lights will be Type A per Section 7-6 of the "Work Area Traffic Control Handbook" (WATCH). 3-12.8.2 Street Closures, Detours, Barricades Street closures will not be allowed except as specifically permitted by the Engineer. The Contractor will prepare any traffic control or detour plans that may be required as directed by the Engineer. Lane transitions will not be sharper than a taper of thirty (30) to one (1). II-B-11 Agreement No. 7436 Temporary traffic channelization will be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the Engineer. The Contractor will prepare any plans that may be required for temporary striping to the satisfaction of the Engineer. In no event will temporary striping be allowed on finish pavement surfaces, which are to remain. Where access to driveway or street crossings need to be maintained, minimum 1 1/4 inch thick steel plating will be used to bridge the trench. All steel plating will have temporary asphalt concrete 1:12 minimum sloped ramps to assist vehicles to cross comfortably over the plates and have a non-skid surface. Plates subject to vehicle high traffic speeds and in residential areas will be secured by welding at the discretion of the Engineer. 3-12.8.3 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, loss of life, or damage to person 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. 3-13 COMPLETION AND ACCEPTANCE Delete Subsection 3-13 of the Greenbook is deleted in its entirety and replace with the II-B-12 Agreement No. 7436 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. 3-13.1 General Guaranty The Contractor will remedy any defects in the work and pay for any damage to other nearby improvements 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. SECTION 4 — CONTROL OF MATERIALS 4-3 INSPECTION Delete Subsection 4-3 and replace with the following: 4-3.1 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 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. II-B-13 Agreement No. 7436 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. 4-6 TRADE NAMES Delete Subsection 4-6 and replace with the following: 4-6.1 Trade Names or Equals 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 must 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-14 Agreement No. 7436 SECTION 5 — LEGAL RELATIONS AND RESPONSIBILITIES 5-3 LABOR Add the following subsections: 5-3.2 Prevailing Wages The Contractor will post at appropriate conspicuous points at the site of the Project the prevailing wage determinations for the Project based on the Bid Dates from the Director of the Department of Industrial Relations (DIR) of the prevailing rate of per diem wages. The Contractor shall obtain copies of the prevailing rate of per diem wages 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. 5-3.5 Apprentices Add the following to the Subsection: 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 ninety (90) calendar 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 apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the II-13-15 Agreement No. 7436 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. 5-3.3 Record of Wages Paid: Audit 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 during normal construction hours for audit or inspection by the City Department or Representative that awarded 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. 5-4 INSURANCE Delete Subsection and insert the following: 5-4.1 General Liability policies will contain, or be endorsed to contain the provisions specified in these Supplemental Provisions and the Standard Specifications. Contractor must procure and maintain for the duration of the contract the following insurance coverages and limits against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work covered by this agreement by the Contractor, its agents, representatives, employees or subcontractors: COVERAGE PER OCCURRENCE Comprehensive General Liability Business Auto Workers' Compensation ISO FORM CL 00 0104 13 CA 00 0106 92 COMBINED SINGLE LIMIT $2,000,000 $1,000,000 Statutory Contractor will provide endorsements or other proof of coverage for contractual liability. 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 II-B-16 Agreement No. 7436 or in limits except after thirty (30) calendar days written notice by certified mail, return receipt requested, has been given to: 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 thirty (30) calendar day notification for non-payment of premium. The Contractor will provide the City with updated proof of insurance should the Contract Time extend beyond the policy expiration date. All liability insurance will be on an occurrence basis. Insurance on a claims -made basis will be rejected. Any deductibles or self -insured retentions will be declared to and approved by City. The insurer will provide an endorsement to City eliminating such deductibles or self -insured retentions as respects the City, its officials, employees, agents, and volunteers. Except for Workers Compensation Insurance, Contractor will furnish to City certificates of insurance and endorsements on forms acceptable to the City's City Attorney, duly authenticated, giving evidence of the insurance coverages required in this contract and other evidence of coverage or copies of policies as may be reasonably required by City from time to time. Endorsements must be supplied on ISO Form No. CG 20 10 11 85, or equivalent. Certificate/endorsement for Workers Compensation Insurance will be furnished on State Comp Fund or other industry standard form. Except for worker's compensation insurance, all insurance required herein will be placed with insurers with a Best's Rating of not less than A:VII. Worker's compensation insurance policies will meet the requirements of California law. All subcontractors employed on the work referred to in this contract will meet the insurance requirements set forth for Contractor. Contractor will furnish certificates of insurance and endorsements for each subcontractor at least five days before the subcontractor entering the job site, or Contractor will furnish City an endorsement including all subcontractors as insureds under its policies. Except as provided in Subsection 6-5, 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 6-5. The cost of such insurance will be included in the various items of work in the II-B-17 Agreement No. 7436 Contractor's bid and no additional compensation for purchasing insurance or additional coverage needed to meet these requirements will be allowed. In the event that any required insurance is reduced in coverage, cancelled for any reason, voided or suspended, Contractor agrees that City may arrange for insurance coverage as specified, and Contractor further agrees that administrative and premium costs may be deducted from payments due to the Contractor. Contractor will not be allowed to work until alternate coverage is arranged. Coverage will not extend to any indemnity coverage for the active negligence of the additional insured if the agreement to indemnify the additional insured would be invalid under Civil Code § 2782(b). 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. 5-4.2 General Liability The Contractor's insurance coverage will be primary insurance as respects to 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 in excess of the Contractor's insurance and will not contribute with to the Contractor's Combined Single Limit. The City, its officers, officials, employees, agents, and volunteers will be covered as insureds as to any respect of any 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. The coverage will contain no special limitations on the scope or protection afforded to the City, its officers, officials, employees, agents, or volunteers. 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. II-B-18 Agreement No. 7436 5-4.3 Worker's Compensation The insurer will agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the City. 5-4.4 Auto Liability Insurance The City, its officers, officials, employees, agents, and volunteers will be covered as insureds as to any respect of any liability arising out of activities performed by or on behalf of the Contractor in automobiles owned, leased, hired or borrowed. The coverage will contain no special limitations on the scope or protection afforded to the City, its officers, officials, employees, agents, or volunteers. 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. 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. 5-4.5 Indemnification and Defense In addition to the provisions of Subsection 5-4 of the Greenbook as between the City and Contractor. The 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 the Work. The Contractor shall hold harmless 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, 6ses, 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, II-B-19 Agreement No. 7436 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 5-4.2 or in Subsection 5-4 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 5-4.2 or in Subsection 5-4 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 5-4 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. 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. 5.7 SAFETY 5-7.4 Hazardous Material Insert the following Subsection: For any excavation, which extends more than four feet below existing grade, the Contractor will promptly, and before the conditions are disturbed, notify the Engineer, in writing, of: 1) any material that the Contractor believes may be hazardous waste, as defined in Health and Safety Code § 25117, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2) subsurface or latent physical conditions at the site differing from those indicated. 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 II-B-20 Agreement No. 7436 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 2-9 (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 2-10, 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 2 (Scope of Work) of the Greenbook. SECTION 6 - PROSECUTION AND PROGRESS OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Delete Section 6-1, and replace with the following:. Pre -Construction ctir�: After contract award, the City will arrange for a pre -construction meeting to discuss the construction of the Project. The City will invite utility agencies and the contractor will arrange for all of its subcontractors 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) calendar days of award. 6-1.2 Content of the Contract Schedule The Contract Schedule, and any Contract Schedule updates, shall 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. II-B-21 Agreement No. 7436 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 Contract Schedule updates are 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 Contract Schedule updates, 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, 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 Contract Schedule updates 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 II-B-22 Agreement No. 7436 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) calendar days after the date of the Notice to Proceed, and be diligently prosecuted to completion with the time provided in the Specifications. 6-3.3 Working Days and Working Hours City Hall is open from Monday thru Thursday lam -5pm and Friday's 7am-4pm. It is closed the following holidays: New Year's Day Martin Luther King, Jr. Day President's Day Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Christmas Eve Christmas New Year's Eve New Year's Day Working on Fridays when City Hall is closed is acceptable. If the Contractor, however, 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. Friday work that does not require inspection can be done without an inspection fee and must be discussed with City staff before its occurrence. If the Contractor does construction on a Friday or a day when City Hall is closed, that day is counted as a project working day. 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. II-B-23 Agreement No. 7436 6-3.4 Night Work Add the following paragraph: 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. 6-3.5 Weekend and Holiday Work The Engineer may, but is not required to, allow the Contractor to work on Saturdays, Sundays and City Holidays. 6-4 DELAYS AND EXTENSIONS OF TIME Delete and replace with the following: 6-4.1 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. 6-4.2 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 II-B-24 Agreement No. 7436 extensions of time. 6-4.3 Payment for Delays to Contractor Any payment for compensable delay will be based upon actual costs as set forth in Subsection 402-5.1 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. 6-4.4 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 DEFAULT BY CONTRACTOR The language in subsection 6-7 is deleted in its entirety and replaced with the following subsections. 6-7.1 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. 6-7.2 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 II-B-25 Agreement No. 7436 amount due based on Contract Unit Prices or lump sums bid and the quantity and quality of the Work completed 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: l., 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. 6-7.3 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 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. 6-9 LIQUIDATED DAMAGES Delete and replace with the following: 6-9.1 Failure to Complete Work on Time II-B-26 Agreement No. 7436 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. SECTION 7 — MEASUREMENT AND PAYMENT 7-2 LUMP SUM WORK Subsection 7-2, Lump Sum Work, of the Greenbook is deleted in its entirety and replaced by the following: Items for which quantities are indicated as "Lump Sum," "L.S.," or "Job" will be paid for at the price indicated in the Proposal. Such payment will be full compensation for all costs for labor, equipment, materials and plant necessary to furnish, construct and install the lump sum item of work, complete, in place, and for all necessary appurtenant work, including, but not limited to, all necessary cutting, patching, repair and modification of existing facilities, and clean up of site. Contractor will furnish three copies of a detailed schedule, which breaks down the lump sum work into its component parts and cost for each part, in a form and sufficiently detailed as to satisfy Engineer that it correctly represents a reasonable apportionment of the lump sum. This schedule is subject to approval by Engineer as to both the components into which the lump sum item is broken down, and the proportion of cost attributable to each component. This schedule will be the basis for progress payments for the lump sum work 7.3 PAYMENT 7-3.2 Partial and Final Payments Delete and replace 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. II-B-27 Agreement No. 7436 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, subcontractor, other governmental agencies, and private property owners. Until these Stop Payment Notices are released and claims are resolved the stop payment/claim amount will be withheld from the final payment. The Contractor, however, may receive interest on the retention for the length of construction, or receive the retention itself as long as the retention is substituted with escrow holder surety or equal value. At the request and expense of the Contractor, surety equivalent to the retention may be deposited with the State Treasurer, or a State or Federally chartered bank, as the escrow agent, who will pay such surety to the Contractor upon satisfactory completion of the contract. Pursuant to PCC § 22300, the Contractor may substitute securities for retention monies held by the City or request that the City place such monies into an escrow account. The Contractor is notified, pursuant to PCC § 22300, that any such election will be at the Contractor's own expense and will include costs incurred by the City to accommodate the Contractor's request. Progress payment paid by the City as contemplated herein, will be contingent upon the Contractor submitting, in addition to any additional documents, an updated Contract Schedule in the form prescribed by these Contract Documents. Failure of the Contractor to submit an acceptable updated Contract Schedule will result in the City withholding partial payment, without liability to the City, until such an acceptable updated Contract Schedule is submitted. Nothing herein will allow the Contractor to suspend or slow progress of the Work. II-B-28 Agreement No. 7436 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. 7-3.2.1 Final Payment and 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. 7-3.3 Delivered Materials Materials and equipment delivered or stored, but not incorporated into the work, will not be approved for progress payments. 7.4 PAYMENT FOR EXTRA WORK 7-4.2 Basis for Establishing Costs 7-4.2.3 Tools and Equipment Rental Delete the second and third paragraphs and replace 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." 7-4.3 Markup Delete and replace with the following: 7-4.3.1Work by Contractor The following percentages will be added to the Contractor's costs and will constitute the markup for all overhead and profits. Il-B-29 Agreement No. 7436 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. 7-4.3.2 Work by Subcontractors When all or any part of the extra work is performed by a Subcontractor, the markup established in 7-4.3(a) will be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 7-4.3.3 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 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. 7-4.4 Daily Reports by Contractor Insert the following paragraph at the end of the subsection : 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. 7-4.5 Disputes and Claims Procedure 7-4.5.1 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: II-B-30 Agreement No. 7436 L Claims respecting penalties for forfeitures prescribed by statute or regulations, which a government agency is specifically authorized to administer, settle, or determine. 2. Claims respecting personal injury, death, reimbursement, or other compensation arising out of or resulting from liability for personal injury or death. 3. Claims respecting a latent defect, breach of warranty, or guarantee to repair. 4. Claims respecting stop notices. If a Claim is subject to the Change Order procedures, the Claim arises upon the issuance of a written final decision denying in whole or in part the Contractor's Change Order Request. If a Claim is not subject to the Change Order Procedures, the Claim arises when the Contractor discovers, or reasonably should discover, the condition or event giving rise to the Claim. 7-4.5.2 Form and Content A Claim must include the following: 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 seven (7) calendar 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 II-B-31 Agreement No. 7436 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 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 U UNDER PENALTY OF PERJURYNDER 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." 7-4.5.3 Claims Submitted to the Engineer Within thirty (30) calendar 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 II-B-32 Agreement No. 7436 payments in accordance with the Contract Documents. 7-4.5.4 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. 7-4.5.5 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 to evaluate the claim, the Engineer will request such additional information in writing. Any such requested data will be furnished not later than ten (10) calendar days after the Contractor receives the Engineer's request. The Engineer will render a decision not later than thirty (30) days after either receiving the Claim or the deadline for furnishing additional supporting data, whichever is later. If the Claim amount is more than $50,000, the time period will be extended to sixty (60) days. 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 thirty (30) calendar days of the date of this decision, the decision will become final and binding and not subject to further appeal." 7-4.5.6 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 thirty (30) calendar days of receiving the Engineer's decision. The Public Works Director will address disputes or claims within thirty (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. II-B-33 Agreement No. 7436 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 thirty (30) calendar days of the City's final decision. 7-4.5.7 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. 7-4.5.8 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. 7-4.5.9 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 thirty (30) calendar 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. 7-4.5.10 Appeal to Superior Court — Waiver of Jury Trial Should a party timely object to the arbitration decision, it may file a petition with the Los Angeles County Superior Court in accordance with California Code of Civil II-B-34 Agreement No. 7436 Procedure ("CCP") §§ 1285, et seq. Notwithstanding the limitations set forth in CCP § 1286.2, the court may vacate, correct, or adjust an arbitration award, and enter judgment in accordance with CCP § 1287.4, for any legal or equitable basis including, without limitation, error of law. The court will apply the substantial evidence standard of review when considering the appeal of an objecting party. BY EXECUTING THESE CONTRACT DOCUMENTS, THE CONTRACTOR AGREES TO HAVE DISPUTES OR CONTROVERSY CONCERNING THE CONSTRUCTION, INTERPRETATION, PERFORMANCE, OR BREACH OF THESE CONTRACT DOCUMENTS, INCLUDING CLAIMS FOR BREACH OF CONTRACT OR ISSUES OF BAD FAITH DECIDED IN ACCORDANCE WITH THIS SECTION 6-11. BOTH THE CITY AND THE CONTRACTOR WAIVE THEIR RIGHT TO A JURY TRIAL FOR THESE DISPUTES OR ISSUES. 7-4.5.11 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: (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. II-B-35 Agreement No. 7436 PART 4 - EXISTING IMPROVEMENTS SECTION 402 UTILITIES 402-2 PROTECTION The following subsection is added to Subsection 402-2 of the Greenbook. 402-2.1 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. 402-4 RELOCATION The following subsection is added to Subsection 402-4 of the Greenbook. 402-4.1 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. 402-5 DELAYS Insert the following: 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 402-5.1 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. 402-5.1 Calculating Idle Time Equipment idle time will calculated in accordance with Subsection 7-4.2.3 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 II-B-36 Agreement No. 7436 existence of the delay. Worker idle time will be calculated in accordance with Subsection 7-4.2.3. - END OF SECTION - II-B-3 7 Agreement No. 7436 1-0. 1-1 1-2. 1-3. 2-0 SECTION III — SPECIAL PROVISIONS GENE A.L SC �P.I ,.T1_ME FORCOMPLETION.AND LOCATION OF WORD Gea�eral �aopc of Worl��,: The work to be done consists of furnishing all materials, tools, equipment, labor, supervision, incidentals, and related work for renovation improvements as required in the specifications, plans, and contract documents for the following project: "Abandoned Reservoir Demolition Project". Locationob91 ..W rk. The project will occur at Abandoned Water Reservoir, nearest to 340 Lomita St, El Segundo, CA 90245. Working Days a1 d Time for I( i tiop Contractor will commence work on date specified in the Notice to Proceed to be issued to the Contractor by City of El Segundo Public Works Department and shall complete work within Ninety (90) working days after the date of commencement. NOTIFICATIONS The CONTRACTOR will notify all agencies listed here 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 Start of work, James Rice, Project Manager 310-524-2316 shutdown of Cheryl Ebert, City Engineer 310-524-2321 work, or Elias Sassoon, Director of Public Works 310-524-2356 resumption of Anthony Esparza, Utility Superintendent 310-524-2746 work after Jesse Pedroza, Water Division Supervisor 310-524-2744 shutdown 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) 2. City of El Segundo — Water Division 3. City of El Segundo — Wastewater Division 4. City of El Segundo — Recreation, Parks, and Library 5. Southern California Gas Company 6. Southern California Edison Company (SCE) III-A-1 800-227-2600 310-524-2742 310-524-2754 310-524-2707 310-671-9002 310-417-3366 2-1 2-2 7. AT&T 8. Time Warner Communication (Cable) 9. Los Angeles County Sanitation District 10. El Segundo Unified School District No Parking_Notificatiops Agreement No. 7436 310-515-4430 310-768-0400 Extension 414 310-699-7411 310-615-2650 The Contractor shall post City -approved temporary NO PARKING notices a minimum of seventy-two (72) hours before the start of operation. The CONTRACTOR shall promptly notify City staff once posting is completed in order to ensure the 72-hour requirement has been met. The dates and times on the signs shall be site specific and shall cover the minimum time required for "NO PARKING" to facilitate construction. Generic long-term "NO PARKING" time designations are not acceptable. Parking shall not be restricted during any period when construction activity is not scheduled at this particular site. 1"+lot i at Oi ofRcsbtl purls,. Busin s _ The City will require the Contractor to distribute one (1) "Public Notice" to each resident and business affected by the construction within 2-blocks in each direction of project limits. Notices must be approved by the City prior to distribution. Notices shall be distributed minimum five (5) calendar days prior to the start of any work. Notices shall be attached to a red information hanger provided by the Contractor and hung on the front door knob of every resident on the project streets. Notices shall include the project times, dates, working hours, City website information, and description of project activities. If any changes occur to project times, dates or working hours, the Contractor will revise and re -deliver the Notice to affected persons. 3-0. MOBILIZATION Mobilization shall conform to the provisions of Section 7-3.4 of the Standard Specifications. The scope of work under mobilization includes but is not limited to: 1. Obtaining and paying for all required bonds, insurance, permits, and licenses. 2. Completing and submitting required documents as required per specifications. 3. Moving on to the site of all Contractor's equipment required for operations. 4. Providing on -site sanitary facilities. 5. Arranging for and erection of Contractor's work and storage yard. 6. Posting all OSHA required notices. 7. Submittal of Construction Schedule, Contractor Contact List, and Notices to City staff for City approval. III-A-2 Agreement No. 7436 8. Distribution of a City -approved Notice to Business and Residents at least one week prior to construction. 9. Re -notification of all affected parties for all construction schedule changes. 10. Protection of utility facilities, landscapes, pavements, structures, and any existing condition and other public property in place during any construction activities. This includes protection of planter boxes and vegetation. 11. Coordinating with Underground Service Alert (USA) or Dig Alert to mark underground utilities before any excavation. 12. Coordination with utility agencies, street sweeper, and waste hauler to avoid conflicts during project activities. 13. Bringing unforeseen field conditions to City staff s attention in a timely manner. 14. Restoration of private and public property to existing standard conditions upon demobilization. 15. Installing, maintaining, and removing of all temporary facilities required for operations such as erosion/sediment control, temporary construction fencing, etc. 16. Removal and disposal of any existing unused materials from the project sites. 17. Furnishing temporary water services to maintain water services to consumers at all times. 18. Demobilization. 3-1. Uu&ground Servi - Alert Ngti fi ati n Underground Service Alert, 1-800-227-2600, shall be contacted and the contractor shall determine the exact location of all utilities prior to beginning excavation and construction. If conflicts are discovered, the Contractor shall notify the Engineer immediately. A detailed description of the depth and location of utility conflicts in relation to the proposed storm drain facilities shall be provided to City Inspector as well as the applicable utility agency. A list of utility agency and waste hauler contact number is included in the Appendix. 3-2. Demobilization 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 specific punch list items and cleanup activities determined by the City staff or their representative, to repair or replace any private or public facilities damaged by the construction and return public right-of-way to the same or better condition as that existing prior to construction. 4-0. CLE k ING AND C .1..IBB1NC Clearing, grubbing, and landscape removal shall take place as necessary for all construction activities to occur, including but not limited to Section 300-1 of the Standard Specifications. If applicable, live tree roots shall be inspected by the Recreation and Parks Department after the surface above them has been removed, to ascertain if tree root barrier installation or full tree removal is necessary. Costs for clearing, grubbing, and landscape/tree root removal shall be included in the bid prices for the different bid items. All such removals shall take place prior to any excavation for construction. Where necessary, the contractor shall replace residential landscaping or sprinklers damaged by construction after construction is complete. III-A-3 Agreement No. 7436 5-0. TRAFFIC CONTROL Traffic control shall conform to the provisions of Part 6 of the Standard Specifications and these Specifications. The scope of work under traffic control includes but is not limited to: 1. Notification of City staff and residents/pedestrians, including temporary warning and safety signage leading to areas where construction is occurring or where materials are being staged. Notification shall take place at least 72 hours before construction as well as during construction. 2. Traffic control as required per W.A.T.C.H. manual and CA MUTCD or approved traffic control plans. 6-0. CONSTRUCTION & DEMOLITION MATERIALS 1 1 YCLJ G REQUIREMENTS The Contractor shall divert all Construction and Demolition (C&D) waste generated from the project in accordance with the California Green (CALGreen) Building Standards Code (pursuant to El Segundo Municipal Code, Title 13, Chapter 11). C&D waste can only be legally collected, removed, or transported by City of El Segundo permitted waste haulers. If the Contractor plans on collecting, removing, or transporting its own waste, approval from the City Engineer or designee is required. Failure to meet the C&D waste recycling requirements will result in the assessment of penalties pursuant to El Segundo Municipal Code. Contractor shall prepare a C&D Debris Management Plan as follows: 6-1. GENERAL 6-1.1. 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. 1. 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. 3. This section includes requirements for submittal of C&D Debris Management Plan prior to the commencement of the Work, and during the project, submittal of Contractor's quantitative reports for construction and demolition waste materials generated by the Contractor as a condition of approval of progress payments submitted to the Contracting Officer, and following completion of the project, as a condition of the release of final project retention. III-A-4 Agreement No. 7436 6-1.2. 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 facility 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. I. Inert Solids or Inert Waste. Non -liquid solid wastes including, but not limited to, soil and concrete that do not contain hazardous waste or soluble pollutants at concentrations in excess of water quality objectives established by a regional Water Board pursuant to Division 7 (Sections 13000 et seq) of the California Water Code and does not contain significant quantities of decomposable solid resources. J. 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. III-A-S Agreement No. 7436 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. 6-2. PRODUCTS Not Used. 6-3. EXECUTION 6-3.1. SALVAGE REUSE CYCLING AND PROCED�JRES A. Identify reuse, salvage, and recycling facilities: Refer to the City's website for a list of local organizations and companies. .or govcz � t� is rti�� ntsll.tab1ic— rl sft�°�asj� �c ling 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. 1. Identify materials that are feasible for salvage, determine requirements for site storage, and transportation of materials to a salvage facility. 2. Explore the possibility of reusing project job -site inert materials, such as rock, concrete, dirt and aggregate, on -site for road base or other similar uses. 3. Source separate new construction, excavation and demolition materials including, but not limited to the following types: a. Asphalt b. Concrete, concrete block, slump stone (decorative concrete block), and rocks. 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 b. Form PW-B — Pre -Project Worksheet III-A-6 Agreement No. 7436 c. Form PW-B1 — Pre -Project Worksheet (This form is to be completed only if you plan to use your own company -owned bins/trucks for disposition of material.) d. Form PW-C — Post -Project Summary e. Form PW-D — Exemption Request — only use if it is infeasible to comply with requirements. 6-3.2. 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: http /1www e1segundo,.s tZ/..goy ► -tiKl !11 e 2a tjrnents/. tibl.ac-works,/ti�asl -r c cli 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. 6-3.3. REEU$ AN . DONAT1O1' Qn1 NS A. Implement a reuse program to the greatest extent feasible. Options for reuse may include, but are not limited to: 1. 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 Mrttp://vwwfl'�lpa/dlaatnw. 2. California Materials Exchange (CalMAX) is a free service provided by the State of California, Department of Resources Recycling and Recovery (CalRecycle) that connects businesses, organizations, manufacturers, schools, and individuals with online resources for exchanging materials. The site can be accessed at w °w.calrecycl _go ? "aIMA: . 3. Habitat for Humanity Restore resale outlets accept donated home improvement goods like furniture, home accessories, building materials and appliances. The materials are sold to the general public. The proceeds help local Habitat affiliates fund the construction of Habitat homes within their communities. Locations of Restores can be found at: wwwwhabitat.om/restores. 6-3.4. REVENUE Revenues or other savings obtained from recycled, re -used, or salvaged materials shall accrue to Contractor unless otherwise noted in the Contract Documents. 7-0. WORK SCHEDULE Contractor shall be responsible for providing a workable construction schedule that incorporates the following conditions: III-A-7 Agreement No. 7436 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. i. No work shall be permitted on Sundays or holidays. ii. Overtime inspection fees (4 hour minimum) shall be arranged in advance. 3. The Contractor shall coordinate all inspections and final sign -offs for permits and the project with Public Works Department and Community Development Department staff. 8-0. EXAMINATION OF JOB SITE AND MEASU �EMENT VERIFI �'' TION 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. 9-0. INSPECTION Subsection 4-1.3 of Section II — General Provisions 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 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. 3. Legible copies of material/weight certification shall be turned over to the 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. 10-0. WORK AREA SAFETY All work shall conform to all applicable State, local, regional, and Federal codes, ordinances, and regulations as prescribed by the City. III-A-8 Agreement No. 7436 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. 11-0. USE OF PRIVATE PROPERTY AND PRO l^°GFIO 1 Oh EXISTING IMPROVEMENTS The use of any private property or utilities on private property by the Contractor is prohibited. The prohibited uses include, but not limited to Contractor's use of water, electricity or natural gas from the private property, and storage of material or equipment, and turning around/parking of his vehicles on private property. 1. Existing public and/or private 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 12-0. STORAGE OF MATERIALAND EQUIPMENT No material or equipment shall be stored in public right-of-way without prior approval from the Public Works Department. 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 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. 13-0. DISPOSAL OF REMOVAIyS There are no authorized dump facilities within the City of El Segundo. All removed material shall become theproperty of the Contractor and shall be legally disposed of by Contractor at the end of each work day away from the site of work. III-A-9 Agreement No. 7436 14-0. BUILDING SA.,FE Y AND PUBLICWORKS ENCROACHMENT PERMITS The Contractor will be required to apply and obtain applicable permits from the Public Works and the Building Safety Departments. The Contractor's work shall adhere to the City standards and applicable codes including the California Building Code, Plumbing Code, Electrical Code, and Mechanical Code. The Contractor shall call the Inspector at least 24 hours in advance for inspections. All noted deficiencies on permits shall be corrected by contractor. The project will not be accepted as complete until contractor obtains a final sign -off for all permits. 15-0. SURVEY MONUMEN TATION.PRESERVATION The Contractor shall locate and reference existing survey monumentation in the way of construction and submit verification to the Engineer 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. Upon discovery of a survey monument not identified on the project plans, immediately stop work near the monument and notify the Engineer. Do not resume work near the monument until authorized. 15-1. Tie -Out and _1�. e-establish Suryre Monuments and,, �LrLcl °narks: 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 Los Angeles County after replacement. 16-0. WATER POLLUTION CONTROL Water Pollution Control shall conform to Section 3-12.6 "Water Pollution Control" of the Standard Specifications and these Specifications. 16-1. NPDES COMPLIANCE Contractor shall comply with the latest version of the Los Angeles Regional Water Quality Control Board (LA RWQCB) NPDES MS4 Permit and the NPDES California Construction General 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. III-A-10 Agreement No. 7436 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 2022-0057-DWQ and subsequent amendments). Contractor shall refer to the SWRCB Construction General Permit for construction activities covered and be responsible for implementing requirements if subject to the Construction General Permit. 17-0. 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. 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 removal, if tree root barrier installation or full tree removal is necessary. The Contractor may move on to a construction on a different portion of the project in the interim. 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. 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. 18-0. CURB DRAIN OUTLETS The Contractor shall reconstruct all curb drainage outlets that fall within the limits of his/her work. III-A-11 Agreement No. 7436 19-0. TRAFFIC��°CONTROL PUBLICS AFI °l.""i.�:,.. AND CON'��` LEI. Cl Traffic control, construction signing, and traffic maintenance shall comply with the provisions of Part 6 of the SSPWC "Greenbook" Standard Specifications and the current requirements set forth in the California Manual on Uniform Traffic Control Devices published by the Department of Transportation, State of California, the Contractor's Traffic Control Plans and these Special Provisions. 20-0. TRASH PICKUP, STREET EET S" "EEPINQ. AND MAIL, DEL,I FRIES 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. 21-0. 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 and Building 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. 22-0. WARRANTY The Contractor and/or manufacturer shall warrant all work performed under this Contract for a minimum of two (2) years from the date of Owner's acceptance of completed job, or as defined in the Project Manual/Technical Specifications, whichever is greater. Any defects in materials or workmanship appearing during this period shall be corrected without cost to the City. - END OF SECTION - III-A-12 Agreement No. 7436 ECTItOw1 IV — MEASUREMENT AND PAYMENT 1-0. GENERAL Proposed Bid prices shall be complete for each bid item. The bid item work below to be measured and paid for shall be carried out in accordance with the Standard Specifications, Special Provisions, the project plans, the technical specifications, the geotechnical report, these specifications, as directed by the City Inspector, and in addition any applicable government codes related to the work or named in the descriptions for the bid item. Prior to bidding, the Contractor shall inspect project areas and bring any discrepancies to the City's attention. Bid item prices shall cover the costs for all mobilization, demolition, excavation, site preparation, pavement installation, striping and marker installation, utility cover adjustments, and other construction activities, and demobilization activities required for each item. Bid item costs shall include complete removal and immediate disposal of excavation debris, preparatory removal of vegetation, tree stumps, and tree roots as necessary, temporary paving and public safety measures, and the restoration of landscaping, public and private property damaged during the construction, to the City's satisfaction. Should the contractor request and obtain permission to use admixtures for its own benefit, it shall furnish such admixtures and incorporate them in the mixture at its expense, and NO additional compensation will be allowed. 2-0. PAYMENT SCHEDULE 2-1. MOBILIZATION/DEMOBILIZATION (BID ITEM NO. 1) Measurement for payment of this item shall be billed on a percentage completed basis as a lump sum, non-proratable pay item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals necessary per the Contract Documents. The scope of work includes setup and removal of temporary facilities, permitting and notifications, traffic control setup during mobilization, final cleanup and removal of temporary materials or equipment during demobilization according to Article 3-0 of Section III Special Provisions, the plans, and specifications. 2-2. CLEARING AND GRUBBING (BID ITEM NO. 2) Measurement for payment of this item shall be billed on a percentage completed basis as a lump sum pay item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes all items listed in Article 4-0 of Section III Special Provisions, the geotechnical report, the plans, and specifications. IV-A-1 Agreement No. 7436 2-3. DEMOLITION OF ABANDONED CONCRETE RESERVOIR (BID ITEM NO. 3) Measurement for payment of this item shall be billed on a percentage completed basis as a lump sum pay item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes removal and proper and legal disposal of the concrete reservoir including walls, lining, slabs, site steps, spillways, and pillars according to the plans, the geotechnical report, and specifications. 2-4. LOCATE, DEMOLISH, AND CAP ABANDONED UTILITIES AND CONNECTIONS (BID ITEM NO.4) Measurement for payment of this item shall be billed on a percentage completed basis as a lump sum pay item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes locating, demolishing/removing, and capping of the existing utilities within the limit of work including drainage pipes, water pipes, luminaires/light poles and footings, and conduit according to the plans and specifications. 2-5. EXCAVATION (CUT) OF EARTH MATERIAL (BID ITEM NO. 5) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes excavation/cut of onsite soils according to the geotechnical report, the plans, and specifications. 2-6. OVER -EXCAVATION AND SUBGRADE PREPARATION FOR AREAS RECEIVING FILL (BID ITEM NO. 6) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes 3-feet of over -excavation and native subgrade preparation for areas receiving fill according to the geotechnical report, the plans, and specifications. 2-7. PLACEMENT AND COMPACTION OF FILL (BID ITEM NO. 7) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include IV-A-2 Agreement No. 7436 full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes placement and compaction of fill according to the geotechnical report, the plans, and specifications. 2-8. EXPORT OF EXCESS EARTH MATERIAL (BID ITEM NO. 8) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes export and disposal of excess earth materials according to the plans and specifications. 2-9. FINE GRADING (BID ITEM NO. 9) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes levelling, scarifying, and compacting soil to finished grades according to the plans and specifications. 2-10. FURNISH AND INSTALL STORM DRAINAGE (BID ITEM NO. 10) Measurement for payment of this item shall be billed on a percentage completed basis as a lump sum pay item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes procurement and installation of storm drain catch basins, catch basin filter inserts, storm drain pipe, restoration of natural turf at pipe trench within park area, existing CMU wall cores for storm drain pipe, parkway drain, sidewalk and curb concrete work, and asphalt slot cutting associated with parkway drain installation according to the plans and specifications 2-11. TEMPORARY FENCE MAINTENANCE POST -CONSTRUCTION (BID ITEM NO. 11) Measurement for payment of this item shall be billed on a units -completed basis at the contract unit price for the item, as named in the Bid Schedule and shall include full compensation for furnishing all labor, equipment, tools, materials, and incidentals per the Contract Documents. The scope of work includes maintenance of temporary construction fencing upwards to 6-months after construction completion as determined by the Engineer as necessary per the Contract Documents. IV-A-3 Agreement No. 7436 2-12, MISCELLANEOUS IMPROVEMENTS AS DETERMINED NECESSARY BY THE ENGINEER (BID ITEM NO. 12) Placeholder only. Miscellaneous improvements as determined by the Engineer as necessary. Actual payment to be agreed upon by both the Engineer and Contractor at time of construction. 3-0. P OGRE S_.P MENTS AND TENTION 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 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. IV-A-4 Agreement No. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 TECHNICAL SPECIFICATIONS CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 00 01 10 — TABLE OF CONTENTS DIVISION 01 — GENERAL REQUIREMENTS 01 7418 WATER POLLUTION CONTROL DIVISION 02 — EXISTING CONDITIONS 0241 16 DEMOLITION DIVISION 31 — EARTHWORK 31 1000 SITE CLEARING 31 2200 GRADING 31 2313 EXCAVATION AND FILL 31 2323 EXCAVATION AND FILL FOR UTILITIES 31 2326 BASE COURSE DIVISION 32 — EXTERIOR IMPROVEMENTS 32 12 16 ASPHALT PAVING 321236 SEAL FOR BITUMINOUS SURFACING 32 13 13 SITE CONCRETE WORK DIVISION 33 — UTILITIES 33 40 00 STORM DRAINAGE UTILITIES 00 01 10 -1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 01 7418 —WATER POLLUTION CONTROL PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1 Water pollution control for projects with land disturbance less than one acre. 2. Control runoff and pollutants from the site during construction activities. 3. Preparation, implementation, and maintenance of construction BMPs. B. Related Requirements: Division 01 — General Requirements. 1.02 ACRONYMS AND DEFINITIONS BMP Best Management Practice. CAN Corrective Action Notice. CASQA California Stormwater Quality Association. CGP NPDES General Permit for Storm Water Discharges Associated with Construction Activities. DWQ Division of Water Quality. LARWQCB Los Angeles Regional Water Quality Control Board. NPDES National Pollutant Discharge Elimination System. SWPPP Storm Water Pollution Prevention. SWRCB State Water Resources Control Board. WPCD Water Pollution Control Drawing. 1.03 REQUIREMENTS A. CONTRACTOR shall: 1. Implement, install and maintain BMPs. Ensure that BMPs are designed to protect all exposed portions of the site, including: 01 74 18-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 01 74 18 — WATER POLLUTION CONTROL a. Erosion, Sediment, Tracking, and Wind Erosion Control BMPs. b, Preservation of natural features, vegetation, soil, and buffers around surface waters. C. Drainage swales or lined ditches to control stormwater flow. d. Mulching or hydroseeding to stabilize disturbed soils. e. Erosion control to protect slopes. f. Protection of storm drain inlets (gravel bags or catch basin inserts). g. Perimeter sediment control (perimeter silt fence, fiber rolls). h. Sediment trap or sediment basin to retain sediment on site. i. Stabilized construction exits. 2. Implement Good Site Management "Housekeeping" BMPs to manage construction equipment, materials, non-stormwater discharges, and wastes. BMPs that should be considered for implementation as appropriate for each project include, but are not limited to, the following: a. Dewatering activities. b. Material handling and waste management. C. Building materials stockpile management. d. Management of washout areas (concrete, paints, stucco, etc.). e. Control of vehicle/equipment fueling to staging area. f. Vehicle and equipment cleaning performed off site. g. Spill prevention and control. 3. Incorporate BMP activities into the Project Schedule. Schedule construction activity during dry weather, when possible. 01 74 18-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 01 74 18 —WATER POLLUTION CONTROL 4. Inform CONTRACTOR and Subcontractors personnel on the BMP procedures to prevent pollutants from entering the storm drain system, before the start of construction activities. Keep personnel informed of the BMP implementation process and of changes to the procedures. Provide record to OAR of stormwater topics discussed. 5. Conduct site inspections, at least weekly, of pollution prevention controls and repair or provide additional BMPs as required. 6. Pay fines and penalties from regulatory agencies against City due to CONTRACTOR'S non-compliance with stormwater regulations. City shall recover costs of fines and penalties by appropriate City assessment. Review of the BMPs by OAR shall not relieve CONTRACTOR from liabilities arising from non-compliance of storm water pollution regulations. B. Project Inspector will conduct inspection and examination of site storm water regulation compliance. C. At Substantial Completion, conduct post -construction BMP training of City personnel and submit any post -construction BMP maintenance information. 1.04 SUBMITTALS A. BMP material quality, grade, type as specified in the CASQA BMP Handbook. B. Water Pollution Control Drawing (WPCD). C. BMP Implementation Schedule. 1.05 QUALITY ASSURANCE A. Comply with the following regulatory requirements: 1. National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Lands Disturbance Activities; ORDER NO. 2022-0057-DWQ; NPDES NO. CAS000002, adopted by the State Water Resources Control Board. 2. Regulations of the California Environmental Protection Agency, State Water Resources Control Board; Los Angeles Regional Water Control Board, and local ordinances. 01 74 18-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 01 74 18 — WATER POLLUTION CONTROL 3. CASQA Stormwater Best Management Practice Handbook for Construction Activity (BMP Handbook) current adopted edition. 4. Local jurisdiction stormwater management (SWPPP) and erosion control ordinances. 1.06 STORAGE AND PROTECTION A. Provide proper storage of materials and equipment to prevent rain and storm water runoff to come in contact with pollutants, such as soil stabilizers, paint or fluids from vehicles. PART 2 — PRODUCTS 2.01 MATERIALS A. Provide quality, grade and type of materials as specified in CASQA Stormwater Best Management Practice, Handbook. PART 3 — EXECUTION 3.01 IMPLEMENTATION A. Install perimeter controls prior to starting Work at the Project site. B. Contain on -site stormwater on the Project site. Provide storm drain inlet protection. Do not drain on -site water directly into the storm drain without proper BMP in place. C. Prevent pollutant discharges into the storm drain system. Prevent stormwater from coming into contact with pollutants, such as sediment, material spills, or leakage from storage tanks, waste containers or transfer areas. In the event contamination is found, CONTRACTOR shall immediately notify OAR. D. Protect exposed dirt, such as stockpiles, landscaping areas, and hillsides. E. Properly manage non-stormwater discharges such as ground water, broken utility lines and fire hydrant testing. F. Adjust BMP's locations and layouts in accordance with construction progress to assure compliance with regulations. G. Conduct inspections of pollution prevention controls and provide Site Monitoring Report to OAR immediately if pollutants are discharged into the site runoff. CONTRACTOR shall remediate contaminated water. 01 74 18-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 01 7418 —WATER POLLUTION CONTROL K Upon Substantial Completion: Maintain and leave post -construction stormwater pollution prevention controls in place and remove those that are not needed as determined by the OAR. 3.02 CLOSEOUT A. Verify the following prior to Substantial Completion: 1. Final stabilization of site has been demonstrated. 2. There is no potential for construction related stormwater pollutants to be discharged into site runoff. 3. Construction related equipment and temporary BMP have been removed from site. 4. Rubbish, debris, and waste materials have been removed and legally disposed of off the Project site. 5. Post -construction BMP Maintenance Plan has been established. END OF SECTION 01 74 18-5 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 02 41 16 — DEMOLITION PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnishing labor, materials and equipment necessary for demolition, dismantling, cutting and alterations as indicated, specified, or required for completion of the Work. Includes items such as the following: 1. Protection of existing improvements to remain. 2. Cleaning existing improvements to remain. 3. Disconnecting and capping utilities. 4. Removing debris, waste materials, and equipment. 5. Removal of items for performance of the Work. 6. Salvageable items to be retained by the Owner. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 01 11 00 - Summary of Work. 4. Section 01 73 29 - Cutting and Patching. 5. Section 01 74 19 - Construction and Demolition Waste Management. 1.02 SUBMITTALS A. Shop Drawings: Submit Shop Drawings indicating the extent of items and systems to be removed, Indicate items to be salvaged or items to be protected during demolition. Indicate locations of utility terminations and the extent of abandoned lines to be removed, Include details indicating methods and location of utility terminations. 1.03 QUALITY ASSURANCE A. Perform the Work of this section by workers skilled in the demolition of buildings and structures. Perform the Work of this section under direct superintendence at all times. B. Prior to commencement of Work, schedule a walkthrough with the OAR, to confirm Owner property items have been removed from scheduled Work areas. Identify and mark remaining property items and schedule their removal. 0241 16-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 02 41 16 — DEMOLITION C. Coordinate demolition for the correct sequence, limits, and methods. Schedule demolition Work to create least possible inconvenience to the public and facility operations. D. Related Standard: ANSI/ASSE A10.6. 1.04 PROJECT CONDITIONS A. Drawings may not indicate in detail all demolition Work to be performed. Examine existing conditions to determine the full extent of required demolition. B. Repair damage to existing improvements or damage due to excessive demolition. C. Provide all measures to avoid excessive damage from inadequate or improper means and methods, improper shoring, bracing or support. D. If conditions are encountered that varies from those indicated, promptly, notify the Architect for clarification before proceeding. PART 2 - PRODUCTS 2.01 HANDLING OF MATERIALS A. Items scheduled for salvage by the Owner shall be delivered to a location designated by the OAR. Items shall be cleaned, packaged and labeled for storage. B. Items scheduled for reuse shall be stowed on the Project site and protected from damage, theft and other deleterious conditions. PART 3 - EXECUTION 3.01 GENERAL A. - Protection: 1. Do not commence demolition until safety partitions, barricades, warning signs and other forms of protection are installed. Refer to Section 01 5000 - Construction Facilities and Temporary Controls.. 2. Provide safeguards, including warning signs, lights and barricades,,, for protection of workers, occupants, and the public. B. If safety of existing construction appears to be endangered, take immediate measures to correct such conditions; cease operations and immediately notify the OAR. 0241 16-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 02 41 16 — DEMOLITION 3.02 DEMOLITION A. Do not throw or drop materials. Furnish ramps or chutes as required by the Work. B. Remove existing construction only to extent necessary for proper installation of Work and interfacing with existing construction. Cut back finished surfaces to straight, plumb or level lines as required for a smooth transition. C. Where openings are cut oversize or in improper locations, replace or repair to required condition. 3.03 CUTTING EXISTING CONCRETE A. Cutting of existing concrete shall be performed by skilled workers familiar with the requirements and space necessary for placing concrete. Perform concrete cutting with concrete cutting wheels and hand chisels. Do not damage concrete intended to remain. B. Extent of cutting of structural concrete shall be as indicated on Drawings. Cutting of non-structural concrete shall be as indicated on Drawings or as reviewed by the Architect or structural engineer. Replace concrete demolished in excess of amounts indicated. C. Prior to cutting or coring concrete, determine locations of hidden utilities or other existing improvements and provide necessary measures to protect them from damage. 3.04 REMOVAL OF EXISTING PLUMBING AND ELECTRICAL EQUIPMENT AND SERVICES A. Remove existing plumbing and electrical equipment fixtures and services not indicated for reuse and not necessary for completion of the Work. Remove abandoned lines and cap unused portions of existing lines. 3.05 REMOVAL OF OTHER MATERIALS A. Masonry: Cut back to joint lines and remove mortar without damaging units to remain. Allow space for repairs to backing where applicable. B. Woodwork: Cut or remove to a joint or panel line. C. Roofing: Remove as required, including accessory components such as insulation and flashings. At penetrations through existing roofing, trim cut edges back to sound roofing with openings restricted to the minimum size necessary to receive Work. 0241 16-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 02 41 16 — DEMOLITION D. Sheet Metal: Remove back to joint, lap, or connection. Secure loose and unfastened ends or edges and provide a watertight condition. Re- seal as required. E. Glass: Remove broken or damaged glass and clean rebates and stops of glazing channels. F, Modular materials such as acoustical ceiling panels, resilient tile„ or ceramic tile: Remove to a natural joint without leaving damaged or defective Work where joining new Work. After flooring removal, clean substrates to remove setting materials and adhesives.. G. Gypsum Board: Remove to a panel joint line on a stud or support line. H, Plaster: Saw cut plaster on straight lines, leaving a minimum 2-inch width of firmly attached metal lath for installing new lath and plaster. 1, Remove existing improvements not specifically indicated or required but necessary to perform Work. Cut to clean lines, allowing for installation of Work. 3.06 PATCHING A. Patch or repair materials to remain when damaged by the performance of the Work of this section. Finish material and appearance of patch and/or repair Work shall match existing. 3.07 CLEANING A. Clean existing materials to remain with appropriate tools and equipment. B. Protect existing improvements during cleaning operations. C. Debris shall be dampened by fog water spray prior to transporting by truck. D. Debris pick-up area shall be kept broom -clean and shall be washed daily with clean water. E. Remove waste and debris, other than items to be salvaged. Turn over salvaged items to Owner, or store and protect for reuse where required. Continuously clean up and remove items as demolition Work progresses. F. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION 0241 16-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 10 00 —SITE CLEARING PART 1 —GENERAL 1.01 SUMMARY A. Removal of vegetation, grass, grass roots, shrubs, tree stumps, trees, upturned stumps, weed growth, tree roots, brush, masonry, concrete, rubbish, debris and other materials. B. Removal of concrete and bituminous surfaces. C. Removal of existing fences and gates. 1.02 RELATED SECTIONS A. Division 01 - General Requirements. B. Section 31 22 00 - Grading. C. Section 31 23 13 - Excavation and Fill. D. Section 31 23 16 - Excavation and Fill for Pavement. E. Section 31 23 23 - Excavation and Fill for Utilities. F. Section 31 23 26 - Base Course. G. Section 32 31 13 - Chain Link Fences and Gates. 1.02 SUBMITTALS A. Shop Drawings: Submit site plan indicating extent of site clearing. 1.03 QUALITY ASSURANCE A. Comply with Standard Specifications for Public Works Construction, current edition, as a minimum requirement. PART 2 — PRODUCTS - NOT USED PART 3 — EXECUTION 3.01 TREE AND STUMP REMOVAL 31 10 00-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 10 00 —SITE CLEARING A. Remove trees and stumps indicated or required to be removed. Remove trees„ together with bulk of roots, to a minimum depth of 4 feet below required grade„ and within a radius of approximately 7 feet beyond perimeter of trunk at grade. B, Fill and compact excavation from tree and stump removal. Fill in 6 inch layers, each compacted to 90 percent of maximum density in accordance with ASTM D1557. 1. Back filling shall not commence until the excavation is inspected and tested. 3.02 CONCRETE AND BITUMINOUS SURFACING REMOVAL A. Break up and completely remove existing concrete surfacing, curbs, gutters, walks and bituminous surfacing to indicated limits. Cutting shall be performed to a neat and even line with proper tools or a concrete cutting saw. Minimum depth of cut shall be 1 1/2-inch, unless otherwise indicated. Remove concrete broken beyond the indicated limits to the nearest joint or score line and replace with new concrete to match existing. 3.03 FENCING A. Existing fences scheduled to remain may be removed to facilitate the Work, provided they are installed to their original condition in accordance with requirements of Section 32 3113 - Chain Link Fences and Gates. B. Fencing indicated to be removed and not reinstalled shall be completely removed, including footings. Fill and compact excavations. C. Install chain link fencing indicated to be relocated or reset in accordance with applicable requirements specified under Section 32 3113 - Chain Link Fences and Gates. 3.04 CLEANUP A. Remove rubbish, debris and waste materials and legally dispose of off the Project site. END OF SECTION 31 10 00-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 22 00 — GRADING PART 1 — GENERAL 1.01 SUMMARY A. General exterior grading, cutting and filling, including grading for building area, paving, planting areas, banks and hillsides. 1.02 RELATED SECTION A. Division 01 - General Requirements. B. Section 31 10 00 -Site Clearing. C. Section 31 23 13 - Excavation and Fill. D. Section 31 23 16 - Excavation and Fill for Pavement. E. Section 31 23 19 - Excavation and Fill for Structures. F. Section 31 23 23 - Excavation and Fill for Utilities. G. Section 31 23 26 - Base Course. H. Section 32 90 00 - Planting. 1.03 PROJECT REQUIREMENTS A. General: 1. Fees: Pay as required by authorities having jurisdiction over the area. 2. Bonds: Post as required by authorities having jurisdiction over the area. 3. Haul Routes and Restrictions: Comply with requirements of authorities having jurisdiction over the area. 4. Before grading, contact Underground Service Alert of Southern California (USASC) for information on public buried utilities and pipelines. Retain the services of an underground utility locator for on -site utilities. 31 22 00-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 22 00 — GRADING PART 2 — PRODUCTS 2.01 MATERIALS A. Materials shall conform to requirements specified in this and related sections. PART 3 — EXECUTION 3.01 PREPARATION A. Protect and maintain installed stakes until their removal is required for the Work. Provide replacement grade or location stakes lost or disturbed. B. Install grade stakes and compare to indicated grades. If discrepancies are found between existing grades and grades indicated on Drawings, do not proceed until discrepancies are resolved. 3.02 ROUGH AND FINE GRADING A. Rough grade area sufficiently high to require cutting by fine grading: 1. Grade area for bituminous surfacing and other paving to the indicated grades, equal to the section of the indicated base and pavement. 2. Slope banks to required finish grades as cut progresses or leave cuts full and finish grade by mechanical equipment to provide grades and soil densities indicated on the Drawings. 3. Rough grade, fill and compact banks beyond indicated finish grades. Finish grade banks and slopes to indicated grades and specified soil densities. 4.. Grade Only Areas: In areas not indicated to receive pavement, rough grade to approximate finish grades and then scarify, moisten and roll to obtain required density and indicated finish grades. 5. Tolerances: Finish grades shall be within a tolerance of 0.05 inch per foot above or below grades indicated. Provide an average grade as indicated. B. Base or Subgrade: 31 22 00-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 22 00 — GRADING 1 After subgrade has been constructed to approximate required grades, scarify to a depth of at least 6 inches: a. After scarifying, process loosened material to a finely divided condition and adjust moisture content to optimum condition by addition of water, addition and blending of dry suitable material, or by drying of existing material. b. Subgrade material shall be compacted by tamping, sheepsfoot rollers or pneumatic tire rollers. Required relative compaction shall be 90 percent minimum for the top 6 inches below subgrade. C. Install base course in accordance with Section 31 23 26 - Base Course. 2. Tolerance of completed grades of base or subgrade shall not vary more than 0.03 inch per foot from grades indicated. Provide an average grade as indicated. 3.03 SHORING A. Provide shoring as necessary to properly and safely support earth sides of excavations, and existing curbs, sidewalks, gutter, drives and stairs, against movement and collapse. B. Design and Calculations: Provide in accordance with requirement of CaIOHSA. C. Remove shoring upon completion of the Work of this section or when no longer needed unless required otherwise by authorities having jurisdiction. 3.04 EXCESS MATERIAL DISPOSAL A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. 3.05 PROTECTION A. Protect the Work of this section until Substantial Completion. END OF SECTION 31 22 00-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 13 — EXCAVATION AND FILL PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Excavating, backfill, and compacting for paved areas. 2. Installation of fill materials. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 31 10 00 -Site Clearing. 3. Section 31 22 00 - Grading. 4. Section 31 23 23 - Excavation and Fill for Utilities. 5. Section 32 23 26 - Base Course. 6. Section 32 01 17 - Pavement Repair. 7. Section 32 12 16 - Asphalt Paving. 8. Section 32 13 13 - Site Concrete Work. 1.02 PROJECT REQUIREMENTS A. Import and Export of Earth Materials: 1. Fees: Pay as required by authorities having jurisdiction over the area. 2. Bonds: Post as required by authorities having jurisdiction over the area. 3. Haul Routes and Restrictions: Comply with requirements of authorities having jurisdiction over the area. 1.03 QUALITY ASSURANCE A. Comply with Standard Specifications for Public Works Construction, current edition, except as modified herein. 1.04 TESTING A. OWNER will retain a Geotechnical Engineer as an OWNER Consultant who will provide observations, tests, inspections and 31 23 16-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION FL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 13 — EXCAVATION AND FILL approvals identified in the Contract Documents as being responsibility of OWNER. B. Imported Soils: The Geotechnical Engineer will obtain initial product Sample for testing in accordance Article 3.05 of this Section. 1.05 PROJECT CONDITIONS A. Information on Drawings or in soils report does not constitute a guarantee of accuracy or uniformity of soil conditions over the Project site. PART 2 - PRODUCTS 2.01 BASE MATERIALS A. Concrete Slabs On Grade: Provide "Crushed Aggregate Base "as specified in the Standard Specifications for Public Works Construction, Section 200: "Rock Materials," with % inch maximum size aggregates. Provide 3-inch thick base, unless noted otherwise. B. Bituminous Surfacing: As indicated on Drawings and specified in Section 31 23 26 - Base Course. 2.02 FILL AND BACKFILL MATERIALS A. Fill and backfill materials shall be previously excavated materials or imported fill material, free of clods and stones larger than 3-inch, foreign materials, vegetable growths, sod, expansive soils, rubbish and debris. Material shall conform to these specified requirements and related sections. B. Fill material exhibiting a wide variation in consistency and moisture content shall be blended or aerated to stabilize and upgrade the material. C. Imported Fill Material: 1. Provide suitable materials obtained from Project site excavations for earthwork and fill materials. If excavated materials are not of suitable quality or sufficient quantity, import additional materials as necessary. 2. Imported fill shall be a granular material with sufficient binder to form a firm and stable unyielding subgrade and shall not have more than 60 percent of fines passing 200 mesh sieve. Material shall have a coefficient of expansion of not more than 2 percent from air dry to optimum moisture content and not more than 6 percent from air dry to saturation. Imported material shall be clean and free of rubbish, debris, and toxic or 31 23 16-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 13 — EXCAVATION AND FILL hazardous contaminants. Adobe or clay soils are not permitted. D. Brick rubble and broken concrete originating from the Project site shall be legally disposed of off the Project site. No such materials shall be imported from outside the Project site. E. Permeable Backfill: Provide permeable backfill material behind retaining structures consisting of gravel, crushedgravel„ crushed rock, natural sands, manufactured sand, or combinations of these materials conforming to the following gradations: Sieve Size: Percentage Passing: 3/4 inch (19mm) 100 3/8 inch (10mm) 80 to 100 No. 100 0 to 8 No. 200 0 to 3 2. Those portions of fill material passing a No. 4 sieve shall provide a sand equivalent of at least 60. 3. Provided backing wr - p holes shall consisttwo cubic Worksof aggregate in burlap! sacks, securely tied. Aggregate shall confoirm to requirements for No. 3 concrete aggregate as, specified in subsection 200-1.4 of t�he Standard Specifications for Public r o 4. Permeable Backfill Alternate Materials: Instead of the materials specified for retaining structures backfill, a drainage matting system, Milradrain by Mirafi, Inc,„ or equal, may be provided if reviewed and approved by the ARCHITECT. PART 3 - EXECUTION 3.01 GENERAL A. Before initiating intrusive activities, contact Underground Service Alert of Southern California (USA or Dig Alert) to obtain a Dig Alert ticket for location information on buried public and USA member utilities and pipelines at least 48-hours prior to beginning work. A copy of the Dig Alert ticket shall be forwarded to the OWNER. For on -site utilities, retain a state -licensed third party underground utility locating service. B. Clear the Project site as indicated in Section 31 10 00 - Site Clearing. 3.02 PROTECTION A. Protect and guard excavations against danger to life, limb, and property as required by, but not limited to, Cal -OSHA regulations. 31 23 16-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 13 — EXCAVATION AND FILL B. Protect adjacent existing improvements including landscaping against damage. 3.03 EXISTING UTILITY LINES A. Protect existing utility lines from damage or displacement. conduitsB. Remove or pipes notexposed during Work, covera minimum of 2 feet is provided. Re• or other non-metallic pipe over 8 inches in diameter, unless otherwise hidicated. 3.04 EXCAVATION A. Unclassified Excavations: Comply with the Standard Specifications for Public Works Construction, Section 300: "Earthwork," except as modified herein. 3.05 FILL A. Unclassified Fill and Compaction: Comply with the Standard Specifications for Public Works Construction, Section 300: "Earthwork," except as modified herein. B. Provide fill materials as specified in Part 2 - Products. If excavated materials from the Project site are not of required quality or sufficient quantity, import additional materials as necessary. C. In addition to the requirements of this Section, import and/or exported materials shall comply with the requirements of Section 01 45 24 - Environmental Import/Export Materials Testing. D. Imported fill materials will be sampled by the Geotechnical Engineer for compliance with the requirements of Part 2 of this Section. E. The Geotechnical Engineer will submit samples to a CITY approved independent approved testing laboratory for testing. F. Initial sampling will be performed by the Geotechnical Engineer before importing material to the Project site. Identify the location of the source site in addition to the address, name of the person and/or entity responsible for the source site. The Geotechnical Engineer will obtain both the initial and additional samples from the identified site and will submit samples to the approved independent testing laboratory for testing. G. The Geotechnical Engineer will perform additional sampling during import operations. If the total quantity of import is determined to be greater than 1,000 cubic yards of material, one sample shall be obtained and submitted for testing for each 250 cubic yards of imported material. If the total quantity of import is determined to be 31 23 16-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 23 13 — EXCAVATION AND FILL less than 1,000 yards, one sample shall be obtained and submitted for testing for each 100 cubic yards of imported material. K The independent approved testing laboratory will perform the required tests and report results of tests noting if the tested material passed or failed such tests and will furnish copies to the Project Inspector, ARCHITECT and the CITY. Report shall state tests were conducted under the responsible charge of a licensed State of California professional engineer and the material was tested in accordance with applicable provisions of the Contract Documents, CBC, and the CITY. Upon completion of the Work of this Section, the independent testing laboratory and Geotechnicl Engineer shall submit a verified report to the CITY as required by CBC. I. Bills of lading or equivalent documentation will be submitted to the Project Inspector on a daily basis. J. Upon completion of import operations, provide the OAR a certification statement attesting that imported material has been obtained from the identified source site. 3.06 INSTALLATION OF MATERIALS A. Fill or backfill materials shall be installed in horizontal layers of 6 inches, unless otherwise required. Each layer shall be evenly placed and moistened or aerated as necessary. Unless otherwise reviewed by the Geotechnical Engineer, each layer of fill material shall cover the length and width of the area to be filled before the next layer of material is installed. Top surface of each layer shall be installed to an approximate level with a crown or crossfall of at least 1 in 50, but no more than 1 in 20. Provide adequate drainage at all times during construction of the Work of this Section. 3.07 COMPACTING A. Each layer of fill material shall be compacted by tamping, sheepsfoot rollers, or pneumatic -tired rollers to provide specified relative compaction. At inaccessible locations, provide specified compaction by manually held, operated and directed compaction equipment. B. Unless otherwise indicated, compact each layer of earth fill to a relative compaction of at least 90 percent. C. When fill materials, or a combination of fill materials, are encountered or provided which develop densely packed surfaces as a result of installation or compacting operations, scarify each compacted layer before installing the next succeeding layer. 3.08 INSPECTION AND TESTING 31 23 16-5 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 23 13 — EXCAVATION AND FILL A. The Geotechnical Engineer will inspect and test excavations, sample material quality as required in Part 2, and observe installation and compaction of fill materials. B. The Geotechnical Engineer will .sample imported fill materials from their designated source before delivery to the Project site. C. Installation of backfill will be observed by the Geotechnical Engineer. D. The Geotechnical Engineer will inspect and test excavation Work before the installation of fill and/or other materials. E. Compaction: Test compaction in accordance with ASTM D1557, Method C. 3.09 PROTECTION A. Protect the Work of this Section until Substantial Completion. 3.10 CLEANING A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION 31 23 16-6 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 3123 23 — EXCAVATION AND FILL FOR UTILITIES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Excavating, backfilling, and compacting utility trenches such as water, gas, irrigation, storm drain, sewer lines, concrete - encased conduits, and manholes, vaults, valve boxes, catch basins, underground tanks, thrust blocks, yard boxes, pull boxes and other utility appurtenances. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 31 10 00 -Site Clearing. 3. Section 31 22 00 - Grading. 4. Section 31 23 16 - Excavation and Fill for Paving. 5. Section 32 13 13 - Site Concrete Work. 6. Section 33 40 00 - Storm Drainage Utilities. 1.02 PROJECT REQUIREMENTS A. Import and Export of Earth Materials: 1. Fees: Pay as required by authorities having jurisdiction over the area. 2. Bonds: Post as required by authorities having jurisdiction over the area. 3. Haul Routes and Restrictions: Comply with requirements of authorities having jurisdiction over the area. 1.03 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: Standard Specifications for Public Works construction, current edition except as modified herein. 1.04 TESTING A. OWNER will retain a Geotechnical Engineer as an OWNER Consultant who will provide observations, tests, inspections and 31 23 23-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 23 — EXCAVATION AND FILL FOR UTILITIES approvals identified in the Contract Documents as being responsibility of OWNER. B. Imported Soils: The Geotechnical Engineer will obtain initial product Sample for testing in accordance Article 3.02 of this Section. 1.05 PROJECT CONDITIONS A. Information on Drawings or in soils report does not constitute a guarantee of accuracy or uniformity of soil conditions over the Project site. PART 2 - PRODUCTS 2.01 MATERIALS A. Bedding material from trench bottom to one foot above the pipe: •- • •- I M•- • 2. Sand complying with the Specifications for cement concrete aggregates. B. Backfill Materials: 1 Excavated trench material to be installed for backfilling shall be clean, free of large clods, and stones larger than 2 '/z-inch in any dimension. 2. Cement -sand slurry shall be provided with one sack of cement per cubic yard of the mixture. 3. Imported Fill Material: Imported fill material shall be a granular material with sufficient binder to form a firm and stable unyielding subgrade and shall not have more than 60 percent of fines passing a 200 mesh sieve. Material shall provide a coefficient of expansion of not more than two percent from air dry to optimum moisture content and not more than six percent from air dry to saturation. Imported materials shall be clean and'. free of rubbish, debris, and toxic or hazardous contaminants. Adobe or clay soils are not permitted. PART 3 - EXECUTION 3.01 GENERAL 31 23 23-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 3123 23 — EXCAVATION AND FILL FOR UTILITIES Steel Pipe 24 inches below finished grade Copper Water Tube 18 inches below finished grade Cast -Iron Pressure Pipe 36 inches below finished grade Plastic Pipe (other than waste) 36 inches below finished grade Tanks or other structures 36 inches below finished grade Soil, Sewer & Storm Drain minimum 18 inches below finished grade, and as required for proper pitch and traffic load. (Install polypropylene sewer pipe with at least 24 inches coverage) 31 23 23-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 23 — EXCAVATION AND FILL FOR UTILITIES Irrigation Pipe: nonpressure pipe 12 inches, pressure pipe 24 inches 2. Trench width shall provide ample space for fitting and joining. Excavate for piping bells and fittings, bell and spigot pipe and other fittings. Unless indicated otherwise, excavate trenches to the required depths for utilities, such as pipes, conduit and tanks, with minimum allowances of 6 inches at the bottom and 6 inches at the sides for bedding of unprotected piping or as required for concrete encasement of conduits as indicated on Drawings. Grade bottom of trenches to a uniform smooth surface. 'Remove loose soil from the excavation before installing sand bedding or concrete encasement. Provide excavations free from standing water by pumping, draining, or providing protection against water intrusion. If soil becomes soft, soggy, or saturated, excavate to firm undisturbed soil and fill as required. Slope adjacent grades away from excavations to minimize entry of water. K. Provide a minimum clear dimension of 2 inches from sides of wall excavation to outer surfaces of buried pipes or conduits installed in the same trench or outside surfaces of containers and tanks. L. Do not install backfill until required inspections and testing is completed. M. Backfill electrical or other excavated utility trenches located outside of barricaded installation areas within 24 hours after inspection by the Project Inspector. N. Install backfill materials in layers not exceeding 4 inches in thickness and compact to 90 percent of the maximum density. O. If materials excavated from the Project site are not permitted for trench backfill in paved areas, backfill trenches with a cement -sand slurry mix. Install backfill to an elevation of the existing undisturbed grade plus one inch. P. Install and compact sand bedding to provide a uniform full length bearing under piping and conduits. Q. Where portions of existing structures, walks, paving, or other improvements are removed or cut for piping or conduit installation, replace the material with equal quality, finished to match adjoining existing improvements. 3.02 IMPORT/EXPORT OF MATERIALS 31 23 23-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 23 23 — EXCAVATION AND FILL FOR UTILITIES A. Provide fill materials as specified in Part 2, Products. If excavated materials from the Project site are not of required quality or sufficient quantity, import additional materials as necessary. B. Imported fill materials will be sampled by the Geotechnical Engineer for compliance with the requirements of Part 2 of this Section. D. The Geotechnical Engineer will perform the tests by utilizing an independent approved testing laboratory. E. Initial sampling will be performed by the Geotechnical Engineer before importing material to the Project site. Identify the location of the source site in addition to the address, name of the person and/or entity responsible for the source site. The Geotechnical Engineer will obtain both the initial sample and additional samples from the identified site and shall submit all samples to the approved independent testing laboratory. F. The Geotechnical Engineer will perform additional sampling during import operations. If the total quantity of import is determined to be greater than 1,000 cubic yards of material, one sample shall be obtained and submitted for testing for each 250 cubic yards of imported material. If the total quantity of import is determined to be less than 1,000 yards, one sample shall be obtained and submitted for testing for each 100 cubic yards of imported material. G. The independent approved testing laboratory will perform the required tests and report results of all tests noting if the tested material passed or failed such tests and will furnish copies to the Project Inspector, ARCHITECT, OAR, DSA, CONTRACTOR, and others as required. Report shall state tests were conducted under the responsible charge of a licensed State of California professional engineer and the material was tested in accordance with applicable provisions of the Contract Documents, CBC and the DSA. Upon completion of the Work of this Section, the independent testing laboratory and Geotechnical Engineer will submit a verified report to the DSA as required by CBC. H. Bills of lading or equivalent documentation will be submitted to the Project Inspector on a daily basis. I. Upon completion of import operations, provide the OAR a certification statement attesting that imported material has been obtained from the identified source site. 3.03 INSPECTION AND TESTING A. The Geotechnical Engineer will inspect and test excavations, sample material quality as required in Part 2, observe installation and compaction of fill materials. 31 23 23-5 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 23 23 — EXCAVATION AND FILL FOR UTILITIES B. Compaction test shall be performed in accordance with ASTM D1557, method "C." 3.04 PROTECTION A. Protect the Work of this Section until Substantial Completion, 3.05 CLEANUP A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION 31 23 23-6 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 31 23 26 — BASE COURSE PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation of base material. 1.02 RELATED SECTIONS A. Division 01 - General Requirements. B. Section 31 10 00 -Site Clearing. C. Section 31 22 00 - Grading. D. Section 31 23 13 - Excavation and Fill. E. Section 32 01 17 - Pavement Repair. F. Section 32 12 16 - Asphalt Paving. G. Section 32 13 13 - Site Concrete Work, 1.03 SUBMITTALS A. Crushed aggregate base (CAB) shall consist of native rock without naturally occurring asbestos or recycled materials. The CONTRACTOR shall submit written documentation, which identifies the source, volume, and proposed transport date of the material for review and approval by City prior to importing the material. A statement on company letterhead from the CAB source, stamped by either a California Professional Geologist or Engineer, which states that the subject materials are native rock, do not contain any recycled materials and that the source quarry does not mine ultramafic materials, a source of natural occurring asbestos shall be included in the submittal to City. The CONTRACTOR may request variance from analytical testing required by Section 01 45 24 for CAB. To be considered for a variance, the CONTRACTOR shall submit a documentation package for City approval, which includes all of the aforementioned information at least 48 hours in advance of planned import. 1. Suppliers include, but are not limited to, the following: 31 23 26-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 31 23 26 — BASE COURSE a. Hansen Aggregates. b. Vulcan Materials, Reliance Company. C. Vulcan Materials Durbin. C. Product Data: Submit material source, technical information and test data for base materials. Gradation and quality certifications shall be dated within 30 days of the submittal. D. Sample: Submit sample of proposed base course material. 1.04 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: Standard Specifications for Public Works Construction, current edition. PART 2 — PRODUCTS 2.01 MATERIALS A. Crushed Aggregate Base (CAB) materials shall conform to the requirements of the Standard Specifications for Public Works Construction: Section 200 - Rock Materials. B. Crushed Miscellaneous Base (CMB) or materials generated on site shall not be used as a base course material. 2.02 MATERIAL APPROVAL A. Base material shall be inspected by the Project Inspector for gradation and material content prior to installation. The City may choose to have additional tests performed by an engineer, retained by the City, before installation. PART 3 — EXECUTION 3.01 INSTALLATION A. Install base course material in layers not exceeding 4 inches in thickness, unless required otherwise. Grade and compact to indicated levels or grades, cut and fill, water and roll until the surface is hard and true to line, grade and required section. Provide a relative compaction of at least 95 percent, unless otherwise required. 31 23 26-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 3123 26 — BASE COURSE B. Grade base course to elevations indicated on Drawings, ready to receive surfacing, in accordance with Section 31 22 00 - Grading. 3.02 PROTECTION A. Protect the Work of this section until Substantial Completion. 3.03 CLEANUP A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION 31 23 26-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 12 16 — ASPHALT PAVING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Paving for playground, parking areas, areas between buildings surfacing adjacent to planting and turf areas as indicated. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 31 22 00 - Grading. 3. Section 32 01 17 - Pavement Repair. 4. Section 31 23 26 - Base Course. 5. Section 32 12 36 - Seal for Bituminous Surfacing. 6. Section 32 13 13 - Site Concrete Work. 1.02 SUBMITTALS A. Shop Drawings: Submit site plan indicating extent of paving and accessories. B. Product Data: Manufacturer's technical data for materials and products. 1.03 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: Standard Specifications for Public Works Construction. B. ADA related slopes shall be measured with a twenty -four -inch digital level. 1.04 PROJECT CONDITIONS A. Information on Drawings or in soils report does not constitute a guarantee of accuracy or uniformity of soil conditions over the Project site. B. A copy of the soils report is available for examination in the office of the ARCHITECT during regular office hours of the ARCHITECT. PART 2 - PRODUCTS 32 12 16-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 12 16 — ASPHALT PAVING 2.01 BITUMINOUS MATERIALS A. Provide materials of the class, grade, or type indicated on the Drawings, conforming to relevant provisions of Section 203 - Bituminous Materials of the Standard Specifications for Public Works Construction. B. Asphalt Concrete Mix: 1. Roadway: PG-64-10 Tack Coat and Hot Mix Asphalt. 2.02 HEADERS A. Concrete: Per specification Section 32 13 13 - Site Concrete Work. ��• 1. Redwood, Construction Heart Grade, size 2 by 6, unless otherwise indicated. 2. Stakes: 2 by 4 redwood or 2 by 3 Douglas fir, Construction Grade. 3. Nails: Common, galvanized, 12d minimum. PART 3 - EXECUTION 3.01 HEADERS A. Concrete Headers: 1. Install headers along edge of bituminous surfacing as indicated on the Drawings. 2. Verify that gradients and elevations of base are correct. Maintain subgrade clean and in a smooth, compacted condition until the concrete is placed. 3. Construct forms, install steel reinforcement and place concrete as indicated on Section 32 13 13 Site Concrete. B. Wood Headers: 1. Install headers along edge of bituminous surfacing abutting turf, earth, or planting area, unless indicated otherwise. 2. Install headers so the bottom surface has continuous bearing on solid grade. Where excavation for headers is undercut, thoroughly tamp soil under the header. Compact backfill on both sides of header to the density of adjacent undisturbed earth. 3212 16-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 12 16 — ASPHALT PAVING 3. Fasten wood headers in place with redwood or Douglas fir stakes of length necessary to extend into solid grade a minimum of 12 inches. Stakes shall be of sound material, neatly pointed, driven vertically, and securely nailed to headers. Space stakes, not to exceed 4 feet on center with top of stales set one inch below top of header. Provide a minimum of two 12d galvanized common nails through each stake. 4. Remove existing headers where new surfacing is installed adjacent to existing surfacing. 5. Install temporary headers at transverse joints of paving where continuous paving operations are not maintained. 6. Provide additional stakes and anchorage as required to fasten headers in place. 3.02 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Pavement Thickness: Unless otherwise indicated on Drawings or specified, install bituminous surfacing to a compacted thickness of 2 inches. B. Base course shall be as specified in Section 31 23 26, Base Course. C. Surfaces of walls, concrete, masonry, or existing bituminous surfacing indicated to be in direct contact with installed bituminous surfacing shall be cleaned, dried and uniformly coated with an asphaltic emulsion film. D. Thicken edges of bituminous surfacing that do not abut walls, concrete, or masonry, and at edges joining existing bituminous surfaces. Remove headers at existing bituminous surfacing where new bituminous surfacing is to be installed. Thicken edges an additional 2 inches and taper to the indicatedor specified thickness 6 inches back from such edges. E. At stairways, adjust thickness of paving such that the first tread is equal in height to all other treads. F. Provide adequate protection for concrete, planting areas, and other finish Work adjacent to areas indicated to receive bituminous surfacing. G. Placing: Do not install bituminous surfacing when atmospheric temperature is below 40 degrees F; or when fog or other unsuitable weather conditions are present. Temperature of mixture at time of installation shall not be lower than 260 degrees F in warm weather or higher than 320 degrees F in cold weather. 32 12 16-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 12 16 — ASPHALT PAVING 2. Where 2-inch or 3-inch thick surfacing is indicated or specified, install surfacing in one course. Where surfacing is indicated or specified 4 inches or more in thickness, except for thickened edges, install bituminous surfacing in courses of approximately equal thickness, each course not exceeding 2 '/2 inches in thickness. H. Stakes or Screeds: Provide grade or screed stakes spaced not more than 15 feet apart in flow lines with grades of less than one percent. Continuous screeds may be provided instead of stakes. I. Spreading: Install bituminous surfacing in a manner to cause least possible handling of mixture. In open areas and wherever practicable, install by mechanical means with a self-propelled mechanical spreader. In confined or restricted areas, install mixture with hot shovels and rakes, and smooth with lutes. Joints: Provide vertical joints between successive runs. Install joints true to line, grade, and cross section. Lapped joints are not permitted. K. Rolling: Finish roll with a self-propelled tandem roller weighing at least 8 tons. Break down roll with a self-propelled roller weighing between 1 '/2 tons and 8 tons. 2. Roll in a manner that preserves flow lines and the established finished grades. Break down roll in areas adjacent to flow lines parallel to flow lines. Break down roll after bituminous surfacing is installed without shoving or cracking of mixture under roller. Continue finish rolling until surfacing is unyielding, true to grade, and meets requirements for specified smoothness. Areas inaccessible to finish roller may be finish rolled with breakdown roller or tamped with hot tamping irons and smoothed with hot smoothing irons„ hand roller or asphalt plate compactor. 3. Where bituminous surfacing abuts concrete, masonry, walks or paving, tamp joint smooth, if necessary, as described above to obtain a uniformly even, joint, true to line and grade. Tamp and smooth to properly compact. 4. Compacted bituminous surfacing shall be provided with a bulk specific gravity of at least 2.31 when tested in accordance with ASTM D 1188. L. Allow bituminous surfacing a thirty day curing time before applying surface seal. 3.03 TOLERANCE 32 12 16-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 12 16 — ASPHALT PAVING A. Smoothness: Surface of bituminous surfacing after rolling, shall be even, smooth and uniform in texture with no voids or rock pockets, free of roller marks or other irregularities, and not varying by more than 0.03 foot, except at local depressions or raised areas as indicated, when a 10-foot straightedge is placed on surface. Grade-B. .• grade shall notmore 12 foot above or below required grade. Variations within prescribed , a - shall •compensating so that average grade and cross-section are provided. - 3.04 TESTING A. Asphalt Pavement to Receive Solar Reflective Coating: 1. After asphalt paving has been installed and after a 24 hour period, flood) test entire area in presence of the Project Inspector. Inspect area after waiting one hour, Entire area tested shall be free of standing water or puddles in excess of 0.01 foot. Practical field measurement 0.01 foot = two quarters stacked. Repair areas of standing water or puddles and flood test locally; install surface seal and retest as necessary. 2. No seals are to be applied to areas of asphalt paving that are to receive solar reflective coatings. B. Asphalt Pavement to Receive Bituminous Seal: refer to Section 32 12 36 Seal for Bituminous Surfacing. 3.05 SURFACE SEALING A. Refer to Section 32 12 36 - Seal for Bituminous Surfacing. B. Where indicated, provide multiple coats of surface seal to existing bituminous surfacing. C. Where new bituminous surfacing joins existing bituminous surfacing, overlap surface seal a minimum of 12 inches onto existing bituminous surfacing. 3.06 PROTECTION A. Protect the Work of this section until Substantial Completion. 3.07 CLEANUP A. Remove rubbish, debris and waste materials and legally dispose of off the Project site. END OF SECTION 32 12 16-5 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 12 36 — SEAL FOR BITUMINOUS SURFACING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Surface sealer over bituminous surfacing. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 32 12 16 - Asphalt Paving. 1.02 SUBMITTALS A. Product Data: Submit manufacturer's product information and application procedures for bituminous surfacing. 1.03 QUALITY ASSURANCE A. Comply with the Standard Specifications For Public Works Construction, current edition. B. Agitate bulk materials during transport. 1.04 MAINTENANCE A. Extra Materials: Provide 10 gallons in unopened containers. PART 2-PRODUCTS 2.01 MATERIALS A. Provide one of the following surface seals: Product Name Manufacturer 1. Guard -Top CALMAT / Industrial Asphalt 2. Over Kote Diversified Asphalt Product 3. Park Top Western Colloid Products 4. Sure Seal Asphalt Coating Engineering 5. Super Drive Top. SAF— T Seal. Inc. 6. Equal. 32 12 36-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 12 36 — SEAL FOR BITUMINOUS SURFACING PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. Thoroughly wash surfaces with water to remove dirt, debris, excessive oil and grease, or other foreign matter. 3.02 APPLICATION A. Install seal coat in strict accordance with manufacturer's written directions and recommendations. B. Install two coats of surface seal to new bituminous surfacing. First coat shall be installed before flood testing. Clean surface and allow to dry before installing second coat. Second coat shall be installed after bituminous surfacing has passed flood test. C. Where new bituminous surfacing is installed adjacent to existing bituminous surfacing, overlap surface seal a minimum of 12 inches onto existing bituminous surfacing. D. Where existing bituminous surfacing is indicated to be patched and sealed, install two coats of surface seal after patching. Refer to Section 32 12 16 - Asphalt Paving. 3.03 PROTECTION OF SURFACES A. Protect sealed and unsealed surfaces from damage and traffic during performance of the Work of this section and until surface seal has thoroughly set and cured. Do not permit traffic of any kind for at least 24 hours after completion of installation. B. Protect the Work of this section until Substantial Completion. 3.04 TESTING A. OWNER reserves the right to obtain samples, perform tests to ensure compliance with the Specifications, and to review weight slips and invoices of materials delivered to the Project site. B. After first coat of surface seal has been installed and after a 24-hour period, flood test entire area in presence of the Project Inspector. Inspect area after waiting one hour. Entire area tested shall be free of standing water or puddles in excess of 0.01 foot. Practical field measurement: 0.01 foot = two quarters stacked. Repair areas of standing water or puddles and flood test locally; install surface seal and retest as necessary. 3.05 CLEAN UP 32 12 36-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 12 36 — SEAL FOR BITUMINOUS SURFACING A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION 32 12 36-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 13 13 - SITE CONCRETE WORK PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: On -site concrete work: 1. Portland cement concrete pavement, driveways, curbs, gutters and mowing strips. 2. Ramps and stairs on grade. 3. Footings for fence posts, bollards, flagpoles, shade structures, light standards and athletic and playground equipment. 4. Pipe encasements, thrust blocks, and equipment pads. 5. Retaining walls, planter walls and concrete benches. 6. Skateboard deterrents. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 31 22 00 - Grading. 3. Section 31 23 26 - Base Course. 4. Section 32 12 16 - Asphalt Paving. 5. Section 33 40 00 - Storm Drainage Utilities. 1.02 REFERENCES A. Flatwork, such as walkways, driveways, ramps and steps on grade, swales, curbs, mow strips and utility related concrete, conform to: 1. Standard Specifications for Public Works Construction, The "Greenbook", except reclaimed aggregates and processed miscellaneous base are not allowed. B. Imported or exported earthwork shall conform to Section 01 45 24 Environmental Import / Export Materials Testing. C. National Ready Mixed Concrete Association (NRMCA): 1. Checklist for the Concrete Pre -Construction Conference. 32 13 13-1 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 13 13 - SITE CONCRETE WORK 1.03 QUALITY ASSURANCE provideA. Source Limitations for Exposed Concrete: Obtain each coilor, size, type, and variety of concrete material and concrete mixture from single manufacturer with resources, to of o in appearance and physical proiperties, Secure material required for the duration of project as needed to ensure consistent quality in app B. Pre -Installation Conference: 1. CONTRACTOR shall coordinate and conduct pre -installation conference in conformance to Section 01 31 19 Project Meetings. 2.. CONTRACTOR shall use the NRMCA "Checklist for the Concrete Pre -Construction Conference" as the meeting agenda. C. Mockup: L Build 8 feet by 8 feet mockups of full -thickness sections of concrete paving using processes and techniques intended for use on permanent work, including curing procedures. 2. Build mockups to demonstrate typical joints; surface finishes and standard of workmanship. 1 Obtain Engineer's approval of mockup before proceeding with work of this Section. 4. Mockup shall remain through completion of the work for use as a quality standard for finished work. 5. Remove mockup when directed by the OAR. D. Field applied primers, paintings, sealers, sealants, caulking, leveling and patching compounds, crack/joint repair compounds adhesives and similar products shall be approved by the City. E. ADA related slopes shall be measured with a twenty -four -inch digital level. 1.04 SUBMITTALS A. Structural Work: Conform to the applicable requirements of Sections 03 10 00 Concrete Forming, 03 20 00 Concrete Reinforcing and 03 30 00 Cast -in -Place Concrete. B. Flatwork: Submit mix design in conformance to the Greenbook. 32 13 13-2 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 13 13 - SITE CONCRETE WORK C. Shop Drawings: Submit drawings indicating the locations of concrete joints, including construction joints, expansion joints, isolation joints, and contraction joints. 1.05 DELIVERY, STORAGE AND HANDLING A. Store cement and aggregate materials so to prevent their deterioration or intrusion by foreign matter. Deteriorated or contaminated materials shall not be furnished. B. Packaged materials shall bear the manufacturers and brand name label and shall be stored in their original unbroken package in a weather tight place until ready for use in the work. C. Avoid exposure of reinforcing steel bars, wire, and wire fabric to dirt, moisture or conditions harmful to reinforcing. D. Reinforcing steel bars, wire, and wire fabric shall be stored on the Project site to permit easy access for examination and identification of each shipment. Material of each shipment shall be separated by size and shape. PART 2 - PRODUCTS 2.01 MATERIALS A. Flatwork: Conform to the applicable requirements of the Greenbook, Section 201, except as follows: 1. Water/cement ratio for concrete flatwork shall be 0.50 maximum. 2. Base course shall conform to Section 32 32 26 Base Course. 3. Reclaimed concrete material shall not be used. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that gradients and elevations of base are correct. Maintain subgrade clean and in a smooth, compacted condition until the concrete is placed. B. Maintain subgrade in a smooth, compacted condition in conformity with the required section and established grade until the concrete is placed. Earth surface shall be kept moist by frequent sprinkling up to the time of placing concrete. 32 13 13-3 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 13 13 - SITE CONCRETE WORK 3.02 CONSTRUCTION OF FORMS A. Flatwork Forming: Set forms to the indicated alignment, grade and dimensions. Hold forms rigidly in place by a minimum of 4 stakes per form placed at intervals not to exceed two feet. Use additional stakes and braces at corners, deep sections, and radius bends, as required. Use clamps, spreaders, and braces where required to ensure rigidity in the forms. B. Wall Formwork: Forms shall be constructed to conform to final concrete shape, lines and dimensions of members required by Drawings and Specifications. Forms shall be sufficiently tight to prevent leakage of concrete and properly braced or tied together to maintain position and shape. 3.03 STEEL REINFORCEMENT INSTALLATION A. Fabricate bars of the indicated sizes and bend and form to required shapes and lengths by methods not injurious to materials. Do not heat reinforcement for bending. Bend bars No. 6 size and larger in the shop only. Bears with unscheduled kinks or bends are not permitted. B. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. C. Install welded -wire reinforcement in lengths as long as practicable. Lap adjoining pieces, and lace splices with wire. D. Clean reinforcement of loose rust and mill scale, earth, or bond - reducing materials. 3.04 PREPARATION FOR CONCRETE PLACEMENT A. Surfaces to receive concrete shall be free of debris, standing water, and any other deleterious substances before start of concrete placing. B. Do not place concrete until forms, reinforcement, pipe, conduits, outlet boxes, anchors, sleeves, bolts, and other embedded materials are securely fastened in place. Maintain a minimum of two inches clearance between said items and any part of the concrete reinforcement. C. Adjust pull boxes, meter boxes, valve covers and manholes to proposed finish grade prior to placement of concrete. Anchor bolts shall be accurately set and maintained in position by templates while being embedded in concrete. 32 13 13-4 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 13 13 - SITE CONCRETE WORK D. Clean thoroughly the surfaces of metalwork to be in contact with concrete, remove dirt, grease, loose scale and rust, grout, mortar, and other foreign substances before the concrete is placed. E. Moisten subbase to provide a uniform dampened condition at time concrete is placed. 3.05 CONCRETE PLACEMENT A. Place, compact, screed, float and trowel concrete as indicated in Section 03 30 00 Cast -in -Place Concrete. B. Finish: After straight edging, when most of the water sheen has disappeared and just before the concrete hardens, finish the surface with a wood or magnesium float or darby to a smooth and uniformly fine granular or sandy texture free of waves„ irregularities, or tool marks. Produce a scored surface by brooming with a fiber -bristle brush in a direction transverse to that of the traffic, followed by edging. 1. Provide medium broom finish on surfaces up to six percent slope by striating surface 1/32 to 3/64 inch deep with a soft bristle broom across concrete surface to provide a uniform fine line texture. 2. Provide heavy broom finish on surfaces over six percent by striating surface 1/16 inch to 1/8 inch deep with a stiff -bristled broom. 3.06 JOINTS A. Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. Align curb, gutter, and sidewalk joints. B. Set construction joints at'side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour. Butt Joints: Use bonding agent or epoxy -bonding adhesive at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Expansion Joints: 32 13 13-5 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 32 13 13 - SITE CONCRETE WORK 2. During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints to a depth equal to at least one-fourth of the concrete thickness, as follows: Grooved Joints: Form contractionw - floating by radius.grooving and finishing each edge of joint with grooving tool', to a grooving of It •joints applying surface finishes. Remolve grooving -tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cranks.. 3. Doweled Contraction Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. concreteE. Edging-i After initial floating, tool ledges of paving, gutters, curbs, and joints in w :• • tool toradius. Repeat concrete 3.07 STAIRS AND RAMPS A. Install support post sleeves into the perimeter concrete curbing during the installation process of the curbing. Sleeves shall be three-inch diameter, schedule 40 PVC with a cap solvent welded to the bottom of the sleeve. Drill a half -inch weep hole on the bottom of the cap. Sleeve and cap shall be Nibco products or approved equal. Sleeves shall be embedded into concrete a minimum of nine inches and spaced at a maximum of four feet, or as indicated on the Drawings. Fill sleeve with non -shrink grout Quickcrete #1585-01 when setting posts. Provide control joints into the concrete on both sides for each post. 32 13 13-6 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 32 13 13 - SITE CONCRETE WORK B. Finish step nosings with a safety step edger/groover with a 1/2 inch radius and four grooves spaced equally 3/4 inch on center and a bit depth between 1/4 to 3/8 inch. Paint with contrasting color. 3.08 CURB AND GUTTER CONCRETE PLACEMENT AND FINISHING A. Formed Curb and Gutter: Place concrete to the required section in a single lift. Consolidate concrete using approved mechanical vibrators. Finish curve shaped gutters with a standardcurb mule or concrete slipformed curb paving equipment. B. Concrete Finishing: Float and finish exposed surfaces with a smooth wood float until true to grade and section and uniform in texture. Brush floated surfaces with a fine -hair brush using longitudinal strokes. Round' the edges of the gutter and top of the curb with an edging tool to a radius of 1/2 inch. Immediately after removing the front curb form, rub the face of the curb with a wood or concrete rubbing block and water until blemishes, form marks, and tool marks have been removed. Brush the front curb surface, while still wet, in the same manner as the gutter and curb top. Finish the top surface of gutter to grade with a wood float. C. Surface and Thickness Tolerances: Finished surfaces shall not vary more than 1/4 inch from the testing edge of a 10-foot straightedge. Permissible deficiency in section thickness will be up to 1/4 inch. 3.09 CLEAN UP A. Remove rubbish, debris, and waste materials and legally dispose of off the Project Site. 3.10 PROTECTION A. Protect the Work of this section until Substantial Completion. END OF SECTION 32 13 13-7 R-7236 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES PART 1 - GENERAL 1.01 SUMMARY A. This Section includes storm drainage piping; sub -surface drains; metal covers, grates and frames; catch basins; box culverts; manholes, and BMPs. 1. Best Management Practices (BMPs): a. Catch Basin Inserts. 2. Closed-circuit television inspection of storm drain lines. 1.02 RELATED REQUIREMENTS A. Division 01 - General Requirements. B. Section 01 74 18 - Water Pollution Control. C. Section 31 23 13 - Excavation and Fill. D. Section 31 23 23 - Excavation and Fill for Utilities. E. Section 32 13 13 - Site Concrete Work. 1.03 DEFINITIONS A. AASHTO: American Association of State Highway and Transportation Officials. B. ASME: American Society of Mechanical Engineers. C. ASTM: American Society for Testing and Materials. D. BMP: Stormwater Best Management Practice. E. CBC: California Building Code. F. CCTV: Closed -Circuit Television. G. DET: Detention BMP. H. DWV: Drain, Waste, and Vent. I. FILT: Filter BMP. J. GS: Gravity Separator. K. HDPE: High Density Polyethylene. 33 40 00-1 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES L. IAPMO: International Association of Plumbing and Mechanical Officials. M. IOR: Inspector of Record. N. NPS: Nominal Pipe Size. O. OAR: OWNER's Authorized Representative. P. PE: Polyethylene. Q. Post Construction BMP: Devices installed by the CONTRACTOR for storm water management to be left on site after construction completion. R. PP: Polypropylene. S. PVC: Poly Vinyl Chloride. T. RET: Retention. U. SDR: Standard Dimensions Ratio. V. VEG: Vegetative. W. OWNER: City of El Segundo. X. SWPPP: Storm Water Pollution Prevention Plan. 1.04 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. ASHTO M 252: Geotextile Specification for Highway Applications. 2. AASHTO M 294: Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter. 3. AASHTO M 330: Standard Specification for Polypropylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter. B. American Society for Testing and Materials International (ASTM): 1. ASTM A888: Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 2. ASTM C14: Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe. 33 40 00-2 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES 3. ASTM C443: Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. 4. ASTM C564: Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 5. ASTM C76: Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. 6. ASTM C857: Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. 7. ASTM C858: Standard Specification for Underground Precast Concrete Utility Structures. 8. ASTM C891: Standard Practice for Installation of Underground Precast Concrete Utility Structures. 9. ASTM D2564: Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems. 10. ASTM D2665: Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent. Pipe and Fittings. •. • Practice for• (Primer • Solvent Cement) Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly (Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered Sockets. 12. ASTM D3034: Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 13. ASTM D3212: Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 14. ASTM D448:: Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 15. ASTM F1866: Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Schedule 40 Drainage and DWV Fabricated Fittings. r • -• • Pipe •Fittings for Corrugated Storm • Drainage Subsurface Applications. 17. ASTM F2418 Standard Specification for Polypropylene Corrugated Wall Stormwater Collection Chambers. 18. ASTM F2764: Standard Specification for 6 to 60 in. [150 to 1500 mm] Polypropylene (PP) Corrugated Double and Triple 33 40 00-3 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications. 19. ASTM F2787: Standard Practice for Structural Design of Thermoplastic Corrugated Wall Stormwater Collection Chambers. 20. ASTM F2881: Standard Specification for 12 to 60 in. [300 to 1500 mm] Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications. 21. ASTM F2922: Standard Specification for Polyethylene Corrugated Wall Stormwater Collection Chambers. 22. ASTM F477: Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 23. ASTM F656: Standard Specification for Primers for Use in Solvent Cement Joints of Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. 24. ASTM F794: Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. C. Cast Iron Soil Pipe Institute (CISPI): 1. CISPI 301: Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 2. CISPI 310: Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. D. The International Association of Plumbing and Mechanical Officials (IAPMO): 1. IAPMO IS 6: Hubless Cast Iron Sanitary and Rainwater Systems - Installation Standards. E. Standard Specifications for Public Works Constructions (Greenbook): 1. Section 202: Masonry Materials. 2. Section 206: Miscellaneous Metal Items. 3. Section 207: Pipe. 4. Section 208: Pipe Joint Types and Materials. 5. Section 210: Paint and Protective Coatings. 33 40 00-4 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES 6. Section 306: Underground Conduit Construction. 1.05 SUBMITTALS A. Shop Drawings: Submit site plan denoting locations of lines, valves, and appurtenances. B. Product Data: Manufacturer's catalog data for all required materials. Include technical data for accessories, information concerning gaskets, joints and couplings. C. Certificates: Certificates attesting that tests set forth in referenced publication have been performed and the results required by design have been met. D. Closeout Documents: At Substantial Completion submit to the OAR two CD's and one hard copy of the documents indicated in paragraphs 1 through 5 below,- 1 Maintenance Log: Provide Microsoft Excel Spreadsheet including the following information: a. Maintenance log and upkeep records of the installed Post Construction BMPs. Include the following headers as a minimum: "Date of Service", "Location of BMP", "Type of Maintenance or Service", "Notes", "Next Scheduled Preventive Maintenance Due", and "Inspector Signature". b. Maintenance Requirements: Include the following headers as a minimum: "BMPDescription", "Location of BM'P and Map Grid Location" and "'Type of Maintenance or Service Needed", i.e.; weekly, monthly„ quarterly, etcetera. "Stock No.", "Manufacturer Contact Information", along with "Frequency" namely weekly, monthly, quarterly, etcetera and "Special Instructions". Z Maintenance Manuals: Provide Maintenance Manual for storm drainage BMP components installed along with requirements, replacement or maintenance schedule and plans with the location of each BMP component. This manual shall include product information cut sheet, shop drawings, vendor information for each component and warranty. 3, Record drawings: "As-Builts' site plan(s) showing Post Construction BMP. Provide a copy of marked record set with red pencil identifying any variations from design documents. 4. Training Documentation: a. OWNER attendees sign off training sheet. 33 40 00-5 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES b. Two DVD's of materials covered in the training and components installed. 5. Post -Construction BMP Maintenance Plan: Submit complete Plan per Attachment "A", edit per As -Built conditions and provide missing information. 6. Records of Closed -Circuit Television Inspection: At Substantial Completion submit to the OAR three DVD's of Closed-circuit television inspections performed. Include the following information: a. Electronic Media Recordings: Visual and audio record of the entire length of pipe. For existing laterals identify problem areas, such as roots, cracks, fractures, broken pipe, and other unusual conditions found. b. Digital Photographs of the pipe condition, connections, points of interest and defects found. Indicate distance of defects to a point of reference such as face of building or mainline. Provide the Digital Photographs after fixing the defective pipes. C. Inspection Log: Provide written report including: 1) Date and time of inspection. 2) Name of Project, CONTRACTOR, and operator name. 3) Location, material and size of pipe. 4) Description of defects found and attempts to fix them. 1.06 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: Standard Specifications for Public Works Construction, current edition. 1.07 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic products, pipes, and fittings in direct sunlight. B. Protect pipe, pipe fittings, and seals from dirt and damage. C. Handle all products according to manufacturer's written rigging instructions. 1.08 TRAINING OF OWNER PERSONNEL 33 40 00-6 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES A. At Substantial Completion and when the storm drainage system is fully operational, knowledgeable representatives from the CONTRACTOR and manufacturer(s) of the components specified and installed at the site shall provide up to 8 hours of training. Date, time and location for the training shall be coordinated through the project OAR. Have OWNER attendees sign off training sheet and provide a copy to the OAR. B. Training period shall cover but not be limited to the following: 1. Explain the operation of storm drainage system and its design intent. 2. Explain the maintenance requirements of every component of the system. 3. Provide recommendations of practices to minimize or eliminate negative impact on the system. 4. Provide maintenance schedule as recommended by the manufacturers for every component and review it with OWNER's Maintenance and Operations staff. 5. Conduct a site walk, identify every component of the system and demonstrate its operation. 6. Training shall be conducted with the use of Maintenance log and Maintenance manual. 1.09 SURPLUS MATERIALS A. Provide enough additional materials for each component of BMP that requires replacement or service during the first year. PART 2 - MATERIALS AND PRODUCTS 2.01 PIPING MATERIALS A. General: Minimum 5 feet away from building boundaries. For piping within 5 feet from building boundaries, and interior piping refer to Division 22 plumbing sections. Provide piping system in conformance with Section 207 - Pipe and Section 208 - Pipe Joint Types and Materials of the Standard Specifications for Public Works Construction. All Soil -tight pipes shall be provided with joints that are function of opening size, channel length, and backfill particle size. A backfill material containing a high percentage of fine -graded soils requires investigation for the specific type of joint to be used to guard against soil infiltration, including the requirement for fabric -wrapped joints. 33 40 00-7 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES B. Nonreinforced Concrete Pipe (CP): ASTM C14, with bell -and -spigot ends and gasketed joints with ASTM C443 rubber gaskets. C. Reinforced Concrete Pipe (RCP): ASTM C76, with bell -and -spigot ends and gasketed joints with ASTM C443 rubber gaskets. 1. Approved manufacturers: Thompson Pipe Group, or equal. D. Cast Iron Soil Pipe (CIP): 1. Hubless, service weight, ASTM A888, CISPI 301, conforming to CISPI 310 and installed in accordance to IAPMO IS 6. 2. Cast iron soil coupling: Hubless, heavy-duty with neoprene gaskets, stainless steel corrugated shields, and 4 bands of stainless -steel clamps. IAPMO, ASTM C564 and CISPI 310. 3. Approved manufacturers: American Foundry, Mission Rubber Company, Tyler, or equal. E. Corrugated, Dual Wall, High Density Polyethylene Drainage Pipe (HDPE): 1. Corrugated PE Drainage Pipe and Fittings NPS 4 to NPS 10: AASHTO M 252, Type S (double -wall) with smooth waterway for coupling joints. 2. Corrugated PE Pipe and Fittings NPS 12 to NPS 60: AASHTO M 294 or ASTM F2306, Type S (double -wall) with smooth waterway for coupling joints. 3. Approved manufacturer: ADS, Hancor, JM Eagle, or equal. F. Corrugated, Dual or Triple Wall, Polypropylene Pipe (PP): 1. Corrugated PP Drainage Pipe and Fittings NPS 12 to NPS 60: ASTM F2764, A. STM F2881, or AASHTO M 330, Type S (double -wall) or Type D (triple -wall), for respective diameters. Provide coupling joints with smooth waterway. 2. Approved manufacturers: ADS, Prinsco, or equal. G. PVC (Poly Vinyl Chloride) Schedule 40 DWV Pipe: 1. Conform to ASTM D2665, ASTM F794, and ASTM F1866. 2. Installer of PVC Schedule 40 DWV piping system shall carry ASTM D2855 and ASME B31.3 qualification. Installer shall provide proof of these qualifications to IOR prior to commencing work. 33 40 00-8 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES 3. Containers for solvent and primer shall be clearly marked with manufacturer's data. Solvent and primer shall not be more than one year old. The safety placards must be visible. 4. Blue or red-hot glue shall not be used. 5. Approved manufacturers and products: a. Pipe: Charlotte pipe and foundry, Harvel Plastics Inc., JM Eagle, Spears Manufacturing Company, or equal. b. Primer: Weld -On P-70 by IPS, Conforming to ASTM F656. C. Cement: Weld -On 711 (gray) by IPS, Conforming to ASTM D2564. H. PVC (Poly Vinyl Chloride) SDR-35 Pipe, 6" through 15": 1. Conform to ASTM D3034. 2. Gasketed Joints: Elastomeric gasket joints conforming to ASTM D3212. 3. Gaskets: Chloroprene conforming to ASTM F477. 4. Approved manufacturers: Charlotte pipe and foundry, Harvel Plastics Inc., JM Eagle, Spears Manufacturing Company, or equal. 2.02 BEDDING MATERIAL FOR PIPE A. General: Conform to the requirements of Section 31 23 13 - Excavation and Fill or Section 31 23 23 - Excavation and Fill for Utilities, as required. B. Approved manufacturers and products: 1. Propex Fabrics, Inc.: Geotex 451. 2. TenCate Geosynthetics Americas: Mirafi 140N. 3. US Fabrics, Inc.: 120NW. 4. Equal products. 2.03 PERFORATED SUBSURFACE DRAIN PIPE A. Perforations shall be symmetrically located within a maximum arc of 160 degrees. Perforations shall provide a total open area of at least 0.3 square inches per linear foot of pipe, with a minimum of one perforation per linear foot, except for joint areas. Perforation shall be 33 40 00-9 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES either holes or slots. Hole diameters of '/4-inch minimum to '/z-inch maximum. Width of slots of 1/8-inch minimum to 5/16-inch maximum with slot length not exceeding 5 inches. B, Aggregate Around Perforated Pipe shall be 6 inches of gravel containing no particles finer than a 1/2-inch to 3/4-inch sieve opening size. 2.04 STORMWATER TREATMENT SYSTEMS /BMPS A. GS-2: Catch Basin Inserts, approved manufacturers and products: 1. AbTech Industries: UUF DI -DO. 2. ADS-FlexStorm: FlexStorm Pure or Catch -it. 3. Aquashield Inc.: Aqua -Guardian. 4. Ecosense International: EcoSense International's Catch Basin Insert. 5. EnviroPod Inc.: LittaTrap. 6. Oldcastle Precast Inc.: FLoGard, or GISB. 7. UltraTech International Inc.: Ultra -Drain Guard. 8. Equal products. MANHOLES A. Provide round reinforced concrete manhole with an H-20 traffic rated hatch & solid cover of minimum 30-inch in diameter with holes of maximum'/2-inch in diameter. 2.05 MISCELLANEOUS MATERIALS A. Metal Covers, Grates, Frames and Accessories: 1. Conform to Section 206 - Miscellaneous Metal Items of the Standard Specifications for Public Works Construction. 2. Hot -dip galvanize steel parts after fabrication in accordance with Section 210 - Paint and Protective Coatings of the Standard Specifications for Public Works Construction. 3. Grates and Frames: a. Vandal -proof design and construction. b. ADA compliant, in conformance to CBC 11 B-302.3. C. Rated for vehicular traffic on areas intended for use by motor vehicles. 33 40 00-10 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES Cl. Hot -dip galvanized, B. Concrete, Mortar and Related Materials: Conform to Section 32 13 13 - Site Concrete Work. C. Manhole Brick Mortar, Grout, and Plaster: Conform to Standard Specifications for Public Works Construction, Section 202 - Masonry Materials. D. Underground Concrete Structures: Shall be precast and rated for H-20 traffic loading and applicable soil loads. The materials and structural design of the devices shall be per ASTM C857 and ASTM C858. 2.06 NAMEPLATES A. Stainless steel or aluminium nameplate permanently fastened to BMP showing the following information: 1. BMP ID number and BMP type. 2. Next service day followed by a 1-inch by 4-inch long blank space. 3. Manufacturer name, model number, telephone number and stock ID number. 4. Installation or production date. 5. 1-inch by 4-inch blank space for OWNER's use. PART 3 - EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS A. CONTRACTOR shall arrange for a preconstruction meeting with the manufacturer's representative to review the basic principles for proper installation of Underground BMP type products prior to any installation. B. Underground Concrete modules shall be installed in accordance with manufacturer's instructions and the current ASTM C891 procedures. 3.02 EXCAVATION, BACKFILLING AND COMPACTING A. Conform to the requirements of Section 31 23 13 - Excavation and Fill or Section 31 23 23 - Excavation and Fill for Utilities, as required. 3.03 INSTALLATION OF PIPE 33 40 00-11 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION Agreement No. 7436 EL SEGUNDO PUBLIC WORKS SECTION 33 40 00 - STORM DRAINAGE UTILITIES A. Conform to Section 306 - Underground Conduit Construction of the Standard Specifications for Public Works Construction. B. Non-ferrous drainpipe installed with less than 12 inches of cover to finish grade shall be provided with a 4-inch thick concrete pipe encasement. 3.04 DRAINAGE APPURTENANCES A. Catch basins, junction chambers, manholes, box culverts, outlet chambers and other drainage structures: Construct as indicated on Drawings and as specified in Section 32 13 13 - Site Concrete Work, and in compliance with the Standard Specifications for Public Works Construction, Section 303 - Concrete and Masonry Construction. B. Ensure that Post Construction BMP have a visible identifying manufacturer tag with product identification, manufacturer contact information, date of last service and date of next service due. C, Provide storm drain stencil per City or County requirements as applicable. 3.05 STORMWATER TREATMENT SYSTEMS/BMPs A. FloGard Filter Insert FGP-24F. 3.06 ABANDONED DRAINAGE LINES AND STRUCTURES A. Cap or plug existing drain lines that are cut and abandoned and remove existing drainage structures that are abandoned. 3.07 CLOSED-CIRCUIT TELEVISION INSPECTION A. Coordinate with OAR time and date of inspection. Project Inspector shall be present during the CCTV inspection. B. Clean laterals by hydraulic jet. C. Perform internal closed-circuit television inspection of lateral from the building to the public mainline. Record drain line in its entirety with no breaks or interruptions. Move camera at a speed no greater than 30 feet per minute, shopping for a minimum of ten seconds to record pipe connections, defects, and points of interest. D. Maintain technical quality, sharp focus and distortion free picture. Pan, tilt, and rotate as necessary to best view and evaluate connections, defects and points of interest. E. Minimum Requirements for Closed-circuit Television Equipment: 33 40 00-12 COM-24-377 CITY OF EL SEGUNDO WATER RESERVOIR DEMOLITION EL SEGUNDO PUBLIC WORKS Agreement No. 7436 SECTION 33 40 00 - STORM DRAINAGE UTILITIES 1. Television camera specially designed for pipe inspections, and operative in 100 percent humidity conditions. 2. Camera and television monitor capable of producing minimum 470H-line resolution color video picture. 3. Camera capable to inspect lines as small as three inches up to 70 feet from storm drain mainline. 4. Camera lighting shall be suitable to allow clear picture of inner wall at least ten feet in front. F. Defective Work: 1. New Lines: Defective Work found shall be repaired at CONTRACTOR's expense. Perform a new closed-circuit television inspection at no cost to OWNER. 2. Existing Laterals: a. If roots, sludge, or sediment material or other defect not related to the Work of this project impedes inspection, withdraw, camera, restart inspection from opposite end and notify OAR of defects found. b. If obstruction or stoppage was caused by Work related to this project, remove obstruction at no cost to OWNER. Perform a new closed-circuit television inspection at CONTRACTOR's expense. 3.08 CLEANUP A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. B. Maintain Post Construction BMP after installation and keep a maintenance log to be turned over to OAR at Substantial Completion. 3.09 PROTECTION A. Protect the Work of this section until Substantial Completion. END OF SECTION 33 40 00-13 COM-24-377 Agreement No. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 PLANS NOlillON3U NOMBIN N31VAA OC]NnD3S 13 J059f9effMQ& t7,4.36 .... . .. . ....... ........... . . . ...... - - ------- 0 z > Lu C) < Es 0 LD z* . ....... . . . ..... . . . . . . .. .. Ll i J, U ..... ............... . . ..... . . .. ...... LL. 0 z 0 0 :2 LLI 0 LIJ un LU w :2 < ...... . ....... H 0 z z > 4 H 10 -51 2 �z ! -5 5 6. ` < ffi - 0" I�Hj 0 25 'ag. 7,2R-2�fn 2- �g -7 0 oll 0 m z, u 7 -e 0 ----- - Li W- j gM L-E c4 12� 5z -4w q !N 1 5m; ng� q - 5 t us ,5£ff PH 5-, 13 12 52 10 2o 0 56 5c I's 7cf 6c fii Z2J �7 -5� J 'ch 9 55 222 7 M ��U. A� V�M 6 3 Da, n ------- f 6' Noi i nowin NIOANISIN N31V/\A 0(]NnD3S 13 3Aqreem&mt-NOD7,t26 ..... . . . . ................................. . . . . ............ . .. ... - - - - ---------------------------- - ..... . . ....... . ... ...... .... ...... .......... . . ...................... . . . . .. ........... cler+ ... .............. . . ....... ........ z 00 9u c5 c4 W"i, z z D O-a 9 II-- ------- ... ... . ...... - - - - - - - ------------ - ------------------- ---- . . . . ................ . . . . . . ............................... ................ . ................. . . ................ 1P, A 0 IN It 114 flj Bpp Jim It J i 6 JTJ Up, j pl, f,D) N ITIN kll'li� R�! IIm M, I $4114"t ... ...... . I J Pg " d� A ......s .. . .... . . ...... . . ........... . . ........... . . . . . .................................... ..... . ..... . . . .... . . ................. . . ... ...... . . .......... I ... .. ............. . - — ----- - . ................ N011110NIG ---- -------- �110A�HSIN NJIVAA OGNnD3s 13 AolAr:�eRMIVK 74d36 .... .. .. ..... ...... ... .. . . ............. .......... . ... . .......... ...... . . . . . ........... z > z LLJ Z, 0 g ci c Z. C) 'Z cz D 0 7 U Z: U < L A .. ...... . .... . .......... . . . - - ----------- - - LL . I ..... ..... I of l< N i 0 z W lu H. LLI > 03 '.M.F 8-CL H X m z ww°z aLU z wf. 2 ; HUI c W C LU W is LU U) -u.76 UJ �l I I El as as of El El 0, CL 8� cepq M� apo "K �d, IN') W. A 51 it , 0 v0- Rry�d"du'M Y5 nt p 1 ghl; 4a "0 f Fibc �Z. i? vp% p-U D 0 'Ago C� 2i� N z mw �` 6 k q gp� �pq yqi,16i pf p� lev j1p;mq g U- Nwr UM 4 1 ash i;,H il.5 1l o, UJ z T rz) w 1 A , v t iIiTLLD'.,, q z Z, Ll , If I L L L N, L Mkk . . . . ............ . 133211S V11lNO1 ..... . ...... ................ . . ............ . . ...... . . ................ . ..... ....... ........ . . . . . . ......... ................. ..... ...... - - ------------- . ......... .. - - -------------- - ............ . - - - ---------------------- NOIIIIOWIG . .......... . .. .. ......... . .............. . .. . �JIOANISRI �IIIVAA OGNnD1S 11 AAgmeemenl-NoD7436 . . . ..................... . ............. . .......... . ............ . ... z z > 6 < z z — U < i LLJ 0 z CD z D Z< U u MH . < . .. . ............... ........... . . ..... U) ni�2�7' Lu z 9 2 w' q °e 1 , Fo- w 0 z LLI 0 (D GE) G) U h� Ip Lu M 'MR 'pi NNLij z -M 0 5 -w--ffl ui I HH, -61 j 1, LU R 0 LU - -------------- Rl L 73 H H 'z LU LU . . ....... . . ..... . . ...... L ... ................................ . ...... 13 3 2:LS Vi I IN 0-1 ml, Z LLJ 55 ..... ...... —.......... -- . — ------- 133HiS V11VIO1 NOI I 11OWY] NIOAN��IN N1 IVAA 0(]Nn.')IS IA AA9r-9eEMtVK 7Q6 . . . .................... . . --- -- - --- -- ..... .. . ....... .........rn ... ...... A 2 c H, Uw M 0 U Nw oz . ........... 3 R Fj . .......... . ----- ti AAV GNVHS ':I N011110WIG NIOANIS3N N]iV/\A OGNnDis 13 j(A me&NOD7436 . .... .. ...... . .. .................. .. . ..... . . .. ... .......... .... . .... ....... . ....... ........ .......... . ................ . . . . 0. All zZ > Mow! LU 2 - :, - 06 ME> U NMI . . . ......... .. . ... . . ............ . .... EIE. 01. 011 ------ . ............ . .......... . t 1 ml R, HWI . . . . . .. .. . . . . . . ----- 1 W - - - -------- Ohl Ing NMI 31 SHE HHHUR Non lugh Hum py 1 n Hug 10H iN Nil 160 a fi ANA Him HIM iCn nH MY Z O w w m m a�m z Z w LU J N w H O z Q w w 0 pia C'Ip NOIIIIOW3a NIOA ISIN N31VM OGNnD]S l3 3.... Ow c <o o < C p QZ --- CvS 71 Z o • J C A " =7 5i�; VS s His', s m. � t o mo wG 5 o� ; �� w Z 03 mCm Q• Z °z ' 'O ms oowaa¢g 4=uyo gs: C E< 5 „� £ °8a s s s� oC��w4'a iw s3g w7 g zg">¢a wit' �s > 4 s o3u o d� ov i'zz 3w°wine ww:o� �=V mew 4 w g < w mks uwi 5,' zz°8` w $ o -sueg �oHP:��� �� � ow w H B Agreement No. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 GEOTECHNICAL REPORT Agreement No. 7436 ENGINEERS & GEOLOGISTS May 24, 2024 Mr. Lifan Xu CITY OF EL SEGUNDO PUBLIC WORKS 350 Main Street El Segundo, CA 90245 GMU Project 23-244-00 Subject: Preliminary Geotechnical Investigation and Feasibility Study, Proposed Park Space over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California References: See Attached List. Dear Mr. Xu This report summarizes the results of our preliminary geotechnical investigation and feasibility study for the proposed infill and drainage considerations for abandoning the reservoir within the parcel northeast of the intersection of Grand Avenue and Lomita Street adjacent to Hilltop Park. The purpose of the investigation was to determine the nature of the subsurface soils, evaluate their in -place characteristics, and develop geotechnical recommendations with respect to the acceptability of the site geologic conditions as it relates to infiltration, the soils for use as fill and backfill, suitable import infll material, and to provide conceptual drainage recommendations which will allow for minimal demolition of the existing reservoir structure. These recommendations are based on our review of the reference (1) collection of as -built documents, our discussions with you, and our investigation. SITE LOCATION The subject site is located on the northeast corner of the intersection of Lomita Street and East Grand Avenue in the City of El Segundo, California. An existing abandoned concrete reservoir shell is located on the subject site, which is located at the top of a hill. A berm exists around the perimeter of the reservoir, which reaches a height of approximately 8 to 10 feet above the adjacent exterior grades and approximately 12 feet above the existing surface grades of the abandoned reservoir bottom. The reservoir interior walls have a descending slope of approximately 1H:IV, and the concrete bottom of the reservoir is relatively flat with a very gentle gradient from North to South. A concrete wall runs across the width of the reservoir (East-West). The general location of the project site is shown on the attached Plate 1 — Location Map. eft p^G,'A 11 Geotechnical • Pavement • Structural • Civil 30336 Esperanza, Rancho Santa Margarita, CA 92688 1 O 949.888.6513 1 www GMUgeo corn 1 "/riIYI I' Y II M Yl fl f " /'Y'�I 4 ^Y 'Jyll9 R ➢° Y, 1 VY P!!Z I1,R, ': "Yri Pl rl / 'fV1 Aq oip Y �"/P%�l/ / rf 1171 ° ^p;y p /r{ 1 I ' ,Y 0 /1 / +Y I' r if r2; bpi ➢� 91 �I j /ll' Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California PROPOSED IMPROVEMENTS It is our understanding that the proposed project scope consists of a partial demolition of the existing reservoir, backfilling the reservoir and grading the site for a future park space. We understand that the city intends to minimize the demolition of the abandoned reservoir to the extent possible. Future project scope will include landscaping, installation of irrigation, perimeter fencing, and other associated improvements, these improvements are not included in the subject preliminary report and may be addressed later under a subsequent phase of work. SUBSURFACE EXPLORATION To characterize the existing soils within the site, GMU performed subsurface exploration that consisted of the excavation of four hand -auger drill holes to a depth of 10 to 10.5 feet below the existing ground surface (bgs), two hollow stem auger drill holes to a depth of 11.5 feet and 26.5 feet bgs, and an infiltration test at 5 feet bgs. The drill holes were logged by a staff engineer and bulk and relatively undisturbed samples of the soils from the borings were obtained. The approximate locations of the drilled holes are shown on the attached Plate 2 — Geotechnical Map. The drill hole logs are presented in Appendix A. Drill holes were backfilled with native material. Where cored, the concrete reservoir bottom was observed to have a thickness of approximately 6.5 inches. LABORATORY TESTING Laboratory testing for this investigation included the determination of in -place moisture content and dry density, grain size analysis, expansion index, Atterberg Limits, soil corrosion testing, and shear strength characteristics. The results of our laboratory testing are summarized on Table B-1 in Appendix B — Geotechnical Laboratory Procedures and Test Results. May 24, 2024 2 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California GEOLOGIC FINDINGS SUBSURFACE MATERIALS Artificial Fill (Qaf) Artificial fill soils were encountered to a depth of approximately 1-2 feet bgs in the hand -auger exploration within reservoir bottom and within the hollow stem auger holes on the southwest and northeast portions of the reservoir perimeter. Within the hand -auger explorations through the berm around the perimeter of the reservoir, the fill soils were encountered to a depth of approximately 8 to 10 feet bgs. The fill generally consisted of brown, damp, loose to medium dense, poorly graded sand with silt. four inches of topsoil was generally encountered around the top perimeter of the reservoir and 2-inch diameter concrete chunks were encountered in the fill within HA-2. Old Sand Dune Deposits (Qos) The artificial fill is underlain by old sand dune deposits. The encountered old sand dune deposits generally consisted of reddish brown to brown, damp to moist, loose to very dense, poorly graded sand with silt to silty sands. GROUNDWATER Groundwater was not encountered during our recent subsurface exploration and based on review of the CDMG (1998) seismic hazard zone report, the historic high groundwater is reportedly at a depth of 40 feet or greater below the existing grade. Therefore, given the anticipated shallow nature of the proposed improvements, groundwater is not expected to have an adverse impact on the proposed improvements. Groundwater conditions may vary across the site due to stratigraphic and hydrologic conditions and may change over time due to seasonal and meteorological fluctuations, or activities by humans at this site and nearby sites. However, based on the above findings, groundwater is unlikely to impact the proposed grading and construction of new improvements. GEOTECHNICAL ENGINEERING FINDINGS SOIL EXPANSION The Expansion Index was tested for the upper 5 feet of surficial soils within the reservoir bottom. Based on our review of the laboratory data (Expansion Index), the onsite fill materials have a very May 24, 2024 3 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California low expansion potential (EI=O). Therefore, the on -site soils should be considered to have a very low expansive potential. SOIL CORROSION Based on laboratory test results for pH, soluble chlorides, sulfate, and minimum resistivity of the site soils obtained during our subsurface investigation, the on -site soils should be considered to have the following: • A negligible sulfate level or "So" sulfate exposure to concrete per ACI 318-14, Table 19.3.1.1 • A relatively high resistivity indicating conditions that are mildly corrosive to ferrous metals in contact with soil. • A moderate chloride content (corrosive to ferrous metals). PRELIMINARY INFILTRATION TESTING We note that infiltration is deemed feasible when the design infiltration rates meet and exceed the minimum infiltration rate of 0.3 inches per hour in accordance with the LA County GS200.1 guidelines document. One preliminary percolation test was performed in general conformance with the GS200.1 document within the shallow drill hole identified as IT-1, as shown on the attached Plate 2 — Geotechnical Map. The "Small Diameter Boring, Shallow Infiltration" test schematic depicted on Plate 2-C of the GS200.1 document was utilized. The percolation test borings were drilled to depths of 5 feet below the existing grade using an 8-inch hollow -stem auger. The final calculated raw infiltration rates are presented in Table 1 below: Table 1: Calculated Infiltration Rates Drill Hole Depth Below Finish Raw Infiltration Rate Grade (feet). _ (inch/hour) ... IT-1 5 0.00 Based on the infiltration results shown above and in accordance with the GS200.1 document, the near -surface soils do not meet the minimum infiltration rate of 0.3 inch/hour even prior to application of appropriate factors of safety. May 24, 2024 4 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California CONCLUSIONS Based on the preliminary scope of the project, we conclude that the proposed development is feasible from a geotechnical standpoint if accomplished in accordance with the California Building Code (CBC), City of El Segundo requirements, and the recommendations presented in this report. A summary of conclusions is as follows: 1. The site improvements are feasible and are expected to perform adequately if the following recommendations are utilized in the design and construction of the improvements. 2. The site is underlain by artificial fill and native competent old sand dune deposits. However, the soils exposed at the ground surface are generally loose and will require processing prior to placement of new fill/landscaping/other improvements. 3. Following the processing of the surficial soils and grading to 3:1 inclinations, the perimeter berms are expected to be stable (assuming placement of landscaping and/or improvements occurs in a timely manner). 4. The site soils encountered are generally acceptable for use as fill. 5. The site soils are not conducive to shallow infiltration. Based on site stratigraphy, there may be potential for future infiltration using a deeper drywell system, which can be explored further with future testing. 6. Prior to infill, a subterranean drainage system should be installed in the base of the reservoir to allow water that infiltrates the reservoir infill to be drained and avoid becoming saturated due to the left -in -place reservoir shell. The subterranean drainage system should include partial demolition of the reservoir shell and should be drained to Grand Avenue. 7. Groundwater is not expected to have any impact on the proposed grading and construction of new improvements. 8. The site soils should be considered non- expansive. 9. The site soils possess a negligible corrosion potential to concrete and are moderately corrosive to ferrous metals. RECOMMENDATIONS Based on our observations and findings, we recommend the following: Prior to infill of the reservoir structure the following tasks shall be completed: 1. The vertical portions of the perimeter wall and the vertical wall that runs across the mid- point of the reservoir shall be demolished. 2. An excavation shall be made within the berm from the existing top elevation of 185 to the grade within the reservoir to allow construction of the proposed subterranean drainage system. o The excavation shall not be steeper than allowable, Excavations created for May 24,2024 Y 5 ...GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California corrective grading and utility trenches will need to be laid back per OSHA requirements for Type C soils. 3. A subterranean drainage system should be installed to drain the infill soils within the reservoir. Based on site topography, the system will ultimately be drained south of the reservoir through a curb core along Grand Avenue. To install the drain line running south to Grand Avenue, a temporary slot will need to be excavated into the south perimeter berm. A conceptual depiction of the proposed subterranean drain and associated concrete removal and temporary excavation are shown on Plate 4 — Conceptual Subterranean Drainage Schematic Plan. 4. Following construction of the subterranean drain system, the reservoir may be infilled with the site soils and/or import materials. The berm may be re -graded at the drain line / access point. The perimeter berms should be graded to 3:1 slopes, and there shall be a minimum of four -feet cover over abandoned concrete structures below. SITE PREPARATION AND GRADING General The subject site should be graded in accordance with the City of El Segundo grading code requirements (and all other applicable codes and ordinances) and the recommendations as outlined in the following sections of this report. Demolition and Clearing Prior to the start of construction of the planned improvements, some of the existing improvements may need to be demolished. All demolished improvements will need to be removed and disposed of off -site. The on -site soils are suitable for use as compacted fill from a geotechnical perspective if care is taken to remove all significant organic and other decomposable debris. Cavities and excavations created upon removal of subsurface obstructions, such as existing pavement or buried utilities, should be cleared of loose soil, shaped to provide access for backfilling and compaction equipment, and then backfilled with properly compacted fill. The project geotechnical consultant should provide periodic observation and testing services during demolition operations to document compliance with the above recommendations. In addition, should unusual or adverse soil conditions or buried structures be encountered during grading that are not described herein, these conditions should be brought to the immediate attention of the project geotechnical consultant for corrective recommendations. May 24, 2024 6 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California Corrective Grading Corrective grading is required to create a firm and workable platform for construction of the proposed site improvements. Based on our subsurface exploration and laboratory testing, the existing surficial fill materials within the existing sparsely landscaped ground surface (along the berm and site perimeter), are generally loose to a depth of 3-4 feet. In addition, it is expected that the near surface soils will be disturbed during demolition and clearing operations. Therefore, to prepare the ground surface to receive new fill and/or support proposed improvements, it is recommended that all unsuitable surficial fill materials within the project area be removed down to competent bearing soils (competent fill and/or native old sand dune deposits) and replaced with engineered fill at a minimum relative compaction of 90 percent (see Suitability/Import Fill Materials section). This may be accomplished by over -excavating the existing ground surfaces to a depth of at least 3 feet below existing grades, and then replacing the excavated materials as engineered fill compacted to a minimum relative compaction of 90 percent. Before replacing the excavated materials as engineered fill over native soils, the exposed bottom surfaces should be: • Scarified to a depth of 6 inches. • Moisture conditioned (as necessary) to at least 2 percentage points above the optimum moisture content (i.e., if the optimum moisture content is 10%, the compacted fill's moisture content shall be at least 12%). • Recompacted in -place to at least 90% relative compaction per ASTM Test Method D 1557. FILL MATERIAL AND PLACEMENT Suitability/Import Fill Materials On -site soils, excluding topsoil, are considered suitable for use as compacted fill from a geotechnical perspective if care is taken to remove all significant organic and other decomposable debris, and separate and stockpile rock materials larger than 6 inches in maximum diameter. Imported materials for use of backfill shall consist of crushed aggregate base or soils with an EI of less than 50 and similar corrosive potential. Compaction Standard and Methodology All soil material used as compacted fill, or material processed in -place or used to backfill trenches, should be moistened, dried, or blended as necessary and densified to at least 90% relative compaction as determined by ASTM Test Method D 1557, or higher as prescribed. It is May 24, 2024 7 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California recommended that fills be placed a minimum of 2 percentage points above optimum moisture content due to their expansion potential. Material Blending The existing site soils are expected to be generally below or near optimum moisture content but may have variable moisture content depending on the season in which work is performed. The majority of the materials to be handled during grading will require some blending and moisture conditioning/drying of the materials to meet acceptable moisture ranges for sufficient compaction (i.e., —2% above optimum moisture content). Observed in -situ moisture contents are included in Table B-1 of Appendix B — Geotechnical Laboratory Procedures and Test Results. Use of Rock or Broken Concrete Rock or concrete materials greater than 6 inches in diameter are not anticipated to be encountered during the subject grading assuming concrete pieces (i.e.,>6 inches) generated from the demolition of the existing improvements are removed from the site. If encountered, any oversize rock/ concrete materials generated during grading should be segregated, collected and hauled off -site. Demolished concrete from the reservoir shell may be blended in the infill material if it is processed to pieces <6 inches in diameter. Temporary Excavation Stability Excavations created for corrective grading and utility trenches will need to be laid back at an angle no greater than 1.5h: lv and/or shored per OSHA requirements as Type C soils. The above verbiage regarding excavation stability is presented for general guidance only. All aspects of construction stability are the responsibility of the contractor. All governing regulations in regards to excavation stability (i.e., OSHA, City of El Segundo, etc.) should be followed. SUBTERRANEAN DRAIN SYSTEM The conceptual layout and details comprising the proposed subterranean drain system are indicated on Plate 4 — Conceptual Subterranean Drainage Schematic Plan and Details CONCRETE We recommend the following as a good engineering practice: Structural Elements (i.e., foundations, slabs, etc.) May 24, 2024 8 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California • Cement Type: Type IINV • Maximum Water Cement Ratio: 0.50 • Minimum Strength: 4,000 psi (geotechnical perspective only, not required by code) Utilization of the CBC moderate sulfate level requirements will also serve to reduce the permeability of the concrete and help minimize the potential of water and/or vapor transmission through the concrete. Wet curing of the concrete per ACI Publication 308 is also recommended. Non-structural Clements (i.e.. flatwork, pavement, etc.) Concrete mix design shall be selected by the concrete designer such that sulfate and chloride attack mitigations are balanced with shrinkage crack control. Concrete mix design is outside the geotechnical engineer's purview. The recommendations in regard to all concrete (i.e., structural and non-structural) are made from a soil's perspective only. Final concrete mix design is beyond our purview. All applicable codes, ordinances, regulations, and guidelines should be followed in regard to designing a durable concrete with respect to the potential for sulfate exposure from the on -site soils and/or changes in the environment. FERROUS METAL CORROSION PROTECTION The results of the laboratory chemical tests performed on a sample of soil collected within the site indicate that the on -site soils are corrosive to ferrous metals. The laboratory testing program performed for this project does not address the potential for corrosion to copper piping. In this regard, a corrosion engineer should be consulted to perform more detailed testing and develop appropriate mitigation measures (if necessary). PLAN REVIEW/GEOTECHNICAL TESTING DURING GRADING Plan Review The final grading plans (including details of the designed subterranean drain system) should be reviewed by our office to verify that the plans have incorporated the recommendations presented in this report. May 24, 2024 9 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California Geotechnical Testing It is recommended that geotechnical observation and testing be performed by GNfU during the following stages of construction: a During any site clearing. • During removal of any buried irrigation lines or other subsurface structures. • During all phases of grading including over -excavation, temporary excavations, removals, scarification, ground preparation, moisture conditioning, proof -rolling, over -excavation, and placement and compaction of all fill materials. • During installation of underground utilities. • When any unusual conditions are encountered. Future Phases As this preliminary report has been prepared with particular regard to the demolition, infill, drainage and grading feasibility of the site, we understand that the future geotechnical investigation and recommendations may be requested pertaining to the ultimate proposed site improvements. LIMITATIONS All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional geological and geotechnical engineering efforts and judgements. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during grading and foundation installation will be identical to those observed and sampled during our investigation, or that there are no unknown subsurface conditions which could have an adverse effect on the use of the property. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and engineering geology, and believe that our findings present a reasonably representative description of geotechnical conditions and their probable influence on the grading and use of the property. Because our conclusions and recommendations are based on a limited amount of current and previous geotechnical exploration and analysis, all parties should recognize the need for possible revisions to our conclusions and recommendations during grading of the project. Additionally, our conclusions and recommendations are based on the assumption that our firm will act as the geotechnical engineer of record during grading of the project to observe the actual conditions exposed, to verify our design concepts and the grading contractor's general compliance with the May 24, 2024 10 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California project geotechnical specifications, and to provide our revised conclusions and recommendations should subsurface conditions differ significantly from those used as the basis for our conclusions and recommendations presented in this report. Detailed corrosion testing and recommendations for protecting buried ferrous metal and/or copper elements are beyond our purview. This report has not been prepared for use by other parties or projects other than those named or described herein. This report may not contain sufficient information for other parties or other purposes. CLOSURE We are pleased to present the results of our geotechnical investigation for this project. The Plates and Appendices that complete this report are attached and listed below. If you have any questions concerning our findings or recommendations, please do not hesitate to contact us and we will be happy to discuss them with you. Respectfully submitted, VOI SS/ " H Ile C95205 Scott Ward, PE 95205 * * Project Engineer 11 >,' Of CA1 ESS/ C 90349 Matthew Farrington, MSc, PE 90349 OF cm - Senior Engineer May 24, 2024 11 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California 'ri"c pal Review By: �OF iM e Moscrop, MSc, PE GE 2540 C,L°�'�Vice President �� Attachments: Plate 1 — Location Map Plate 2 — Geotechnical Map Plate 3.1 — Geotechnical Section A -A' Plate 3.2 — Geotechnical Section B-B' Plate 4 — Conceptual Subterranean Drainage Schematic Plan & Details Appendix A — Geotechnical Exploration Logs Appendix B — Geotechnical Laboratory Test Results REFERENCES SITE -SPECIFIC REFERENCES (1) "1.75 MG Reservoir Demolition Plan" and reference drawings, prepared by City of El Segundo Engineering Division, dated April 29, 1993. TECHNICAL REFERENCES California Building Code, 2022, "California Code of Regulations," Title 24, Part 2, Vol. 2. California Division of Mines and Geology, (1998), Seismic Hazard Zone Reportfor the Venice 7.5-Minute Quadrangle, Los Angeles County, California, Seismic Hazard Zone Report 036. Dibblee, T.W., and Minch, J.A., 2007, Geologic map of the Venice and Inglewood Quadrangles, Los Angeles County, California: Dibblee Geological Foundation, Dibblee Foundation Map DF- 322. May 24, 2024 12 GMU Project 23-244-00 Agreement No. 7436 _..... �...... r� . .. .......... _..._ ..._....... � � _.... . .......... . .... ....... w . . ............... w Lu EAST MARIPOSA AVENUE _ U) EAST PINE AVENUE p Lu _ � U CL M EAST GRAND AVENUE Oz W L1 EAST FRANKLIN AVENUE cn . z ........ U to J O NDO BOULEVARD .....- EAST EL SEG. .......... 2, t V i m PROJECT LOCATION HILLTOP PARK MARYLAND STREET AND LOCATION MAP EAST GRAND AVENUE EL SEGUNDO, CA 90245 0 1000, 410, LA I I Date: APRIL 24, 2024 Plate �a Al ����� Project No.: 23-2"40 Agreement No. 7436 cn Z a: 0 a" W 7 U a Cl) O O F LU J Z LU Q Q Z CC 4 ♦' (n (LU 0 O C W �:0 Q z ¢ OJ n Z W Jp U_ f J O�0 = 0 z Z J F0 F F LU F V Qw Q Q Q _ z Z x0 x x0 x0 LV S 0 O OF- OF o" W.............. a2 a a0 a0 W o� _s us t0 / fl� 1Jk� 4Ntl�i�lN,✓tR INN, cr rl� , a Nl I ury b r r r / mr im H r r" /r�lwntt fdl/ �' f nJ Iw obi/ pR i Yli ////ir /IP // / owIItlOV% 4 I IW Y ar H /H »1 r r y7M Now umrr wmi w.m.p 4Y ry xM YRN 'kPl 'to—T M"• ,.:.u! 'kp r a..a ZMMMFT4077170 Z7 '.-T MEM NNMarA Agreement No. 7436 z 0 w U) LU LU fR LH LH CO < LU �L U) LU pq . . ............ . . . . . ......... . R 11 1 0. .. .......... Agreement No.7436 m� § _ § � 2 � � � ƒ � \ � j � # � � # � \ q o ) / _ 0 z. � ^ aa000eu . # e »z§;»« E 2a §�0§§§§ %§>.oc # _ �)L§g �\/}§( aa_eow Q IC 0 LL, � jU, i \ \.a i|m \ .Z 3 \§§ - Agreement No. 7436 a Z a" owLu <o z Z Z O U 5 Opq CO) W 7 W W JO FLU V7FU� H F.W. Q N N v rr J� O Yy i. m W W Q W W N ¢ 7 O_� W U¢ W 7 W =_~ NIW Z r mOz� ao¢w� N C.) Lu z° F ¢ Lu ... z0 2m0m0 Q Cl) _C3 N O 0 co W Cc W J U O O fr W Q W W W ... a J V o CL', Q �� w z m a ¢ 0 ¢Y= -'d (r U W W OF W 0 U U U QD Z > d d > W¢ > z O m z W a a a .r"'"� a J 0 2 W Ir J N F W~ M O LL O; ¢ W- m m Ir'60 cn 0 �Q� cna� C7¢»¢ W ¢00 ¢a0 ¢ LL— W LL F W 2 J _ ErZ U)2 v Waw LUOO W OU th 0 H a U= O¢ v Z) F m m O v I�f�� ,,� % /,� 1Y ��� � y��,� io a � 9 lwi a��v � �Ji 177kY&�al7htlV'lFr#�'w+W •, ��1 r r VP7�i tau; "ter �" �~~ f 1���ul� ��11 � I� � fir/ �r J I � ��,��y ✓N !� �,� �� � i G Pik.. �/ ,✓ 9u , w7 �+-�z rd, � �r 'y;', r �I U / m /,l /, mq wa G� WW , W � � � � uu rii wig � ! 13381" ddX4WO !�%i� Agreement No. 7436 Geotechnical Exploration Procedures and Drill Hole Logs 0 ith., Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California APPENDIX A GMU GEOTECHNICAL EXPLORATION PROCEDURES AND LOGS Our exploration at the subject site consisted of four hand auger drill holes and two hollow stem auger drill holes. The estimated locations of the explorations are shown on Plate (2) — Geotechnical Map. Our drill holes were logged by a staff engineer, and drive, bulk, and SPT samples of the excavated soils were collected. "Undisturbed" samples were taken using a 3.25- inch outside -diameter drive sampler which contains a 2.416-inch-diameter brass sample sleeve 6 inches in length. Standard penetration testing (SPT) with a 2.0-inch outside diameter split spoon sampler without liners was performed in the borings during advancement. Blow counts recorded during sampling from the drive sampler and SPT are shown on the drill hole logs. The logs of each drill hole are contained in this Appendix A, and the Legend to Logs is presented as Plate A- 1 and A-2. The geologic and engineering field descriptions and classifications that appear on these logs are prepared according to Corps of Engineers and Bureau of Reclamation standards. Major soil classifications are prepared according to the Unified Soil Classification System as modified by ASTM Standard No. 2487. Since the descriptions and classifications that appear on the Log of Borings are intended to be that which most accurately describe a given interval of a boring (frequently an interval of several feet), discrepancies do occur in the Unified Soil Classification System nomenclature between that interval and a particular sample in that interval. For example, an 8-foot-thick interval in a log may be identified as silty sand (SM) while one sample taken within the interval may have individually been identified as sandy silt (ML). This discrepancy is frequently allowed to remain to emphasize the occurrence of local textural variations in the interval. May 24, 2024 A-1 GMU Project 23-244-00 Agreement No. 7436 MAJOR DIVISIONS m CLTYPICAL NAMES o E, 0 rj GW Well Graded Gravels and Gravel Sand Mixtures, Clean Little or No Fines. _..�---------- GRAVELS Gravels GP '_" Poorly Graded Gravels and Gravel -Sand Mixtures 50% or More of ,,,; Little or No Fines. '. COARSE -GRAINED SOILS Coarse Fraction ...... w__.........�-..... More Than 50% Retained Retained on Gravels GM Silty Gravels, Gravel -Sand -Silt Mixtures, On No.200 Sieve No.4 Sieve With w4' GC xtures. Clayey Gravels, Gravel -Sand -Clay Mixtures. Based on The Material •••... — ------- Passing The 3-Inch SW i Well Graded Sands and Gravelly Sands, Little or No Fines. (75mm) Sieve. Clean ' ................. Reference: SANDS Sands More Than 50% SP •". Poorly Graded Sands and Gravelly Sands, Little or No Fines. ASTM Standard D2487 of Coarse Fraction Passes Sands StYtl '" ; -". Silty Sands, Sand -Silt Mixtures. No.4 Sieve With " Fines SC Clayey Sands, Sand Clay Mixtures .. .........---.,, ML I Inorganic Silts, Very Fine Sands, Rock Flour, Silty or Clayey Fine Sands or Clayey Silts With Slight Plasticity. FINE-GRAINED SOILS SILTS AND CLAYS In organic iiiFkyS Of LOW TO Medium PIBStICIty, 50% or More Passe Liquid Limit Less CL Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays. The No.200 Sieve Than 50% OL Organic Silts and Organic Silty Clays of Low Plasticity Based on The Material Passing The 3-Inch MH Inorganic Silts, Micaceous or Diatomaceous Fine Sandy ng I9ty (75mm) Sieve, Sods Elastic Silts � SILTS AND CLAYS Reference: Liquid Limit 50% CH inorganic Clays of High Plasticity, Fat Clays. 9 Y 9 Y Y ASTM Standard 02487 or Greater OHOrganic —------- Clays of Medium To High Plasticity Organic Silts. .- .......... _HIGHLY ORGANIC SOILS PT Peat and Other Highly Organic Soils. The descriptive terminology of the logs is modified from current ASTM Standards to suit the purposes of this study ADDITIONALTESTS DS = Direct Shear HY = Hydrometer Test TIC = Triaxial Compression Test UC = Unconfined Compression CN = Consolidation Test (T) = Time Rate EX = Expansion Test CP = Compaction Test PS = Particle Size Distribution El = Expansion Index SE = Sand Equivalent Test AL = Atterberg Limits FC = Chemical Tests RV= Resistance Value SG = Specific Gravity SU = Sulfates CH = Chlorides MR = Minimum Resistivity pH (N) = Natural Undisturbed Sample (R) = Remolded Sample CS = Collapse TesUSwell-Settlement ow GEOTECHNICAL, INC. GEOLOGIC NOMENCLATURE rsrsnsris B = Bedding C = Contact J = Joint F = Fracture Fit = Fault S = Shear RS = Rupture Surface C-- = Seepage __V_ = Groundwater ... SAMPLE uu.•. SYMBOLS L'^Undisturbed Sample (California Sample) LUndisturbed Sample (Shelby Tube) Bulk Sample ® Unsuccessful Sampling Attempt SPT Sample 10: 10 Blows for 12-Inches Penetration 6/4: 6 Blows Per 4-Inches Penetration P: Push (13): Uncorrected Blow Counts ("N" Values) for 12-Inches Penetration- Standard Penetration Test (SPT) 0., �a !1 P O v P V 1% 3%.. 5% m • • C ° e °0 a � r O • � o P ♦ •p0•� i e• p . • r va •a • ° • o °R.•ser v 10 % 15 LEGEND TO LOGS ASTM Designation: D 2487 (Based on Unified Soil Classification System) Plate A-1 P8-11/16/2012 Agreement No. 7436 SOIL DENSITY/CONSISTENCY FINE GRAINED Consistency Field Test SPT #blows/f of Mod #blow /foot Vea Soft Easily penetrated by thumb, exudes between fingers <2 <3 Soft Firm Easily penetrated one inch by thumb, molded by fin ers Penetrated over 1/2 inch by thumb with moderate effort 2.4 4-8 3-6 6-12 Stiff Ve Stiff Penetrated about 1/2 inch by thumb with great effort Readily indented b 4humbnail 8-15 15-30 1 12-25 25-50 Hard indented with difficulty by thumbnail >30 >50 COARSE GRAINED Density Field Test SPT # I ws/foot Mod #blows/foot Very Loose EasRy eerietrated with 0.5" rod pushed by hand <4 <5 Loose Eas'HX 2enetrated with 0.5" rod pushed by hand - 5-12 Medium Dense Easily penetrated 1' with 0.5" rod driven bX 511b hammer 1 -30 12-35 Dense Dificult to penetrat 1' with 0.5" rod driven by 511b hammer 31-50 35-60 Ve Dense Penetrated few inches with 0.5" rod driven by 51b hammer _50 >60 GRAIN Description Sieve Size SIZE Grain Size Approximate Size Boulders Cobbles >12" 3-12" >12' 3-12" Larger than a basketball Fist -sized to basketball -sized Gravel Coarse 3/4-3" 3/4-3" Thumb -sized to fist -sized Fine #4-3/4" 0.19-0.75" Pea -sized to thumb -sized Sand Coarse #1044 0.079-0.19" Rock -salt -sized to pea -sized Medium #40410 0.017-0.079" Su ar-sized to rock salt -sized Fine 9200-#40 0.0029-0.017" Flour -sized to sugar -sized Fines assin #200 <0.0029" Flour -sized and smaller GEOTECHNICAL, INC. MODIFIERS Trace 12�%�; Few Some Numerous Abundant MOISTURE CONTENT Dry- Very little or no moisture Damp- Some moisture but less than optimum Moist- Near optimum Very Moist- Above optimum Wet/Saturated- Contains free moisture LEGEND TO LOGS ASTM Designation: D 2487 (Based on Unified Soil Classification System) Plate A-2 P8-11/16/2012 Agreement No. 7436 Project: Hilltop Park Log of Drill Hole C-1 Project Location: El Segundo, CA Sheet 1 of 1 Project Number: 23-244-00 Date(s) 4-8-2024 Drilled Logged By JQH/SSS Checked SW/MTF _ By ........... Drilling Hand Tools Method Drilling Contractor Mike's Excavating Service, Inc. Total Depth 10.0 feet of Drill Hole ......_._. _.._..�._ Drill Rig Hand Auger Diameter(s) 6'" Approx.. Surface 171.0 fl MSL Type ......_.� of Hate, inches Ellevation, — .. ._. _.._... ....._._. _ Groundwater Depth NA 0 [Elevation], feet Sampling Method(s) California Modified, Bulk Drill Hole Native Backfill Remarks Driving Method Hand Driven and Da SAMPLE DATA I TEST DATA y o z z o GEOLOGICAL ENGINEERING 0 CLASSIFICATION AND ORIENTATION CLASSIFICATION AND W �� F WZ z� a > a DESCRIPTION DATA DESCRIPTION i mm >2 -1. �� C3U) `W 0 of Q U Z)W W ZO OO �W OW ARTIFICIAL FILL JQafl 6.5" thick concrete PtJORLY GRADED SANt� VViIloose - 170 OLD SAND DUNE DEPOSITS SITS os ITITITITITITIT� --- SP SM); brown, damp loose, edium grained Sand 5 6 103 PS, HY, AL PfCIRt-Y GRADECY SAND WI(SP-SM); reddish brown, damfine- to medium- grained sandFit3(5RLY GRACiEDSAND WI 8 105 (SP-SM); reddish brown, damfine- to medium -grained sand slightly micaceous 5 POORLY GRADED SAND WI 9 106 (SP-SM); reddish brown, mois 165 . medium -dense, fine- to medium -grained sand increase hand auger difficulty at 8' 10 _... _.... TD = 10' ...... ... GW not encountered Backfilled on 4/8/2024 with Native Drill HOIe C-1 'opi, k Agreement No. 7436 N Project: Hilltop Park Log of Drill Hole DH-1 Project Location: El Segundo, CA Project Number: 23-244-00 Sheet 1 of 2 Data 4-8-2024 Drilled. Method Hollow Stem Auger Drill Rig SIMCO 2800 HT Type Groundwater Depth NA Q rElevaUonl. feet Remarks Logged JQHISSS Y.............................. Dri Colntractor 2R Drilling, Inc. Diameter(s) 8,. of Hole, inches Sampling California Modified, SPT, Bulk M",hr�rt Checked By SWIMTF Total Depth 25.0 feet of Drill Hole _..... __ .......... A prox. Surface 167.0 E Approx. ft MSL ......... . .._.... ...... Drill Hole Native Backfill Driving Method 140 lb donut hammer and Drop SAMPLE DATA TEST DATA iu w z ;, C7 o GEOLOGICAL ENGINEERING o CLASSIFICATION AND ORIENTATION CLASSIFICATION AND rr3 a irZ �a z > w a d DESCRIPTION DATA DESCRIPTION w a m� z = Zm S� �� �= o� �z w o 0 2 U zo 0 3 >W' 0U) 25 0� <r_ ARTIFICIAL FILL (OaD POORLY GRADED SAND WITH SILT 7 PS, HY„ (SP-SM); brown, damp, medium dense, AL fine -to medium -grained sand 165.. OLD SAND D1JNaE DEI>C7SI7 t l...... SILTY SAND (SM); Reddish Brown, damp, medium dense, fine- to medium -grained sand 5 Massive, no bedding. 5 5 6 160 10 Trace voids in CalMod rings, may be g Y W ...... SILTY SAND SM ; R°deddls Brown, ( ) 18 8 107 pinhole orosi or may be void caused b P porosity Y Y fine- dam ve dense, to P very 28 mussing sand grains. medium -grained sand 35 155 -15 Within SPT sample there are 0.125-.25 Inch SILTY SAND (SM; Reddish Brown, P dam , _10 thick horizontal to sub -horizontal layers of dense, fine- to medium -grained sand 18 darker colored sands. These are interpreted 16 to be layers with relatively greater moisture. 15CP `111"' L.,,J I I urni nose uri--I Agreement No. 7436 Project: Hilltop Park Project Location: El Segundo, CA Project Number: 23-244-00 Log of Drill Hole DH-1 Sheet 2 of 2 SAMPLE DATA TEST DATA z o GEOLOGICAL ENGINEERING y o CLASSIFICATION AND ORIENTATION CLASSIFICATION AND w �3 c� �Z Z� o > a- DESCRIPTION DATA DESCRIPTION a °w°m > wW �� �F w 0 vai z0 UJ 0 �5 o� ¢P C7 Difficult to get soil out of CalMod rings. SILTY SAND (SM; Reddish Brown, damp, 22 6 106 One rootlet in CalMod ring (1 inch in dense, fine- to medium -grained sand 50/6" length). Soil in CalMod rings was darker in color around the circumference. 145 —25 SILTY SAND (SM); Reddish Brown, . 22 damp, very dense, fine- to 27 40 medium -grained sand s TD = 26.5' GW not encountered Backfilled on 4/8/2024 with Native Drill Hole DH-1 U amwon II�Z 11-A Agreement No. 7436 Project: Hilltop Park Log of Drill Hole DH-2 Project Location: El Segundo, CA Project Number: 23-244-00 Sheet 1 of 1 Dates) Drilled 4-8-2024 M tIhod Hollow Stem Auger Drill Rig Type SIMCO 2800 HT Groundwater Depth [Etevation].feet P NA Remarks Logged JQH/SSS Y Drilling 2R Drilling, Inc. Contractor g� Diarneler(s) 81, of Hole, inches ... ........ .A_ ........ . Sam plung California Modified, SPT, Bulk Bu9."'pving Checked By SW/MTF Total Depth 10.0 feet of Drill Hole A prox. Surface 177.0 E Approx. fI MSI. Dritl Hole Native Bac.kfill Driving Method and Drop 140 lb donut hammer m SAMPLE DATA' TEST DATA w � o GEOLOGICAL ENGINEERING ^' = CLASSIFICATION AND ORIENTATION CLASSIFICATION AND �� �� a z > o DESCRIPTION DATA DESCRIPTION w a- m° z x �� 57 P:Cn w o m >_ z 20 ai z0 0� 03 ar ARTIFICIAL FILL (Oan POORLY GRADED SAND WITH SILT Trace rorotiets (grassy). Trace gravel -sized (SP-SM); brown, moist, loose, clusters within soil. fine-grained sand 175 I7LD SAND TINE DEPtIStT� aas ..._� SILTY SAND (SM); Reddish Brown, damp -moist, medium dense, fine- to medium -grained sand No bedding in CalMod rings. 8 14 1 9 106 DS 20 170 1lt Minor alterations in color across span, of ----------- SILTY SAND (SM); ReddlSYa S.or' �wn, _-- _ 10 — SPT sample run. These are interpreted to damp, medium dense, fine- to A 12 be small changes in mositure„ These were medium -grained sand 18 not oranges in soil type. _. TD = 11.5' GW not encountered Backfilled on 4/8/2024 with Native 10111° I vrul nose uM-z Agreement No. 7436 Project: Hilltop Park Project Location: El Segundo, CA Project Number: 23-244-00 Log of Drill Hole HA-1 Sheet 1 of 1 Data 4-8-2024 Logged JQH/SSS Checked SW/MTF By Drilled BY„ _.. ............ Drilling Hand Tools h�ethod Drilling Mike s Excavating Service, Inc. Contractor th 70 feet of Dnll Hole Drill Rig Hand Auger 9 Diameters B iamet Approx.174.0 E ft MSL Type inches e aatton, ............ ..._..._. _._._._. NA Groundwater Depth [Elevation], Feet Sampling Californiamia Modified Bulk d(s) Drill Hole Native Baving Remarks Driving Method and Drop Hand Driven m w w o o a_ 0 GEOLOGICAL CLASSIFICATION AND DESCRIPTION ORIENTATION DATA SAMPLE ENGINEERING CLASSIFICATION AND L DESCRIPTION a) W o mm zo DATA F- >LD 03 TEST o ZW Z 2° Z� >� o� DATA ° Cn o a� ARTIFICIAL FILL LOaf) POORLY GRADED SAND WITH SILT (SP-SM); brown, damp, loose, fine- to edivata-grained sand 12 90 4" of top soil, trace organics, and trace POORLY G ADED SAND WITH SILT rootlets (SP-SM); light brown, damp, medium -dense„ fine- to medium -grained sand lighter color, increase difficult in hand auger 5 106 at 4' 170 -5 SS-moist,Nined medium -dense, mediug fine- 165 - 1p OLD SAND DUNE 6CF^ SIT 10os) _ POORLY d��RADED SAND WITH SILT _ ........ ................. B9 ttltl mMCaCe4�k�5 g (SP reddish brown„ damp. _ �/ e'-Slit), mi dlurn-dense fine- toa-,ditam»grained.. GW not encountered Backfilled on 4/8/2024 with Native nrill 14t%ln WA-1 0' ILA I I- - - - - - - Agreement No. 7436 Project: Hilltop Park Log of Drill Hole HA-2 Project Location: El Segundo, CA Project Number: 23-244-00 Sheet 1 of 1 Dale 4-8-2024 Dri111 Logged JQH/SSS BY __.....� Checked By SW/MTF Dr�ilin Method Hand Tools .m •••••.. ._......,, � ...._. Contractor Mike's Excavating Service, Inc. Total Depth 10.0 feet of Drill Hole Drill Rig Hand Auger Type _ .... .... Diameter(s) s,o of Hole, inches ......... _.._.. _. A prole Surface E evalion, ft MSL 176.0 _ [ Groundwater Groundwater Depth NA ....._ feet 0 Sarroplin .. .... Method() California Modified, Bulk _... Drill Native Remarks Driving. Method Hand Driven and Drop m SAMPLE DATA TEST DATA w o 6 U o GEOLOGICAL ENGINEERING 0 CLASSIFICATION AND ORIENTATION CLASSIFICATION AND CD �� t a z > d DESCRIPTION DATA DESCRIPTION a mom° z = �� �= o� 0 a�u U Z 0 W X ow rn z0 03 �U 03 ¢r ART1F1'CIAL FILL 'a, POORLY GRADED SAND WITH SILT (SP-SM); brown, damp, loose, fine- to 175 4"of top soil cdyT.-A adned sand _ _ _ _ _....------ _. ___ _. _ ....... POORLY GRADED SAND WITH SILT (SP-SM); light brown, damp, loose, fine - to medium -grained sand 6 106 6 .ram 2" concrete chunks at 5 encountered --m----------' POORLY GRADED SAND WITH SILT (SP-SM); brown, damp to moist, 170 medium -dense, fine- to medium -grained sand, 6 104 OLD SAND DUNE DEPOSITS 1,902) —� POORLY GRADED SAND WITH SILT Slightly micaceous (SP-SM); brown, damp to moist, medium -dense, fine- to medium -grained sand 10 .._...... ....... ..---- —._...._ ............... ... —� GW not encountered Backfilled on 4/8/2024 with Native 19010M L.Ad a 11 Drill Hole HA-2 Agreement No. 7436 Project: Hilltop Park Log of Drill Hole HA-3 Project Location: El Segundo, CA Sheet 1 of 1 Project Number: 23-244-00 Dates) 4�-2024 Drilled Logged BY JQH/SSS Checked SW/MTF B _ .,-. _... Dth1ngod Hand Tools Meeth Drilling Contractor _........... Mike's Excavating Service, Inc. Total Depth 10.0 feet of Drill Hole Drill Rig Hand Auger Type ..................... ......... Diameter(s) 6"' Ai�nn,,, Surface 173.0 of Hole, inches Elevation, II MSL _ ......., _.� _.. Groundwater Depth NA 0 [Elevation]feet Sampling Method(s) Drill Hole California Modified, Bulk Native Backfill Remarks Driving Method Hand Driven and Drop Z z o GEOLOGICAL ENGINEERING SAMPLE DATA TEST DATA a CLASSIFICATION AND ORIENTATION CLASSIFICATION AND W �� F �,' crW ZF o > a DESCRIPTION DATA DESCRIPTION a m° m >_ �� z �� t= w Q ¢ U z� zo m w o 3 a0 25 aw o� ow ar ARTIFICIAL FILL (Qan POORLY GRADED SAND WITH SILT (SP-SM); brown, damp, loose, fine- to .Lnedy-grainedsand------- -.... 4" of top sail POORLY GRADED SAND WITH SILT (SP-SM); light brown, damp, loose, fine - to medium -grained sand 7 106 170 - POORLY GRADED SAND WITH SILT 6 112 (SP-SM); brown, damp to moist, 5 medium -dense, fine- to medium -grained - trace rootlets sand 6 112 DS 165-., OLD SAND DUNE DEPOSITS (QosJ _ POORLY GRADED SAND WITH SILT .......... - .._. slightly micaceous (SP-SM); brown, damp to moist, medium -dense, fine- to medium -grained sand -10 ...... ....................................... ._._._._.. TD = 10' GW not encountered Backfilled on 4/8/2024 with Native Drill Hole HA-3 a 111111111®'VER 2 � 1 = 1 Agreement No. 7436 Project: Hilltop Park Log of Drill Hole IT-1 Project Location: El Segundo, CA Project Number: 23-244-00 Sheet 1 of 1 Dales 4-8-2024 Drilled _. Logged By JQHISSS Checked By SW/MTF Drilling Method Hollow Stem Auger Drilling Contractor 2R Drilling, Inc. Total Depth_, _____- of Drill Hole 5.0 feet Rig SIMCO 2800 HT _m, �e() ofHole, inches 8 A prox SurfaceType E Approx. ft MSL 167.0 Groundwater Depth [Elevalicn) feet Np` _ Sampling Method(s) Bulk Drill Hole Backfill Native Remarks Driving Method and Drop SAMPLE DATA TEST DATA w C7 o , o GEOLOGICAL ENGINEERING CLASSIFICATION AND ORIENTATION CLASSIFICATION AND �� Of z > a DESCRIPTION DATA DESCRIPTION w a m° z= '�� �= o� w o c<�7 a Z)m E cu w oo "w oN fn ZO 0 � �0 0� QH ARTIFICIAL FILL (Oat) POORLY GRADED SAND WITH SILT 7 PS, HY, (SP-SM); brown, moist, loose, AL, El, fine-grained sand FC 165, OLD SAND DUNE DEP rfS Qos SILTY SAND (SM); Reddish Brown,,. damp -moist, medium dense, fine- to 5 ... edium-,grained sand TD=5' GW not encountered Backfilled on 4/8/2024 with Native �p 11011,11A, _I h urns nvie i i --i Agreement No. 7436 Geotechnical Laboratory Procedures and Test Results 1 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California APPENDIX B GMU GEOTECHNICAL LABORATORY PROCEDURES AND TEST RESULTS MOISTURE AND DENSITY Field moisture content and in -place density were determined for each 6-inch sample sleeve of undisturbed soil material obtained from the drill holes and field moisture content was determined for each bag sample of soil material obtained from the drill holes. The field moisture content was determined in general accordance with ASTM Test Method D2216 by obtaining one-half the moisture sample from each end of the 6-inch sleeve or a representative sample from each bag. The in -place dry density of the sample was determined by using the wet weight of the entire sample. At the same time the field moisture content and in -place density were determined, the soil material at each end of the sleeve or a representative sample from each bag was classified according to the Unified Soil Classification System. The results of the field moisture content and in -place density determinations are presented on the right-hand column of the Log of Drill Hole and are summarized on Table 13-1. The results of the visual classifications were used for general reference. PARTICLE SIZE DISTRIBUTION As part of the engineering classification of the materials underlying the site, samples were tested to determine the distribution of particle sizes. The distribution was determined in general accordance with ASTM Test Method D422 using U.S. Standard Sieve Openings 3", 1.5", 3/4, 3/8, and U.S. Standard Sieve Nos. 4, 10, 20, 40, 60, 100, and 200. In addition, on some samples a standard hydrometer test was performed to determine the distribution of particle sizes passing the No. 200 sieve (i.e., silt and clay -size particles). The results of the tests are contained in Appendix B. Key distribution categories (% gravel; % sand, etc.) are contained on Table B-1. ATTERBERG LIMITS As part of the engineering classification of the soil material, samples of the on -site soil material were tested to determine relative plasticity. This relative plasticity is based on the Atterberg limits determined in general accordance with ASTM Test Method D4318. The results of these tests are contained in this Appendix B and also Table B-1. EXPANSION TESTS To provide a standard definition of one-dimensional expansion, a test was performed on typical on -site materials in general accordance with ASTM Test Method D 4829. The result from this test May 24, 2024 B-1 GMU Project 23-244-00 Agreement No. 7436 Mr. Lifan Xu, CITY OF EL SEGUNDO PUBLIC WORKS Geotechnical Investigation and Feasibility Study, Proposed Park Space Over Abandoned Reservoir Adjacent to Hilltop Park, Northeast Corner of Lomita Street and Grand Avenue, City of El Segundo, California procedure is reported as an "expansion index". The results of this test are contained in Appendix B and also Table B-1. CHEMICAL TESTS The corrosion potential of typical on -site materials under long-term contact with both metal and concrete was determined by chemical and electrical resistance tests. The soluble sulfate test for potential concrete corrosion was performed in general accordance with California Test Method 417, the minimum resistivity test for potential metal corrosion was performed in general accordance with California Test Method 643, and the concentration of soluble chlorides was determined in general accordance with California Test Method 422. The results of these tests are contained in Appendix B and also Table B-1. DIRECT SHEAR STRENGTH TESTS Direct shear tests were performed on typical on -site materials. The general philosophy and procedure of the tests were in accord with ASTM Test Method D 3080 - "Direct Shear Tests for Soils Under Consolidated Drained Conditions". The tests are single shear tests and are performed using a sample diameter of 2.416 inches and a height of 1.00 inch. The normal load is applied by a vertical dead load system. A constant rate of strain is applied to the upper one-half of the sample until failure occurs. Shear stress is monitored by a strain gauge -type precision load cell and deflection is measured with a digital dial indicator. This data is transferred electronically to data acquisition software which plots shear strength vs. deflection. The shear strength plots are then interpreted to determine either peak or ultimate shear strengths. Residual strengths were obtained through multiple shear box reversals. A strain rate compatible with the grain size distribution of the soils was utilized. The interpreted results of these tests are shown in Appendix B. May 24, 2024 B-2 GMU Project 23-244-00 Agreement No. 7436 —E ao ...... . ..... 0 CL Ln ....... .. ... ... acn . . . .......... aLO 0....... . .... . . .... . C 0 w @ c M I CL x E . ......... . ..... .... 0 . V 0 < CL E E ' 0 u 003 z z . . ........... . . . ....... z CL z . a z ....... .. . . . . ....... . aCL z 91 . 1 -j -i . . ............. IL z 0- z . .................. .. . . . . . . 0 ..... . ....... . ......... . z 6 M v 0 CY) a) c; E C� 2 i C14 0 z U) 31 r . ....... . cn T r— Q a) ao) LL 0) > M D U) L r— 2 0 . U) . . . .......... . . . ..... .. . ......... C) C) F . . ................ . ..... CF c,4 r- Cl) -It a) M M N M EN Cl) 04 't U.) cq CO . . . . . . ................. . U) CD Cl) C:) Lf) 0 (D 0(0 r- 00 <0 U) (D 'It (0 04 CIJ . . . .. .. .......... co .0 C, I Lq r— N r- M CD S8 . . ............. .............. 6 ,6 .6 0'6 . . . ........ . . . . u) O. 0 0 = in 2 10 M M Mw w w w 0 w w w w w 0 0 w Cl) .. . ... .. . ........... . ............ .2 tM= U) 0 10, 18 IC6 —ca —W Ica 0 E 0 C30000 CY a a ca 0 0 cy a la a la a a a a a a a 0 .......... 0o M C, 0 00 . . ......... 0c; ai 06 C16 P -� r- P,: cN M r- r- O . ... . ....... — 0 M C—� lc:q, M LO C> LO MINE . ........ . ... ...... E. U) C.0 'iz E o 0 IM Z — L) — L) — — -- < M C'2 M: L I PE/9Z/V iOEGONE)ME) GV ONJ Pd0'00-Vt'Z-CZ VLVC9WYI6GS-3iavi7nv4E) '), W Agreement No. 7436 I H S W m Q.' W Z U. F— Z W V 0.' W a GRAVEL ...-_-••••• •••••_ SAND _.. SILT CLAY COARSE FINE ... COARSE MEDIUM FINE ... _ .® _. _. .... ..... U.S. S �RNDD SIEVE I U.S. STANDARD SIEVE NUMBERSOPE j I Y 1.5.1 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 00 90 - 80 70 .... _.'_... 60... 40 _. ..... 30 _. _....................... .. 20 ..... _ _.... ..... ........ X 0 0.001 10 1 0.1 0.01 PARTICLE SIZE IN MILLIMETERS Boring Depth Geologic Symbol LL PI Classification Number (feet) Unit C-1 1.1 Qos 0 NP NP POORLY GRADED SAND with SILT(SP-SM) DH-1 0.0mmmmmmm Qaf m NP NP SILTY SAND (SM) IT-1 0.0 ♦ NP NP SILTY SAND (SM) 'ARTICLE SIZE DISTRIBUTION Project: Hilltop Park 11J1Jd phi". a I I Project No. 23-244-00 I■ ■II■ L, - 11 M 1 Agreement No. 7436 LIQUID LIMIT (LL) Boring Number Depth (feet) Geologic Unit Test Symbol Insitu Water Content I(%) LL PL P1 Classification C-1 . ................ 1.1 QOS 6 NP NP NP POORLY GRADED SAND with SILT (SP) DH-1 . ...... ........... 0.0 Qaf x 7 N P N P . ....... NP . ................................. SILTY SAND (SM) IT-1 . . ........... . ........... ................ . - ----------------- . . ............................... 0.0 . . . . . ......... - Qaf . ........ . ...... . ................ A . ............. 7 . . . . .................... . ....... . . .......... . .. N P ...... ...... . . . . . . . .. ..... N P . . .. ........ . . . . . . ........... . . N P . . .......... - . . . ............... SILTY SAND (SM) . . ........... ........... ........ . . ..... . ......... . . ........... ................................. . . . . . . . .. . ..... ........... . ..................... ...... ........... . ........ .. . . .......... 1A N Project: Hilltop Park Project No. 23-244-00 Agreement No. 7436 4,000 3,500, _ _ __.. ...... 3,000 —. . — ------ ' ...... y2„500 ....... _.... .............. _. O. N W LU Hw 2,000 _........ _.._._. Q W U) 1,500 _� _........ 1,000 ............._ . ....... 500 ...... ......_. _...._ 0 1,000 2,000 3„000 4„000 NORMAL STRESS (psf) SAMPLE AND TEST DESCRIPTION N Sample Location: DH-2 @ 5.0 ft Geologic Unit: Qos Classification: SILTY SAND (SM) Strain Rate (in/min): 0.005 Sample Preparation: Undisturbed D Notes: Sample inundated prior and during shearing 2 c� a 0 N m 6IJ Ex!Ex SHEAF TEST DATA Project: Hilltop Park 1✓"'! �' Project No. 23-244-00 STRENGTH PARAMETERS STRENGTH TYPE COHESION (psf) FRICTION ANGLE (degrees) Peak Strength m Ultimate Strength 192 24 30.9 30.6 Agreement No. 7436 4,000 3,500 3,000._ ........ --------- a U) N W H2,000 _ ..... _ .... _ ---- ........ ..... ._...... N Q W y1,500 ... ......... ..... ___ .......... _._ .......WW_ 1,000 ......... 500....... ..... _.. 0 0 1 000 2„000 3,000 4,000 NORMAL STRESS (psf) SAMPLE AND TEST DESCRIPTION a N Sample Location: HA-3 @ 6.0 ft Geologic Unit: Qaf Classification: SILTY SAND (SM) F Strain Rate (in/min): 0.005 Sample Preparation: Undisturbed 0 �? Notes: Sample saturated prior and during shearing c� a 0 l �a ee SHEAR TEST DATA Project: Hilltop Park � J�° %� I,! Project No. 23-244-00 W STRENGTH PARAMETERS STRENGTH TYPE COHESION (psf) FRICTION ANGLE (degrees) Peak Strength m Ultimate Strength 6 60 31.8 29.6 Agreement No. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 CITY CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT PLAN (WMP) FORM Agreement No. 7436 PW INSTRUCTIONS City of El Segundo Public Works Department 310 524-2300 Construction and Demolition Debris Waste Management Plan (WMP) PUBLIC WORKS PROJECTS (including MUNICIPAL ROAD CONSTRUCTION, OVERLAY, SIDEWALK REPAIR OR LAND CLEARING PROJECTS) INSTRUCTIONS Pursuant to the California Green Building Code of 2016 (2016 CALGreen), the City of El Segundo requires diversion (repurposed, reused, or recycled) of at least 65% of non -hazardous construction and demolition (C&D) debris from Public Works projects. A C&D Waste Management Plan must be submitted to the Public Works Department for municipal projects or projects on public property. The contents of this packet, when completed, constitute a C&D Debris Waste Management Plan (WMP). This packet is designed to track the amount of C&D debris diverted or disposed from your City -related (i.e. Public Works) project. If you believe your project cannot achieve the required diversion, you must complete and submit Form PW-D, the EXEMPTION REQUEST form, to the City (i.e. your Project Manager) explaining the circumstances, and requesting an exemption from the requirements. Ste 1: Complete Forms PW-A and PW-6 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 : If you will be handling all waste management activities (through direct hauling or use of own bins), complete Form PW-B1. Estimate the weight of the C&D debris, by material type, that will be recycled, reused, salvaged, disposed and/or transformed from your project. You must complete either Form PW-B or PW-61. Ste 2; Submit Forms to Public Works Forms PW-A and PW-B (or PW-B1) must be submitted to your Public Works Project Manager and approved prior to commencing work. Ste ; 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. 1 VI Y-1 4VIIvC111C11GC, Lucie due electronic versions of the Corms tnat will automatically calculate waste generation, disposal, and diversion based on the data entered. Rev.12/4/2020 Agreement No. 7436 FORM PW-A I City of El Segundo Date: 'Ar Public Works Department PW Project Manager „• �� (310) 524-2300 PW Project Name: Project Name: Contractor Name: Mailing Address: Ofc Phone No.: FORM PW-A - PROJECT INFORMATION Submit this form to the Public Works Department prior to commencing your project for all municipal projects subject to compliance, or ro'ects on 2ublic Pi Project Address / Location: City / State / Zip: Cell No: Project Type: Mark appropriate box in each column with an "X": Email: Road (construction, overlay, repair) BY EL Facility Improvement (renovation, alteration, or addition)Ma* FORMSUSE COMMUNITY EIVE OPMENT DEPTDO ElLand Clearing (trail, grading, etc.) El Other _,.,.._. Estimated Project Start Date: Estimated Project End Date: Request for Exemption: (If you are requesting an exemption, fill out Form PW-D: Exemption Request) To the best of my knowledge, the above information is an accurate representation of the proposed project. I have been made aware of the 2016 CALGreen requirements and will comply with all requirements. Print Name Title PW Approved ElFurther Explanation Needed Reviewed By Signature Date Denied Exempt Due to Infeasibility Rev. 12/4/2020 2 Agreement No. 7436 FORM PW-B City of El Segundo Date: Public Works Department PW Project Manager: (310) 524-2300 PW Project Name: FORM PW-B - PRE -PROJECT WORKSHEET - PUBLIC WORKS PROJECTS This form must be comoleted an a roved or a demolition lboijdinrr»Jt wsfffNnot 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-B1), 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: t , m.fdv vrvu ra¢ra a .:.or / verrinrcr t �' s�arlme:�l lfalxtz8Lc-%vorksolrsstli ra Llpm 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 WIMP, 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 r usiness dgys prior to final pns ection. Name Signature Date Rev.12/4/2020 Agreement No. 7436 FROM PW-Bl ReAra , City of El Segundo Date: Public Works Department PW Project Manager: (310) 524-2300 PW Project Name: FORM PW-B1 - PRE -PROJECT WORKSHEET - PUBLIC WORKS PROJECTS [This form is to be completed only if you plan to use your own company -owned bins/trucks for disposition of material] This form must be coLngletedand-approved or a demoli'lion / buildin 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. asohall, drywall, cardboard, mixed CBD debris„ etc. TONS CUBIC YARDS Facilities to be Used Reused/Salvaged/Donated Ex.: Habitat for Humanity, Thirft Stores, regrind onsite, reuse fixtures, reuse dibconcrete/asphalt Recycled A facility that accepts 100% recyclable materials to be turned into other products. Delivered to Mixed C&D Recycling Facilties that recover some materials for recycling Disposed/Landfilled/Transformed Transfer station, landfill, or SERRF Generated (total of above) 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 da�rior to final Inspection. Print Name Signature Date Rev.12/4/2020 3-A Agreement No. 7436 Form PW-C City of El Segundo Public Works Department " (310) 524-2300 Print Name Signature PW OFFICE USE ONLY Diversion Requirement Met: = Yes No Exemption: = Yes No Reviewed and Approved by: Date: Rev. 12/4/2020 Agreement No. 7436 Form PW-D City of El Segundo Public Works Department wr (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. 7436 ABANDONED RESERVOIR DEMOLITION PROJECT PROJECT NO.: PW 25-12 NO PARKING SIGN STANDARD Agreement No. 7436 00 12 rl� ir W ih ►- W J W N'~ F- rA R� K I N G-t-, W J ( DAY ) ( DATE ) ( TIME) COLOR LEGEND SIGN SHALL BE LIGHT REFLECTIVE AND BE RED MADE OF WATER RESISTANT STIFF CARDBOARD WHITE OR OTHER STIFF DURABLE MATERIAL. �DESIGN BY: P.B. CITY OF EL SEGUNDO, CALIFORNIA APPROV Y: ENGINEERING DIVISION � 11"1-� DATE: 11 • 7 • 89 City Enginw: R.E. � 8 0 9 Dot* DRAWN BY: Y.B. TYPICAL STANDARD DRAWING DATE: 11.13. 89 TEMPORARY NO PARKING SIGN T-"