CONTRACT 7524 Public Works ContractAgreement No. 7524
PUBLIC WORKS CONTRACT
BETWEEN
THE CITY OF EL SEGUNDO AND
ACDD, INC.
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
This CONTRACT is entered into this 7th day of January, 2026, by and between the
CITY OF EL SEGUNDO, a general law city and municipal corporation ("the City") and
ACDD, INC., ("the Contractor").
1. WORK.
A. The Contractor will provide all work required by the Contract Documents (the
"Work"). The Contractor agrees to do additional work arising from changes
ordered by the City in accordance with the Contract Documents.
B. The Contractor and the City agree to abide by the terms and conditions
contained in the Contract Documents;
C. The Contractor will furnish all of the labor; supplies and materials; equipment;
printing; vehicles; transportation; office space and facilities; all tests, testing
and analyses; and all matters whatsoever (except as otherwise expressly
specified to be furnished by the City) needed to perform and complete the Work
and provide the services required of the Contractor by the Contract Documents.
D. "Contract Documents" means the Notice Inviting Bids; Instructions to Bidders;
Supplementary Instructions to Bidders; Proposal; this Contract; Standard
Specifications; Supplementary Conditions; Exhibits; Technical Specifications;
List of Drawings; Drawings; Addenda; Notice to Proceed; Change Orders;
Notice of Completion; and all other documents identified in the Contract
Documents which together form the contract between the City and the
Contractor for the Work. The Contract Documents constitute the complete
agreement between the City and the Contractor and supersede any previous
agreements or understandings.
2. CONTRACT SUM. The City agrees to pay the Contractor a sum not to exceed NINETY-
TWO THOUSAND FIVE HUNDRED NINETY-SIX DOLLARS AND NINETY-
ONE CENTS ($92,596.91) for the Work in the manner set forth in the Contract
Documents. The City may adjust this amount as set forth in the Contract Documents.
I-D-1
Agreement No. 7524
3. TIME FOR PERFORMANCE.
A. The Contractor will fully complete the Work within twenty-five (25) working
days (the "Contract Time.")
B. The Contract Time will commence when the City issues a Notice to Proceed.
The Contract Documents will supersede any conflicting provisions included on
the notice to proceed issued pursuant to this Contract.
C. The Contractor may not perform any Work until:
i. The Contractor furnishes proof of insurance as required by the Contract
Documents; and
ii, The City gives the Contractor a written, signed, and numbered purchase
order and notice to proceed.
D. By signing this Contract, the Contractor represents to the City that the Contract
Time is reasonable for completion of the Work and that the Contractor will
complete the Work within the Contract Time.
E. Should the Contractor begin the Work before receiving written authorization to
proceed, any such Work is at the Contractor's own cost and risk.
4. DISPUTES. Disputes arising from this contract will be determined in accordance with the
Contract Documents and Public Contracts Code §§ 10240-10240.13.
5. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City
will promptly inform the Contractor regarding third -party claims against the Contractor,
but in no event later than ten (10) business days after the City receives such claims. Such
notification will be in writing and forwarded in accordance with the "Notice" section of
the Contract Documents. As more specifically detailed in the Contract Documents, the
Contractor agrees to indemnify and defend the City against any third -party claim.
6. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with
a Taxpayer Identification Number.
PERMITS AND LICENSES. Unless otherwise provided, the Contractor, at its sole
expense, will obtain and maintain during the Contract Time, all necessary permits, licenses,
and certificates that may be required in connection with the Work.
8. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps,
models, photographs and reports prepared by the Contractor under the Contract Documents
are the City's property. The Contractor may retain copies of said documents and materials
as desired, but will deliver all original materials to the City upon the City's written notice.
I-D-2
Agreement No. 7524
9. INDEMNIFICATION. The Contractor agrees to indemnify, defend, and hold the City
harmless as set forth in the Contract Documents. The requirements as to the types and limits
of insurance coverage to be maintained by the Contractor as required by the Contract
Documents, and any approval of such insurance by the City, are not intended to and will
not in any manner limit or qualify the liabilities and obligations otherwise assumed by the
Contractor pursuant to the Contract Documents, including, without limitation, to the
provisions concerning indemnification.
10.INDEPENDENT CONTRACTOR. The City and the Contractor agree that the
Contractor will act as an independent contractor and will have control of all work and the
manner in which is it performed. The Contractor will be free to contract for similar service
to be performed for other employers while under contract with the City. The Contractor is
not an agent or employee of the City and is not entitled to participate in any pension plan,
insurance, bonus or similar benefits the City provides for its employees. Any provision in
this Contract that may appear to give the City the right to direct the Contractor as to the
details of doing the work or to exercise a measure of control over the work means that the
Contractor will follow the direction of the City as to end results of the work only.
11. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with
respect to all services and matters covered under this Contract. The City will have free
access at all reasonable times to such records, and the right to examine and audit the same
and to make transcript therefrom, and to inspect all program data, documents, proceedings
and activities. The Contractor will retain such financial and program service records for at
least three (3) years after termination or final payment under the Contract Documents.
12. NOTICES. All communications to either party by the other party will be deemed made
when received by such party at its respective name and address as follows:
The Ci
Cheryl Ebert, City Engineer
City of E1 Segundo
350 Main Street,
El Segundo, CA 90245
(310) 524-2321
The Contractor
Valod Keshishian, CEO
ACDD, Inc.
1967 Glencoe Way
Glendale, CA 91208
« ➢w(� tt�tinc xom
or monte@acddinc.com
(818) 273-4891
Any such written communications by mail will be conclusively deemed to have been received
by the addressee three (3) days after deposit thereof in the United States Mail, postage prepaid
and properly addressed as noted above. In all other instances, notices will be deemed given at
the time of actual delivery. Changes may be made in the names or addresses of persons to
whom notices are to be given by giving notice in the manner prescribed in this paragraph.
I-D-3
Agreement No. 7524
13. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for
the exclusive benefit of the Contractor and the City and not for the benefit of any other
party. There will be no incidental or other beneficiaries of any of the Contractor's or the
City's obligations under this Contract.
14. INTERPRETATION. This Contract was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
Contract will be in Los Angeles County.
15. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity
between any provision of the Contract Documents, precedence will be as follows:
A. This Contract;
B. The Standard Specifications; and
C. Precedence of documents as determined in the Standard Specifications.
16. SEVERABILITY. If any portion of the Contract Documents are declared by a court of
competent jurisdiction to be invalid or unenforceable, then such portion will be deemed
modified to the extent necessary in the opinion of the court to render such portion
enforceable and, as so modified, such portion and the balance of this Contract will continue
in full force and effect.
17. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Contract and
to engage in the actions described herein. This Contract may be modified by written
amendment. The City's city manager, or designee, may execute any such amendment on the
City's behalf.
18. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Contract,
agreements ancillary to this Contract, and related documents to be entered into in
connection with this Contract will be considered signed when the signature of a party is
delivered by facsimile transmission. Such facsimile signature will be treated in all respects
as having the same effect as an original signature.
19. COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof
will be construed as both covenants and conditions, the same as if the words importing
such covenants and conditions had been used in each separate paragraph.
20. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of
reference only and will not affect the interpretation of this Contract.
21. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the
Contract Documents.
I-D-4
Agreement No. 7524
IN WITNESS WHEREOF the parties hereto have executed this contract the day and
year first hereinabove written.
CITY OF EL SEGUNDO
em I R—,O
9 arre11 George,
City Manager
ATTEST:
ao� ��
SLIsan 1ruax,
City Clerk
APPROVED AS TO FORM:
MARK D. HENSLEY, City
By:
_ W +'David H. King, City trey
ACDD, Inc.
a
Valod Keshishian,
CEO
Title
Taxpayer ID No.
9 r) � '"
Contractor State License No.
Contractor City Business License No.
Insurance Reviewed by: MU tA'4
CITY OF EL SEGUNDO
I-D-5
Agreement No. 7524
CERTIFICATE OF CONSENT TO ACTION WITHOUT MEETING OF THE SOLE
r eil�n
Certificate of written consent to action without meeting of the sole director of ACDD Inc (the
The Secretary of the Corporation Certifies that the Corporation is a corporation duly organized and
operating under the laws of the State of Califoiiva.
I T WAS RESOLVED THAT:
The following individual is appointed and confirmed as signing officer for the Corporation for a
term of one year or until replaced and is authorized to manage bank accounts that have been
established for the benefit of the Corporation, sign and endorse checks, drafts, and other orders
of payment for those bank accounts, and is authorized to sign bills of lading, and other
documents, as needed and reasonable. for the nonnal conduct of the business of the Corporation
Valod Keshishian
2 Any one director or officer of the Corporation is authorized to sign all documents and perfonn
such acts as may be necessary or desirable to give effect to the above resolution
r
w .._........ _ . �' ___....� �_.. _. ...... ... (Signature)
Valod Keshishian
In witness whereof, I have dulyexecuted this Certificate of Corporate orate Resolution this day of
P
Valod Keshishian, Secretary
I, Valod Keshishian, President of the Corporation, do hereby certify that Valod Keshishian is the duly
elected Secretary of the Corporation. I also certify that any signatures set out above are the correct
Page 1 of 2
Agreement No. 7524
signatures of those persons. I further certify that l have executed this resolution for the purpose stated
above for and on behalf of the Corporation.
IN WITNESS WHEREOF, 1 have duly executed this certificate this a day of
i ..
Valod Keshishian, President
Page 2 of 2
Agreement No. 7524
PROPOSAL
FOR THE
CITY HALL EXECUTIVE PARKING 1
>.1I � IT 1
1 1 '
Date October 22 20 25
Company Name: ACDD Inc
TO THE CITY OF EL :
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. 7524
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been
due under the requirements of any agency, State, or Federal equal employment opportunity
orders have been satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority
business enterprises for those portions of the work to be subcontracted, and that such affirmative
actions have been fully documented, that said documentation is open to inspection, and that said
affirmative action will remain in effect for the life of any contract awarded hereunder.
Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal
employment opportunity requirements of the contract documents.
NONCOLLUSION 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 E1 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 fiaud.
I-C-2
Agreement No. 7524
VITFOUG-44_rwilm
CITY HALL EXECUTIVE
PARKING
` ,
PROJECT
i F • "4
-15
Company Name: ACDD Inc
BASE BID ITEMS
Note: Bid Item work is elaborated in detail in the Project plans and specifications.
ITEM
DESCRIPTION
UNIT
QTY
UNIT
AMOUNT
.
PRICE
Mobil ization/demobilization including
building fees, traffic control (maximum
LS
1
$5000.00
$ 5000.00
10% of total bid).
2
Install 250 amp 3-pole breaker in
A
1
$ 1200
$1200.00
electrical room (ER) subpanel
3
Install 200 amp 3-pole breaker in parking
EA
2
$ 1400
$ 2800.00
lot EV subpanel
Install 175 amp 3-pole breaker in existing
4
480V switchboard in ER
EA
1
$1200
$ 1200.00
5
Install 112.5 KVA step-down transformer
L
1
$ 11000
$11000.00
in ER fed by 480V switchboard
Install 250 amp 120/208V, 3-phase panel
LS
1
$6000
$ 6000.00
in ER fed by transformer
7
Install 200 amp 120/208V, 3-phase
LS
1
$ 2500
$ 2500.00
subpanel in parking lot fed by panel in ER
8
Install 40 amp 2-pole breaker in parking
EA
8
$200
$1600.00
lot subpanel for EV chargers (EVC)
9
Install miscellaneous branch breakers in
EA
4
$ 200
$ 800.00
ER panel for existing circuits
Install 3" metallic conduit, surface-
10
mounted, EMT and fittings in ER
LF
5
$ 160
$ 800
switchboard to transformer to panel
I-C-3 a
Agreement No. 7524
BASE BID ITEMS, continued
Note: Bid Item work is elaborated in detail in the Protect Hans and specifications,
ITEM
NO.Install
DESCRIPTION
UNIT
QTY
PRICE
AMOUNT
2" metallic conduit, surface-
11
EMT and fittings in parking lot
LF
75
$ 26.67
$ 2000.25
subpanel to EVSE pull boxes
Install 1" metallic conduit, surface-
12
mounted, EMT 6x2' in pull boxes to EV
LF
12
$150
$ 1800
charger units
Install 2/0 AWG conductor (Cu) -3x7' in
13
480V 175/a switchboard breaker to
LF
21
$ 45.24
$ 950.04
transformer
Install 3/0 AWG conductor (Cu)-3000'
14
in 250A panel to 200A subpanel in
LF
900
$9.44
$8496.00
parking lot
15
Install 4/0 AWG conductor (Cu) -3x7' in
LF
21
$ 38.10
$ 800.10
transformer to 250A sub -panel in ER
16
Install 8 AWG conductor (Cu)-16x75' in
LF
1200
$ 2.50
$ 3000
parking lot subpanel to EV chargers
17
Install 6 AWG ground wire (Cu) -1x75' in
LF
75
$10.67
$ 800.25
parking subpanel to wall mounted EVCs
18
Install 4 AWG ground wire (Cu)-1x300'
LF
300
$ 6
$1800
in ER Panel to parking lot subpanel
Install 8 AWG ground wire (Cu) -1x75' in
19
parking lot subpanel to existing dual -port
LF
75
$10.67
$ 800.25
EVC
Install wall -mounted Caltrans pull box,
20
No. 7 or NEMA 3R equivalent with 1"EA
7
$ 642.86
$ 4500.02
and 2" knockouts between 200A subpanel
and wall -mount EVCs
I-C-3 b
Agreement No. 7524
BASE BID ITEMS, continued
Note: Bid Item work is elaborated in detail in the Project plans and specifications.
ITE®
DESCRIPTION
QTY
PRICE
AMOUNT
Install 32 amp single connector Level 2
21
chargers (wall -mounted) along wall
EA
6
$ 2000
$ 12000
downstream of 200A subpanel
Install 32 amp (X2) dual connector Level
22
2 charger (pedestal) to replace existing
EA
1
$ 4000
$ 4000
Chargepoint Station on E. Holly Ave.
Install thermoplastic white paint,
pavement legend, Type B-HS:
23
Mechanically remove "RESERVED"
EA
6
$ 625
$ 3750.00
markings and replace with "EV
CHARGING ONLY" in parkiLig stalls
24
Miscellaneous Improvements
LS
1
$15,000
TOTAL BASE BID (#1 thru #24) _
$ 92,596.91
TOTAL BASE BID WRITTEN IN WORDS:
Ninety two thousand five hundred ninety six dollars
and ninety one cents
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-3c
Agreement No. 7524
Company Name: ACDD Inc
BIDDER certifies that the following information is true and correct:
Form of Legal Entity (i.e., individual, partnership, corporation, etc.)
Corporation
If corporation. State of Incorporation (i.e., California) California
Business
Street Address 1967 Glencoe Way
Glendale, CA 91208
Telephone No. 8182734891
Email Address monte@acddinc.com
State Contractor's License No. and Class 905599 B C10
Original Date Issued 10/25/2007 Expiration Date 10/31 /2027
Contractor's Department of Industrial Relations (DIR) Information:
Registration No. 1000567917
Expiration Date 06/30/2026
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:
Monte Keshishian CEO
The date of any voluntary or involuntary bankruptcy judgments against any principal having an
interest in this proposal is as follows:
None
All current and prior DBA's, aliases, and/or fictitious business names for any principal having
an interest in this proposal are as follows:
None
I-C-4
Agreement No. 7524
rpmkn
ljl� jl� lj�
01i 'i 1 11,11, ll'' � t 111, 1 1 � � I � � F "Ji ''I III! I JIM I WIN DI
9 9 M, TOT 0", ZE303=
RM
Agreement No. 7524
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names,
titles, hands, and seals of all aforenamed principals this 21st day of October , 2025
BIDDER NAME AND CONTACT INFORMATION
ACDD Inc
monte@acddinc.com
(818) 404-8386
Bidder Signature:
Subscribed and sworn to this .......---- dray of._�a
NOTARY PUBLIC
I-C-6
Agreement No. 7524
DESCRIPTION OF ATTACHED DOCUMENT
Title or Type of Document: Jurat-Bidder's Information
Document Date: 10 21 2025
Number of Pages (including notarial certificate): 4
State of Texas
County of Collin
Affirmed to and subscribed before me
on 10/21/2025 by Monte Sevak Keshishian.
Notary Public, State of Texas
\�ait49s�rlr�i/�
„p �x
T Rogers
r
ID NUMBER
125127245
COMMISSION EXPIRES
sr�y rPileytgkkw%%
November 24, 202B
Electronically signed and notarized online using the Proof platform..
Agreement No. 7524
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
1. BIDDER'S Contractor's License Number is: 905599
Class No.: B C10
2. The expiration date of BIDDER'S Contractor License is: 10/31/2027
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 October 2, 20 25 , at
Glendale CA
7eem& A
Signature
Monte Keshishian
Typed Name
CEO
Title
ACDD Inc
Company Name
(insert City and State where Declaration signed).
I-C-8
Agreement No. 7524
NON -COLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
(pursuant to Cal. Pub. Contract Code § 7106)
The undersigned declares:
I am the CEO of ACOD Inc the party
making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or
sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in
a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The
bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder that all
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted
his or her bid price or any breakdown thereof, or the contents thereof, or divulged information
or data relative thereto, to any corporation, partnership, company, association, organization,
bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and
has not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on behalf
of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct and that this declaration is executed on October 22, 2025 [date], at
Glendale [City], CA [state]."
Dated this 22 day of October , 2025
Monte Keshishian
Name
CEO
Title
Signature
lffm�
Agreement No. 7524
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 22
CEO
ACDD INC
1967 Glencoe Way
Glendale, CA 91208
(818 273-4891
day of October 2025
I-C-10
Agreement No. 7524
BIDDER'S CERTIFICATION OF SUBCONTRACTORS
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Company Name: ACDD INC
As detailed in Section 2-3 (Page II-B-3) of the General Provisions, Bidder certifies that it has
listed below all subcontractors who will perform work in excess of one-half of one percent
(0.5%) of the total bid price or certifies that the bidder is fully qualified to perform and will
perform that c rtion of the work itself.
awwww �
Subcontractor's Description of
License No. & Portion of
Name of DIR Work Estimated
Subcontractor Address Registration No. Subcontracted $ Amount
None (Number and Street) (CSLB #)
(City, Zip Code) (D #)
I
(Make copies of this page if additional space is needed)
fey 10/22/2025
Signature of Bidder Date
I-C-11
Agreement No. 7524
Company Name: ACDD INC
The following are the names, addresses, and telephone numbers for City agencies for which
BIDDER has performed similar work as the prime contractor or major subcontractor within
the past five (5) years:
1. Project Owner: Judicial Council of California
Project title:
Type of work:
Contact name:
Telephone:
Email address:
Contract amount:
Date completed:
Multiple Sites Comprehensive Interior Lighting Upgrades
Electrical, general construction
John Silva
(323) 480-1779
john.silva@piindustriesone.com
$ 2,800,000.00
07/18/2025
Did your firm have any financial interest in Project? No
2. Project Owner: Judicial Council of California
Project title:
Type of work:
Contact name:
Telephone:
Email address:
Contract amount:
Date completed:
Arc Flash Hazard Analysis
Electrical and general construction
Nenad Kostic
(858) 380-8170
nk@terrapowersolutions.com
$ 450,000.00
08/08/2025
Did your firm have any financial interest in Project? No
3. Project Owner: DoD LASFB
Project title:
Electrical and Fiber Optic Workplace Infrastructure Upgrades
Type of work:
Electrical, datacom, general construction
Contact name:
Raymond Minassian
Telephone:
(310) 653-5046
Email address:
raymond.minassian.ctr@spaceforce.mil
Contract amount:
$1,400,000.00
Date completed:
11 /22/2024
Did your firm have any financial interest in Project? No
I-C-12
Agreement No. 7524
4. Project Owner: City of^Alhambra
Project title: MicroNoc EV Charger Installation
Type of work:
Electrical, general construction
Contact name:
Jim Schafer
Telephone:
(916) 462-6815
Email address:
jim.schafer@prideindustries.com
Contract amount:
$ 65000.00 ._ ...........
Date completed:
10/17/2025
Did your firm have any financial interest in Project? No
5. Project Owner: JCC
Project title:
PM IR Scanning and Infrastructure Repairs
Type of work:
Electrical
Contact name:
James Flora
Telephone:
(619) 249-2612
Email address:
jf@terrapowersolutions.com
Contract amount:
$120,000.00
Date completed:
05/23/2025
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:
Western Surety Company
151 N FRANKLIN STREET
CHICAGO IL 60606
(800) 331-6053
I
Agreement No. 7524
BIDDER'S STATEMENT OF
PAST CONTRACT DISQUALIFICATIONS
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Company Name: ACDD Inc
Please state all instances of being disqualified, removed, or otherwise prevented from bidding
on, or completing, a federal, state, or local government project due to a violation of a law or
safety regulation.
1, Have you ever been disqualified from any government contract?
Yes ❑ No V
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 9 No ❑
Bidder's Signature
Monte Keshishian
Name (Please Print)
I-C-14
Agreement No. 7524
INSURANCE REQUIREMENTS
[MUST BE SUBMITTED WITH PROJECT PROPOSAL]
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Company Name: ACDD Inc
To be awarded this contract, the successful bidder must procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth below:
Tyne 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 ivatenvorks,
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."
October 22 2025
Date
MW
Bidder's Signature
Agreement No. 7524
I-C-16
Agreement No. 7524
(lrf Y or
ELSEGUNDO
October 14, 2025
ADDENDUM NO.2
To
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
ATTENTION BIDDERS:
The following additions, modifications, and clarifications to the specifications shall be
included in, and become a part of any contract which may be executed for the above
project in the City of El Segundo:
1. The bid due date and time is still Wednesday, October 22, at 11:00 am.
2. The estimated project cost is $73,100
3. Single -port chargers were selected for the fleet vehicle parking lot stalls because there
are many more product options in that variation. A request to use dual -port chargers for
the fleet vehicles would need to be reviewed by the City's design consultant and
approved before using in place of the chargers proposed by the plans.
4. Requests to replace the Holly Ave. dual -port charger replacement with two single -port
chargers will not be accepted, as it would damage more of the existing infrastructure to
install, and thus may also be more costly.
5. Bonds required from the successful contractor after the project is awarded to them
will be a Faithful Performance Bond and a Labor and Materials Bond. Bond
examples are attached.
As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge
same in the space provided below and submit this Addendum with the Proposal. Failure
to provide such acknowledgement shall render the proposal as non -responsive and subject
to rejection.
Signature: /�- Date: 10/22/2025
Print Company Name: ACDD Inc
350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489
Agreement No. 7524
C TY OY
ELSEGUNDO
October 2, 2025
ADDENDUM NO. 1
To
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING RAPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
ATTENTION BIDDERS:
The following additions, modifications, and clarifications to the specifications shall be
included in, and become a part of, any contract which may be executed for the above
project in the City of El Segundo:
1. The bid due date and time is changed to Wednesday, October 22, at 11:00 am.
2. A bid bond will NOT be required. Bidders can remove bid bond pages I-C-7 and I-
C-8 from the proposal pages.
3. At the time of bidding potential bidders must have
a. a valid A or C-10 Contractors State License Board contractor's license
b. a valid Department of Industrial Relations registration per SB 854 requirements
As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge
same in the space provided below and submit this Addendum with the Proposal. Failure
to provide such acknowledgement shall render the proposal as non -responsive and subject
to rejection.
Signature _ A"46awi Date: 10/22/2025
Print Company Name: ACDD Inc
350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489
Agreement No. 7524
FAITHFUL PERFORMANCE BOND
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Premium based on Bond No. 101032501
Final Contract Price Bond Fee: $1,852.00
("PRINCIPAL") ACQ , INC,,
and American Contractors Indemnity Company
acorporation
incorporated under the laws of the State of California _ 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
NINETY-TWO THOUSAND FIVE HUNDRED NINETY-SIX DOLLARS AND
NINETY-ONE CENTS ($92,596.91), 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, CITY HALL EXECUTIVE PARKING
LOT ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PLANS AND SPECIFICATIONS NO. PW 24-15, and the Public Works Contract executed
with such Specifications. In the case of any default in the performance of the conditions and
stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond
or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties,
or deficiencies arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in PLANS
AND SPECIFICATIONS NO. PW 24-15, a copy of which is on file with CITY's
Engineering Division ("Public Project"). Such performance will be in accordance with
CITY's plans and profiles which are made a part of this bond when said plans and profiles are
approved by the City Council and filed with CITY's Engineering Division. CITY has
estimated the required amount of the bond as shown above.
2. PRINCIPAL's work on the Public Project will be done in accordance with
CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail
to complete all required work within the time allowed, CITY may, at its sole discretion, cause all
required work to be done and the parties executing the bond will be firmly bound for the
payment of all necessary costs therefor.
I-E-6
Agreement No. 7524
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.
4. This bond is conditioned upon and guarantees due compliance with all applicable
law including, without limitation, the El Segundo Municipal Code ("ESMC").
5. SURETY, for value received, agrees that no changes, extensions of time,
alteration or modification of PLANS AND SPECIFICATIONS NO. PW 24-15 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 perfonn its obligations within the time allowed,
PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY;
otherwise this obligation will remain in full force and effect.
[SIGNATURES ON FOLLOWING PAGE]
I-E-7
Agreement No. 7524
SIGNED AND SEALED this 29th day o January
PRINCIPAL's PRESIDENT
PRINCIPAL's SECRETARY
PRINCIPAL'sMAILING ADDRESS:
2026
SU1�ET
Nhung H. S Phan„ Attorney -in -Fact
SURETY's SECRETARY
SURETY's MAILING ADDRESS:
f Qi 7 ' American Contractors Indemnity Company
801 S. Figueroa Street, #700
Los Angeles, CA 90017�
310-649-0990
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. 7524
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed
the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that
document.
STATE OF CALIFORNIA
COUNTY OF SACRAMENTO
On I� M— ZAP before me , KATY TAYLOR Notary Public,
Date (here insert name )
personally appeared NHUNG H. SAEPHAN 1
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 Fie/she/t4ey executed the same
in Its/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(4), 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.
Signature:.
Description of Attached Document
Title or Type of Document:
Document Date:
(Seal)
OPTIONAL INFORMATION
Other:
Number of Pages:
Agreement No. 7524
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
V z,ti✓�Y..»:,.,7�w.,,�.�.,� .�, .:,,e, �„ ,..�,r »t ,r.w 01r 0.�,1�..'+s
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 Los Angeles
On w f.u, ......•, ZZ 2 S,� before me, Brian E. Bates Notary Public
Date Here Insert Name and Title of the 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 acknoWedged 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.
BRIAN E. BATES
COMM. #2468520 Z
a Md NOTARY PUBLIC— CALIFORNIA
Z LOS ANGELES COUNTV
Com. Expires Oct 27, 2027 j
Place 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 _....
Signature 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: ,..... E 'cet � � � , �� Q ._.... ..... _....
Document Date: � .._, 'umber of Pages:._.
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: V21 �e�� �
K Corporate Officer — Title(s): r`z
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other: ....._ _..
Signer is Representing __ ......•__.
Signer's Name: ...... .........
❑ Corporate Officer Title
[I Partner — ❑ L�•if— ❑ General
❑ Indiv a "` ❑ Attorney in Fact
tee ❑ Guardian or Conservator
Other:
Signer is Representing: _•.•••..••—
'�;� ✓.F" ".+,'.:'^.,.'r.,�:.a ",a�Oue(��,"� wW: i£��!^sir,°:r„"�Y'+,u;�fi�:`., V"M.C.tt"t'„?„'»,,;nun,..;'`r�,�d,�r'r"�"::"�C.n�"�'�e` '�rrM. �""�s�',r�.teaWr�'�i,r��'��I�.`?�
02019 National Notary Association
Agre%n 0?JAR. 7524
- f 74%30��
American Contractors Indemnity Company
Zfr'LOSAngeleS, — I I I - - lipwknu
8kriskate U
. '111 IF q
Surety
as such classes are now or may hereafter be defined in the Insurance Laws of the Stale of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
IN WITNESS WHEREOF, effective as of the 23rd day of May, 1994, 1 have
hereunto set nzy hand and caused my official seal to be affixed this
i r M
wfic
John Garamendi
Insurance COMMiSSIOner
Filed 10/04/90 By Victoria S. Sidbury
Deputy
Certification
1, the undersigned Insurance Commissioner of the State of California, do hereby cerfijjthat I have
compared the above copy of Certificate ofAuthority with the duplicate oforiginal now On file in M.Y OfflCe,
and that the same is ajull, true, and correct transcript thereof, and of the whole ofsaid duplicate, rand said
Certificate of Authority is now infull force and effect.
Ili WITNESS WHERE -OF, I have hereitntolset my hand and caused my
official seal to be affixed this l3th day ofDecember, 2006.
John Garamendi
Insurance Commissioner
Ivy ? M 04X,;�'4 b A
Pauline DAndrea
Agreement No. 7524
LABOR AND MATERIALS BOND
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECTNO.: PW 24-15
ACDD, INC., asprincipal ("PRINCIPAL") and
American Contractors Indemnity Company
Bond No. 101032501
Bond Fee: Included in performance bond
a corporation
incorporated underthe laws of the State of"Calrf rnia 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
NINETY-TWO THOUSAND FIVE HUNDRED NINETY-SIX DOLLARS AND
NINETY-ONE CENTS ($92,596.91),
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 forall materials, provisions, provender, or othersupplies, and equipment used in,
upon, for or about the performance of the work contemplated in CITY HALL
EXECUTIVE PARKING LOT ELECTRIC VEHICLE CHARGING IMPROVEMENTS
(EVCI) PROJECT PLANS AND SPECIFICATIONS NO. PW 24-15 ("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 PLANS
AND SPECIFICATIONS NO. PW 24-15, and the Public Works Contract executed for such
Specifications, copies of which is on file with CITY's Engineering Division ("Public Project").
Such performance will be in accordance with CITY's plans and profiles, which are made a
part of this bond when said plans and profiles are approved by the City Council and filed with
CITY's Engineering -Division.
2. PRINCIPAL will pay all Contractors, Subcontractors, and persons renting
equipment.
Agreement No. 7524
3. PRINCIPAL will pay for all materials and other supplies, for equipment used in,
on, for or about the performance of the Public Project, and will pay for all work and labor
thereon.
4. This bond is conditioned upon and guarantees due compliance with all applicable
law including, without limitation, the El Segundo Municipal Code ("ESMC").
5. SURETY, for value received, agrees that no changes, extensions of time,
alteration or modification of PLANS AND SPECIFICATIONS NO. PW 24-15, or of the
obligation to be performed will in any way affect its obligation on this bond, and it waives
notice of any such change, extension of time, alteration or modification of the Contract
documents or of the obligation to be performed.
6. This bond consists of this instrument; the plans and specifications identified
above; and the following TWO (2) attached exhibits all of which are incorporated herein by
reference:
A. A certified copy of the appointment, power of attorney, bylaws or other
instrument entitling or authorizing the persons executing this bond to do so;
and
B. A certificate issued by the county clerk for the county in which SURETY's
representative is located conforming with California Code of Civil Procedure
§ 995.640 and stating that SURETY's certificate of authority has not been
surrendered, revoked, cancelled, annulled, or suspended, or in the event that
it has, that renewed authority has been granted.
7. Should PRINCIPAL perform its obligations within the time allowed,
PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY;
otherwise this obligation will be in full force and effect.
[SIGNATURES ON FOLLOWING PAGE]
I-F-2
Agreement No. 7524
SIGNED AND SEALED this29th day of January 2026
PRI NCI PAL'sPRESI DENT
PRI PAL's§ECRETARY
PRI NCI PAL'sMAI LI NG ADDRESS:
% RETY
Nhung ht' a:phan, Attorney -in -Fact
SU RETY' s SECRETA RY
SURETY's MAILING ADDRESS:
r - American Indemnity
Company
rican Contractors demnit
801 S. Figueroa Street, #700
Los Angeles, CA 90017
.............
310-649-0990
NOTE: (1) ALL signatures must be acknowledged by anotary public.
Return one original to City Clerk'sOffice.
(2) Bond shall be effective for one (1) ye2r after acceptanceof thejob
I -F-3
Agreement No. 7524
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
.�w_wwww_
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 SACRAMENTO
On k 2 CI" %d 2Wbefore me , KATY TAYLOR Notary Public,
Date (here insert name)
personally appeared _ NHUNG H. SAEPHAN
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe
subscribed to the within instrument and acknowledged to me that be/she/thay executed the same
in his/her/tI-ieif authorized capacity(ies), and that by kris/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.
Signature:
Description of Attached Document
Title or Type of Document:
Document Date:
(Seal)
OPTIONAL INFORMATION
Other:
SAT "r' rAYLOR
0 4 tYriV. t i t7
a ; V�OTARM"G�+�li�k9 C�t4� rtN1�
jai S C ENTO U � d
Number of Pages:
Agreement No. 7524
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
u.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., - Los Angeles
On ;; v&%P - before me, Brian E. Bates Notary Public _
Date Here Insert Name and Title of the Officer
personally appeared . ...... .,,,--_ ()�' !-�_��
Nome(:) 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.
a BRIAN E. BATES
C-) COMM. #2468520 Z
CL r -0
NOTARY PUBLIC- CALIFORNIA
Z LOS ANGELES COUNTY
tly Come. Expires Oct 27, 2027
Place 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 .......... ......__.....
Signature of Notary Public
Vr, I wwf+►L
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: 1 ,,;1 3 Number of Pages: 3 ..........
__�
Signer(s) Other Than Named Above: - _.� " .....•
Capacity(ies) Claimed by Signer(s)
Signer's Name: _ t f M 5 4, 0,
Corporate Officer - Title(s). P v .
❑ Partner- ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other: _..
Signer is Representing: ...............
Signer's Name: ._.
❑ Corporate Officer - Title(s):-...........
❑ Partner - ❑ Limited ❑ G
❑ Individual Attorney in Fact
❑ Trus °° ---� ❑ Guardian or Conservator
❑ Other: ..............
Signer is Representing: - -
,I,„'`�+�'o, 60", ;,Xw i."w.,.,J.-, ?,! Fl i d'
02019 National Notary Association
Agreement No. 7524
T K10 MARINE
H C C
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,
NHUNG H. SAEPHAN
its true and lawful Attorney -in -Fact, 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 regarding bond number 101032501 providing the bond penalty does not exceed
ThrE e illion and 0011 Dollars $3,00UOUO
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 Board 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 orterminating 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 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 Attorney -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 Indemnity CorpZany has caused its seal to be affixed hereto and executed by its
President on this 20th day of November, 2024. , Mk' AGIa p ,
AMERICAN CONT CTO S• INDEMNITY COMPANY
y:
l� sivrnwr n�anuu _....IT.. _ .....___..
.... C?�y,. Ada ss resident
A Notar Public or other officer completing this certificate e,�,,;,'1 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 Los Angeles
On this 2011 day of November, 2024, before me, D. Littlefield, 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.
D, afTTLEFIELD
WITNESS my hand and official seal, rvsc.,naa
70
Signature ... .... (seal) y" my� issAft11,W29
I, Kio Lo, Assistant Secretary ofA 'encan Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution
adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said
Power of Attorney nor the resolution have been revoked and they are now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of saio;yC,papanies at Los Angeles, California this
29th day of 2026 � ��a crc,n�s
e /� ..
Bond No. 101032501 ,,,,,,,,,,,,,
Agency No. 144QO VPll �5 VM r�� f Kio Lo„ AssistecFelary
Visit tmhcc.com/surety for more i'nfian'nataou�'`�ticcsozzPoaacic0712025
Agreement No. 7524
„! TOK10MARINE
H..0 C
Fraud Warnings and Privacy Notice
Fraud Warnings
Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false
information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison.
APPLICABLE IN ALABAMA
Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or who knowingly presents false
information in an application for insurance is guilty of a crime and may be subject to restitution, fines or confinement in prison,
or any combination thereof.
APPLICABLE IN ARKANSAS, LOUISIANA AND WEST VIRGINIA
Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false
information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison.
APPLICABLE IN CALIFORNIA
For your protection California law requires the following to appear on this form. Any person who knowingly presents false or
fraudulent information to obtain or amend insurance coverage or to make a claim for the payment of a loss is guilty of a crime
and may be subject to fines and confinement in state prison.
APPLICABLE IN COLORADO
It is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose
of defrauding or attempting to defraud the company. Penalties may include imprisonment, fines, denial of insurance, and civil
damages. Any insurance company or agent of an insurance company who knowingly provides false, incomplete, or misleading
facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or
claimant with regard to a settlement of award payable from insurance proceeds shall be reported to the Colorado Division of
Insurance within the Department of Regulatory Agencies.
APPLICABLE IN THE DISTRICT OF COLUMBIA
WARNING: It is a crime to provide false or misleading information to an insurer for the purpose of defrauding the insurer or any
other person. Penalties include imprisonment and/or fines. In addition, an insurer may deny insurance benefits, if false
information materially related to a claim was provided by the applicant.
APPLICABLE IN FLORIDA
Any person who knowingly and with intent to injure, defraud, or deceive any insurer files a statement of claim or an application
containing any false, incomplete, or misleading information is guilty of a felony of the third degree.
APPLICABLE IN HAWAII
For your protection, Hawaii law requires you to be informed that presenting a fraudulent claim for payment of a loss or benefit is
a crime punishable by fines or imprisonment, or both.
APPLICABLE IN KANSAS
Any person who, knowingly and with intent to defraud, presents, causes to be presented or prepares with knowledge or belief
that it will be presented to or by an insurer, purported insurer, broker or any agent thereof, any written statement as part of, or in
support of, an application for the issuance of, or the rating of an insurance policy for personal or commercial insurance, or a
claim for payment or other benefit pursuant to an insurance policy for commercial or personal insurance which such person
knows to contain materially false information concerning any fact material thereto; or conceals, for the purpose of misleading,
information concerning any fact material thereto commits a fraudulent insurance act.
APPLICABLE IN KENTUCKY
Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance
containing any materially false information or conceals, for the purpose of misleading, information concerning any fact material
thereto commits a fraudulent insurance act, which is a crime.
APPLICABLE IN MAINE
It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of
defrauding the company. Penalties may include imprisonment, fines or denial of insurance benefits.
TMHCCZZM FRAUDPRIVACY01/2023
Agreement No. 7524
TO KI O MARIH C C N E
Fraud Warnings and Privacy Notice
APPLICABLE IN MARYLAND
Any person who knowingly or willfully presents a false or fraudulent claim for payment of a loss or benefit or who knowingly or
willfully presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement
in prison.
APPLICABLE IN MINNESOTA
Any person who files a claim with intent to defraud or helps commit a fraud against an insurer is guilty of a crime.
APPLICABLE IN NEW JERSEY
Any person who includes any false or misleading information on an application for an insurance policy is subject to criminal and
civil penalties.
APPLICABLE IN OHIO
Any person who, with intent to defraud or knowing that he/she is facilitating a fraud against an insurer, submits an application or
files a claim containing a false or deception statement is guilty of insurance fraud.
APPLICABLE IN OKLAHOMA
WARNING: Any person who knowingly, and with intent to injure, defraud or deceive any insurer, makes any claim for the
proceeds of an insurance policy containing any false, incomplete or misleading information is guilty of a felony.
APPLICABLE IN OREGON
Material misstatements, misrepresentations, omissions or concealments by an insured that are fraudulent or material to the
insurance contract, the risk assumed, or the interests of an insurer and are relied upon by an insurer may result in policy
rescission, cancellation, or denial of claim.
APPLICABLE IN TENNESSEE, VIRGINIA AND WASHINGTON
It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of
defrauding the company. Penalties include imprisonment, fines or denial of insurance benefits.
APPLICABLE IN VERMONT
Any person who knowingly presents a false statement in an application for insurance may be guilty of a criminal offense and
subject to penalties under state law.
NOTICE TO NEW YORK APPLICANTS:
Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance
or statement of claim containing any materially false information or conceals for the purpose of misleading, information
concerning any fact material thereto, commits a fraudulent insurance act, which is a crime, and shall also be subject to a civil
penalty not to exceed five thousand dollars and the stated value of the claim for each such violation.
TM HCCZZM _FRAuoPR 1VACY®1 /2023
Agreement NPr Z�?41 2023
WlIA ""r III fOPS T t°`MJD MARINE FICC IlD `M 14'II.I Y, 0U llR
I'l [E a!° SO N f].... � N Ifs:°. () R NAA I ON?
rm anaaal amnlcaorles choose low toy uaVuam ymn- personal rnfa,rul'laa�f'101.1, a E`ude ral [aw gives
cloy nuarnus to IrIGaIh: Wundt aomie but not aH shai inyy ifr.c: oral I,:a�o,, ral s: o rortl uli: es us fo terllll you
Myrna nA,e c:a llc,aa, share, and pDrrcA c. youi IIYe sr nal ora�[ori-nation,lulr,arie uend Uhius rr,: it rnaJieo Jy to
.und e sf inn anal aL we do
l hf -" types of f(u'rsirurl!aaY ilnc cnnuncation yarn Wl+'au:;tand ahase ctepsau: a id, on to rta ppiro iu(A: oil service you
have rnriiU�r urs, ..p.his 'onfruouarrup oin may f�i,G(ull.de"
Au' couyuut rai, cd traaucsuacl;p on it^rir„omcatfic:arl:
11111Contact aalrart tu al;rlclh:; pfuta.bnnraatura�,.0
;cafrrcGc,oryrerr,
IF hlf rlurl alionr
Ualirri s i!ufolrinaiioif, and
r I c r K lyl;,trcary,
t
arun their afpl faau°arac,aal rac:urr�rpaaPfurs�ua »1a,o�.i'G'.rs fr�alar °.ua,atrali°ucctrsa :��'ll�a'audraG uu"ftxwYf!I��,%,a't'u��P�tolre"tiro;°r^yaay
tauu: ne ss In tho ,r,tisUnn below, we kht In ueasor�ua flnrarlr,icul rcamn --arni s r:al~o sa-rare, lhoill
s°°r.ustrame , t.or." s frl"9aall Iinforuuaaatlk)rr; pGle reaasrul! lry rrlsi^o Marine N pr; ; saphol:anes to s uaami and anafnoh„ilrr� i,
�fa;uu.0 can lii-nil tahliisw, niturariiuuit.
Reasons we>ca'1n shinwe your. l.Ve ".z;vM lnf(,:kaIntaflon
For our caaeu,ctaa�f 'bu.asluca ss IpuauG°rcmes-
sV cu r as to l,'rocess y'calal kart"!""aa,lVCdm NYIAO'l'rkiiir'li
t,oui! @c;c ralarat)s) ocsp Y d [X"' r;o/ ur1, orc1u dS aal!,.vd
hg all iruuron!Icysutoons m repont W a"outfit Iaullrerun.as
For our ur"auarkethig tau°I farsns..__.
to aaitru,o- cuuur lruo,luuc :a aanc! sa.rvice7; la you
For joint aaruaarlkethig Mh War fGraaarur,tral
auomtorar itau;aa
G r our aItfWIIiatem' everyday y'y busa ill"flO;s? G;aQyrpdrse^?w—
ouitoirmratio Y about yourtransactions arld r;,Xpaa o I -uII ,Errn,
orarV',4!III' affatratess E"hCa:`.`N"'lip`6.tr71y bushiess pV.NII'"l;rose --
iuutrurl°arauGoon arabralat yrau.ls omnr:Eike `Inuu'ktl!'orru. u ;
For our aatftlliaatesa to a1Inrua! Iket to you
t oir !uaonaatfGllliaatr,s,14 to lin arket to you
Does "ltw`'f,orala t-t'rti°Jt.
Yes No
Yes No
Yes No
Yes No
Yes Yes
Yes Yes
No N/A
Call (808) Rt"u-ttM . our nrei,°Iu WlH Iprorrliprt you u U urOUOI y°caLalrr,d-por;rl(s)
M i two us salrrlWO: u^tVeo of c trTrVc:cw.cuca 1.
Please r"orate.:
tfttluen you are no tcarrgor olur ruaa",rcryrrGaq uca6w c,Wll ucu, tca "A ore yo uu iIrilh au Imlcaaulrluu as „ os w"rl'Ibed it I
G.hweveq ym; can r;cao uWM us ti"".'at ;my A He krlc K (:rf.fr" ;I"uwing
C aH M8Q 5 f..,ty 75 rar. arond 1!s an "M'r!! a!r at j1i"YyacypJi Qtmhcq com,
TM HCCSZZPRI VACYNOTICE01 /2023
Agreement No. 7524
Who �s prmv�(.fimg th�s moflce? ToNu Make HCC a the Uredng name ofHCC |nsunance HcAdinga, |nu
How daesTmk�mMaidme�HCC protect rny Topnzqec�Your persona|inhznnotr�nfl-omunal lthmr�7edaooess
pensomeh �mfarrnafimm? and uae.we moinWn reoaonob|eadminiatraliveJeohnima|and
phyoso| safeguarda designed to piu�ectyaw persono| informotion
agoinOeccidenta|. un|m&u| orunouUhorized deSbrxctian, ose.
oKenadon,acneec.diodooureorume,
How dmesTmkioMairineHCCcmHect my
VVe'Wed yourperwnnS|infonnaLion.forexamph."henyov
pensmnaUinfonmaflmm?
Sgnupfor and use oursen/icea.ino|udingvvhenYOU ohnoueto
pno/ideuaoro0ine�
� Wenautvvith our wehaiha and mubi|e opp|iosdionu,
� Obtoin an insuranma produotftom umUhrough o broKer, vvhenaae
moy coU4d penaona| infnrmotion fiom your broher in orderto prepare
your quutamnd/oryourinaunanoepoky and/or
� Snbmillon inaunsn000|aim. oowecar propedy hond|eyourc|aim
\No may as) coUeIyam rpenaona| informationKm mthena, such as
cnadfbureauaafU|iufes grothercompeni�m
Why can't; 0rmR a[U shadmg?
Federal |mw gmes you the r|ght to Um0 onN�
R aMohnQ§orW abes'evwry6aybus�neaspuqpoeea�rllnadon
about your
N Wass homuaingyouri-incirmotiun�oond
21 ohohng for nonafi|iateato markettoyou
State |uvveandinUividua|companieemay give you addibona�righis10
|imi(aharing
�
What happens when U0rSshadmg
YourchmceavoUappy toeveyoneonyouraumunt,
fmrmn acxmuutU hoWjoim1ly vvith
someone eke?
ARMahes Companies related by oommun owo enshiporoonmroi They can be
finan,Ja�and nonfinonoie|componiea
� OurWbb*uNOW our/bm0yofoonPanwax.ava0ebwot
AlooafN[Ates Can pants; oire|oAdbyoummonuvvnershi�:"orconfro|heycanbe
��nenoia|�ndnun�nanoia�oompan|em
JmwtnmsRonQ Aformm|mgneemerOboweennonaN|iakdhnende|oompanreath,alt
togetheir n-, ail<ell, fnanoia|produdsovaer beotoyou
� IOU pHs /nMMehhgPWdne/sAohAlmeNAo"aaufcunwanvaSuo0
Agreement No. 7524
No. 5906
3=
11 111 111 11 1111 111 1111;1��
American Contractors Indemnity Company
Surety
as such classes are now or may hereafter be defined in the Insurance Laws of the Stale of California.
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect and
applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
John GarameDdi
Insurance Commissioner
Filed 10/04/90 By Victoria S. Sidbury
Deputy
Certification
1, the undersigned Insurance Commissioner ofthe State of California, do hereby certtfy that I have
compared the above copy of Certificate of Authority with the duplicate oj'original now onfile intilY qffice,
and that the same is afull, true, and correct transcript thereof, and of the whole of said a`?4plicate, andsaid
Certificate of Authority is now infull force and ejTect.
IIJ WITNESS IYVHEREOF, I have hereunto set my hand and caused my
official seal to be affixed this 13th day ofDecember, 2006.
John Garamendi
Insurance Commissioner
By Ll;,4
PIcIuline DAndrea
Agreement No. 7524
CONTRACT DOCUMENTS
PLANS & SPECIFICATIONS
FOR
AUGUST, 2025, RE -BID OF
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA)
CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.602744-24
PROJECT NO.: PW 24-13
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
MONDAY, AUGUST 18, 2025 AT 10:00 AM
NORTHEAST CORNER OF THE MAIN STANIPERIAL AVE. INTERSECTION
(SEE NEXT PAGE FOR LOCATION MAP)
IN EL SEGUNDO, CA 90245
BIDS DUE WE DNESDAY, AUGUST 27, 2025 AT 11:00 AM
I
Agreement No. 7524
MANDATORY PRE -BID MEETING LOCATION:
Monday, August 18, 2025 at 10:00 am
at the northeast corner of the Main St./Imperial Ave. intersection
in El Segundo, CA 90245
2
Agreement No. 7524
BIDS WILL BE RECEIVED
UP TO THE HOUR
OF 11:00 A.M.
WEDNESDAY, AUGUST 27, 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. 7524
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.
Agreement No. 7524
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-I TO B-8
I-B-I
I-B-1
I-B-2
I-B-2
I-B-3
I-B-3
I-B-3
I-B-3
I-B-4
I-B-5
I-B-6
I-B-6
I-B-6
I-B-7
I-C-1 TO C-17
I-C-1
I-C-3
I-C-4
I-C-6
I-C-7
I-C-8
I-C-9
I-C-10
I-C-11
I-C-12
I-C-15
I-C-16
I-D-1 TO D-1I
I-E-1 TO E-3
F. MATERIAL AND LABOR BOND I-F-1 TO F-3
Agreement No. 7524
SECTION II — GENERAL REQUIREMENTS
PAGE
A. GENERAL SPECIFICATIONS
II-A-1 TO A-2
1.
REGISTRATION OF CONTRACTORS
II-A-1
2.
INSURANCE AND CITY BUSINESS LICENSE
II-A-1
3.
EMERGENCY INFORMATION
II -A -I
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-I TO B-35
0-0
STANDARD SPECIFICATIONS
II-B-I
0-1
GENERAL
II-B-I
0-2
NUMBERING OF SECTIONS
II-B-1
1-2
DEFINITIONS
II-B-I
1-2.1 ADDITIONAL DEFINITIONS
II-B-1
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
ii
Agreement No. 7524
SECTION II — GENERAL REQUIREMENTS (Continued)
3-12.1 CLEANUP AND DUST CONTROL
3-12.1.1 GENERAL
3-12.1.2 WATERING
3-12.6 WATER POLLUTION CONTROL
3-12.7 PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS
3-12.8 PUBLIC CONVENIENCE AND SAFETY
3-12.8.1 TRAFFIC AND ACCESS
3-12.8.2 STREET CLOSURES, DETOURS, AND
BARRICADES
3-12.8.3 PROTECTION OF THE PUBLIC
3-13 COMPLETION AND ACCEPTANCE
3-13.1 GENERAL GUARANTY
4-0 CONTROL OF MATERIALS
4-3 INSPECTION REQUIREMENTS
4-3.1 GENERAL
4-6 TRADE NAMES
4-6.1 TRADE NAMES OR EQUALS
5-0 LEGAL RELATIONS AND RESPONSIBILITIES
5-3 LABOR
5-3.2
PREVAILING WAGES
5-3.5
APPRENTICES
5-3.3
RECORD OF WAGES PAID: INSPECTION
5-4 LIABILITY INSURANCE
5-4.1
GENERAL
5-4.2
GENERAL LIABILITY
5-4.4
AUTO LIABILITY INSURANCE
5-4.5
INDEMNIFICATION AND DEFENSE
5-7 SAFETY
5-7.4.1
HAZARDOUS MATERIAL
6-0 PROSECUTION AND PROGRESS OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF WORK
6-1.1 CONTRACT SCHEDULE
6-1.2 CONTENT OF CONTRACT SCHEDULE
6-1.3 EFFECT OF CONTRACT SCHEDULE
6-1.4 COMMENCEMENT OF CONTRACT TIME
6-3.3 WORK DAYS AND WORKING HOURS
6-3.4 NIGHT WORK
6-3.5 WEEKEND AND HOLIDAY WORK
6-4 DELAYS AND EXTENSIONS OF TIME
6-4.1 GENERAL
iii
PAGE
II-B-9
II-B-9
II-B-9
II-B-9
II-B-10
II-B-12
II-B-12
II-B-13
II-B-13
II-B-13
II-B-13
II-B-14
II-B-14
II-B-15
II-B-15
II-B-15
II-B-15
II-B-16
II-B-16
II-B-16
II-B-18
II-B-18
II-B-19
II-B-20
II-B-20
II-B-21
II-B-21
II-B-21
II-B-21
II-B-22
II-B-23
II-B-23
II-B-23
II-B-24
II-B-24
II-B-24
Agreement No. 7524
6-4.2 EXTENSIONS OF TIME
II-B-24
6-4.3 PAYMENT FOR DELAYS TO CONTRACTOR
II-B-24
6-4.4 WRITTEN NOTICE AND REPORT
II-B-25
6-7
DEFAULT BY CONTRACTOR
II-13-25
6-7.1 GENERAL
II-B-25
6-7.2 TERMINATION OF CONTRACTOR'S
II-B-25
CONTROL OVER THE WORK
6-7.3 SURETY'S ASSUMPTION OF CONTROL
II-B-26
6-9
LIQUIDATED DAMAGES
II-B-26
6-9.1 FAILURE TO COMPLETE THE WORK ON TIME
II-B-26
7-0
MEASUREMENT AND PAYMENT
II-B-27
7-2
LUMP SUM WORK
II-B-27
7-3
PAYMENT
II-B-27
7-3.2 PARTIAL AND FINAL PAYMENTS
II-B-27
7-3.2.1 FINAL PAYMENT AND TERMINATION
OF AGENCY LIABILITY
II-B-29
7-3.3 DELIVERED MATERIALS
II-B-29
7-4
PAYMENT FOR EXTRA WORK
II-B-29
7-4.2 BASIS FOR ESTABLISHING COSTS
II-B-29
7-4.3 MARK UP
II-B-29
7-4.4 DAILY REPORTS BY CONTRACTOR
II-B-30
7-4.5 DISPUTES AND CLAIMS PROCEDURE
II-B-30
7-4.5.1 GENERAL
II-B-26
7-4.5.2 FORM AND CONTENT
II-B-26
7-4.5.3 CLAIMS SUBMITTED TO ENGINEER
II-B-28
7-4.5.4 CLAIMS IS PREREQUISITE TO OTHER
REMEDY
II-B-28
7-4.5.5 DECISION ON CLAIMS
II-B-28
7-4.5.6 APPEAL OF ENGINEER'S DECISION
II-B-29
7-4.5.7 MEDIATION
II-B-29
7-4.5.8 ARBITRATION
II-B-29
7-4.5.9 WHEN ARBITRATION DECISION
BECOMES BINDING
II-B-30
7-4.5.10 APPEAL TO SUPERIOR COURT; WAIVER II-B-30
OF JURY TRIAL
7-4.5.11 AB 626 CLAIMS; PROCESS
II-B-30
402-0
UTILITIES
II-B-37
402-2
PROTECTION
II-B-37
402-2.1 INCORRECT LOCATION OF UTILITIES
II-B-37
402-4
RELOCATION
II-B-37
402-4.1 RESPONSIBILITY OF UTILITY REMOVAL
II-B-37
OR RELOCATION
402-5
DELAYS
II-B-37
402-5.1 CALCULATING IDLE TIME
II-B-38
iv
Agreement No. 7524
SECTION III — TECHNICAL SPECIFICATIONS PAGE III-A-1 TO A-28
SECTION IV — FEDERAL LABOR STANDARDS
APPENDICES
A. City Map
B. Typical No Parking Sign — El Segundo Standard ST-18
C. Construction and Demolition Materials Recycling Forms
D. Best Management Practices for Construction Sites
E. Build America Buy America Quick Guide
F. Project Location Map
G. Construction Plan for Northeast Corner of Main St./Imperial Ave. Intersection
H. Construction Plan for Main St./Palm Ave. Intersection
I. Centerline Tie Map
J. Prevailing Wage General Decision Number: CA20250022 08/01/2025
v
Agreement No. 7524
NOTICE INVITING SEALED BIDS
FOR THE
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA) CURB RAMP
INSTALLATION PROJECT
IN THE CITY OF EL SEGUNDO
CDBG PROJECT NO. 602744-24, PROJECT NO.: PW 24-13,
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 27, 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 labor, materials, tools, equipment, and incidentals for the
CDBG ADA CURB RAMP INSTALLATION PROJECT and related work as shown on the
plans on file with the City's Public Works Department. Work shall include traffic control;
California -state -licensed -surveyor inventory and re-establishment of centerline -tie -related
nails, tags, and tie -outs after construction is complete; removal of existing non-standard curb
ramps; installation of new ADA-compliant curb ramps with yellow truncated domes;
installation of hot -mix -asphalt slot paving; and replacement of damaged striping as necessary
Work on the Project must be performed in strict conformity with Specifications No. PW 24-
13 as adopted by the El Segundo City Council on July 1 which is filed with the Public Works
Department.
Plans, Specifications, Contract Documents and Engineer's estimate are available
electronically via https://www.elsegtindo.or,overna ent/de ai,tnieiitsJr)tiblie-works/re q uest-
ublic-works-bid
A pre -bid meeting is scheduled for Monday, August 18, 2025 at 10:00 am, at the northeast
corner of the Main St./Imperial Ave. intersection, El Segundo, CA 90245. Bidders' attendance
at this meeting is mandatory. Questions regarding the bid shall be submitted by 4:00 pm on
Wednesday, August 20, 2025 to htt s:JJwww.else Lindo.or J ovemm nt/de artmetitsl', ublic-
worksJre Lest- ubl is -works -bid
The terms and conditions for bidding on the Project are described in the attached Bidding
Instructions.
This project is funded in whole or in part with Community Development Block Grant
(CDBG) funds provided by the U.S. Department of Housing and Urban Development
(HUD). Federal Labor Standards Provisions, including prevailing wage requirements of
the Davis -Bacon and Related Acts will be enforced. In the event of a conflict between
I-A-1
Agreement No. 7524
Federal and State wages rates, the higher of the two will prevail.
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
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.
Prior to contract award, the contractor's status and eligibility will be checked and
verified with the California Department of Industrial Relations at
http://www.cslb.ca.gov, at: https:Hefiling.dir.ca.gov, and
http://www.dir.ca.gov/dlse/debar.html. Contractor's status and eligibility will also be
verified through the excluded parties list at the federal System for Award Management
(SAM) website: littes:Y/sam.gov.
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.
I-A-2
Agreement No. 7524
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:
"SEALED BIDS FOR PROJECT NO.: PW 24-13
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) AMERICANS WITH
DISABILITIES ACT (ADA) CURB RAMP INSTALLATION 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", "C-8", or "C-12". The successful Contractor and his
Subcontractors will be required to possess the correct license for their Project classifications,
and valid City Business Licenses from the City of El Segundo.
The City of El Segundo reserves the right to reject any or all bids, to waive any irregularity,
and to take all bids under advisement for a period of ninety (90) calendar days.
Any contract entered into pursuant to this notice shall become effective or enforceable against
the City of El Segundo only when the formal written contract has been duly executed by the
appropriate officer(s) of the City of El Segundo.
DATED this 7th day of August, 2025.
CITY OF EL SEGUNDO, CALIFORNIA
Susan Truax, City Clerk
I-A-3
Agreement No. 7524
BIDDING INSTRUCTIONS
DEFINITIONS. Unless provided otherwise, the definitions in the Greenbook, Special
Conditions, or other Contract Documents are applicable to all Bidding Documents.
1.1 "Addenda" means written or graphic instruments issued by the City before the Bid
Deadline that modify or interpret the Bidding Documents by additions, deletions,
clarifications, or corrections.
1.2 "Alternate" means a proposed change in the Work, as described in the Bidding
Documents which, if accepted, may result in a change to either the Contract Sum
or the Contract Time, or both.
1.3 "Bid Deadline" means the date and time designated in the Notice for Bids as the
last date and time for receipt of Bids, as may be revised by Addenda.
1.4 "Bidder" means a person or firm that submits a Bid.
1.5 "Bidding Documents" means the construction documents prepared and issued for
bidding purposes including all Addenda
1.6 "Lump Sum Base Bid" means the sum stated in the Bid for which Bidder offers to
perform the Work described in the Bidding Documents, but not including unit price
items or Alternates.
1.7 "Unit Price" means an amount stated in the Bid for which Bidder offers to perform
the Unit Price Work for a fixed price per unit of measurement.
2. BIDDER'S REPRESENTATIONS. By making its Bid, Bidder represents that:
2.1 Bidder read, understood, and made the Bid pursuant to the requirements in the
Bidding Documents.
2.2 Bidder visited the Project site and is familiar with the conditions under which the
Work will be performed and the local conditions as related to the Contract
Documents.
2.3 The Bid is based upon the materials, equipment, and systems required by the
Bidding Documents.
2.4 Bidder and all Subcontractors, regardless of tier, have the appropriate current
licenses issued by the State of California Contractor's State License Board for the
Work to be performed. If Bidder is a joint venture, the Bidder will have a joint
venture license appropriate for the performance of the work, and each member of
the joint venture will likewise have the appropriate license. Business and
Professions Code §§ 7000-7191 establish licensing requirements for contractors. If
a Bidder, that is a specialty contractor, submits a Bid involving 3 or more
specialized building trades, the work of which is more than incidental and
supplemental to the performance of the Work for which Bidder holds a specialty
contractor license, Bidder must also hold either (1) a specialty contractor "C"
license in each such trade, (2) a General Engineering contractor "A" license, or (3)
a General Building contractor `B" license. This requirement is applicable whether
or not Bidder lists a Subcontractor for each such trade.
2.5 If licensure or proper licensure is controverted, then proof of licensure pursuant to
this section must be made by production of a verified certificate of licensure from
I-B-1
Agreement No. 7524
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
BIDDING DOCUMENTS
3.1 Bidders may obtain complete sets of the Bidding Documents electronically via
btt s.//wwNv.else urido.or / overnnieut/de sai-tmeiits/ tiblit-works/t-e a,test- 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:
htt s:/Iwww.else undo.or g/ governme tide atitmentsl ilblic-
wors/re nest- ublac-works-bid
Responses to all questions will be provided in writing to all Bidders in
I-B-2
Agreement No. 7524
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 Wednesday, August 20, 2025 at 4:00 pm
Questions Answered by Friday, August 22, 2025
4.3 Clarifications, interpretations, corrections, and changes to the Bidding Documents
will be made by Addenda. Clarifications, interpretations, corrections, and changes
to the Bidding Documents made in any other manner will not be binding and
Bidders must not rely upon them.
5. PRODUCT SUBSTITUTIONS. No substitutions will be considered before award of
Contract. Substitutions will only be considered after award of the Contract and as provided
for in the Contract Documents.
6. SUBCONTRACTORS.
6.1 Each Bidder will list in the Bid Form all first -tier Subcontractors that will perform
work, labor or render such services. The Bid Form contains spaces for the
following information when listing Subcontractors: (1) Work Activity; (2) name of
Subcontractor; (3) city of Subcontractor's business location. Failure to list any of
these items on the Bid Form will result in the City treating the Bid as if no
Subcontractor was listed for the Work and that Bidder represents to the City that it
is fully qualified to perform that portion of the Work and will perform do so.
6.2 Subcontractors listed in the Bid Form will only be substituted after the Bid Deadline
with the City's written consent in accordance with California law.
7. ADDENDA.
7.1 Addenda will be in writing and issued only by the City. Addenda will be emailed
to all who are known by the City to have received a complete set of Bidding
Documents and who have provided an email address for receipt of Addenda.
7.2 Copies of Addenda will be made available for inspection at the City's Public Works
Department.
7.3 The City will issue Addenda so that they are received by prospective Bidders not
later than three (3) business days before the Bid Deadline. Addenda that withdraw
the request for Bids or postpone the Bid Deadline may be issued anytime before the
Bid Deadline.
7.4 Each Bidder is responsible for ensuring that it has received all issued Addenda
before issuing a Bid.
8. 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. 7524
requirement. Any Bidder not attending the Pre -Bid Conference in its entirety will be
deemed to have not complied with the requirements of the Bidding Documents and its Bid
will be rejected.
9. FORM AND STYLE OF BIDS
9.1 Bids will be submitted on the Bid Form included with the Bidding Documents. Bids
not submitted on the City's Bid Form will be rejected.
9.2 All blanks on the Bid Form will be filled in legibly in ink or typewritten by
computer.
9.3 Bidder's failure to submit a price for any Alternate or unit price will result in the
Bid being considered as nonresponsive. If Alternates are called for and no change
in the Lump Sum Base Bid is required, enter "No Change."
9.4 Each Bidder must fill out the "Bidders Statement of Past Contract Disqualifica-
tions" form stating any and all instances of contract disqualifications due to a
violation of a law or safety regulation. The Bidder must explain the circumstances
of each disqualification. The City may reject the bid based on such information.
9.5 Bidder will make no stipulations on the Bid Form nor qualify the Bid in any
manner.
9.6 The Bids will be based upon full completion of all the Work as shown on the plans
and specifications. It is expressly understood that the plans are drawn with as much
accuracy as is possible in advance, but should errors, omissions or discrepancies
exist in the plans which show conditions that vary from those encountered in
construction, the Bidder (if awarded the Contract) specifically agrees to construct
a completed work ready for the use and in the manner which is intended. In the
event of increasing or decreasing of work, the total amount of work actually done
or materials or equipment furnished must be paid for according to the unit or lump
sum price established for such work under the contract, wherever such unit or lump
sum price has been established. In the event no prices are named in the contract to
cover such changes or alterations, the cost of such changes must be covered as extra
work.
9.7 The Bid Form will be signed by a person or persons legally authorized to bind
Bidder to a contract. Bidder's Representative will sign and date the Declaration
included in the Bid Form. Failure to sign and date the declaration will cause the Bid
to be rejected.
9.8 Bids must be submitted in writing on the Proposal forms provided by the City of El
Segundo. One (1) set of these Proposal forms is inserted loose herein for use by the
bidders. Bidders are required to submit one (1) original set of the proposal
forms. All information requested therein must be clearly and legibly set forth in
the manner and form indicated.
9.9 Bidders must satisfy themselves by personal examination of the work site, Plans,
Specifications, and other contract documents, and by any other means as they may
believe necessary, as to the actual physical conditions, requirements and difficulties
under which the work must be performed. No bidder shall at any time after
submissions of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature or amount of work
necessary for the satisfactory completion of the job. Any errors, omissions, or
I-B-4
Agreement No. 7524
discrepancies found in the Plans, Specifications, or other contract documents shall
be called to the attention of the City of El Segundo and clarified prior to the
submission of proposals.
10. BID SECURITY
10.1 Each Bid will be accompanied by Bid Security, in the amount of 10% of the Lump
Sum Base Bid as security for Bidder's obligation to enter into a Contract with the
City on the terms stated in the Bid Form and to furnish all items required by the
Bidding Documents. Bid Security will be a Bid Bond on the form provided by the
City or a certified check made payable to "City of El Segundo." When a Bond is
used for Bid Security, failure to use the City's Bid Bond form will result in the
rejection of the Bid.
10.2 If the apparent lowest responsible Bidder fails to sign the Agreement and furnish
all items required by the Bidding Documents within the time limits specified in
these Instructions to Bidders, the City will disqualify such Bidder and select the
next apparent lowest responsible Bidder until all bids have been exhausted or the
City may reject all bids. In such an event, the disqualified Bidder will be liable for
and forfeit to the City the amount of the difference, not to exceed the amount of the
Bid Security, between the amount of the disqualified Bid and the larger amount for
which the City procures the Work.
10.3 If a Bid Bond is submitted and an attorney -in -fact executes the Bid Bond on behalf
of the surety, a notarized and current copy of the power of attorney will be affixed
to the Bid Bond. The surety issuing the Bid Bond will be listed in the latest
published State of California, Department of Insurance list of, "Insurers Admitted
to Transact Surety Insurance in This State."
10.4 The City will retain Bid Security until the occurrence of one of the following:
10.4.1 All items required by the Bidding Documents have been furnished and the
Agreement has been signed by the successful Bidder and the City.
10.4.2 The specified time has elapsed during which Bids may be withdrawn.
10.4.3 All Bids have been rejected.
10.5 The Bid Form, Bid Security, and all other documents required to be
submitted with the Bid must be enclosed in a sealed opaque envelope. The
envelope must be addressed to the City Clerk. The envelope must be
identified with the Bidder's name and address, and identify the Project for
which the Bid is submitted:, as follows: "SEALED BIDS FOR PW 24-13:
CDBG ADA CURB RAMP INSTALLATION PROJECT. DO NOT OPEN
WITH REGULAR MAIL." Proposals may be mailed or delivered by
messenger.
10.6 Bids will be deposited at the designated location on or before the Bid Deadline. A
Bid received after the Bid Deadline will be returned to Bidder unopened.
10.7 Bidder will assume full responsibility for timely delivery at the location designated
for receipt of Bids.
10.8 Oral, telephonic, facsimile, or telegraphic Bids are invalid and will not be accepted.
10.9 All proposals must be submitted, filed, made, and executed in accordance with State
and Federal laws related to bids for contracts of this nature whether the same is
expressly referred to herein or not. Any bidder submitting a proposal shall by such
I-B-5
Agreement No. 7524
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
•
Agreement No. 7524
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. 7524
14.7
14.8
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. 7524
PROPOSAL
FOR THE
CDBG ADA CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
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.
I-C-1
Agreement No. 7524
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been
due under the requirements of any agency, State, or Federal equal employment opportunity
orders have been satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority
business enterprises for those portions of the work to be subcontracted, and that such affirmative
actions have been fully documented, that said documentation is open to inspection, and that said
affirmative action will remain in effect for the life of any contract awarded hereunder.
Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal
employment opportunity requirements of the contract documents.
NONCOLLUSION 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. 7524
BID SCHEDULE
CDBG ADA CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
Company Name:
BASE
BID ITEMS
Note:
Bid Item work is elaborated in detail
in the Pr
sect pl,
ns and s
eci ficatiom.
ITEM
NO.
DESCRIPTION
CORNER
UNIT
QTY
UNIT
PRICE
AMOUNT
Mobilization/Demobilization
1
including traffic control
LS
1
$
$
maximum 5% of total bid)
Inventory and re-establish
2
centerline -tie -related corner
LS
1
$
$
nails -and -tags. nd-ta s. Re -file corner
records with Coun Surveyor.
Construct 4-inch-thick ADA-
3
compliant concrete sidewalk on
LS
400
$
$
4-inch-thick a rc ate base
Construct concrete curb,
4
including 3-feet-wide asphalt
LS
100
$
$
slot patch
Construct Imperial Ave./Main
5
St. curb ramp and sidewalk per
NE
LS
1
$
$
Appendix G plan.
Construct Palm Ave./Main St.
curb ramp per Appendix H
6
plans, including mechanical
NW
LS
1
$
$
removal and replacement of
striping as needed
Construct Palm Ave./Main St.
curb ramp per Appendix H
7
plans, including mechanical
NE
LS
1
$
$
removal and replacement of
striping as needed
Construct Palm Ave./Main St.
curb ramp per Appendix H
8
plans, including mechanical
SE
LS
1
$
$
removal and replacement of
striping as needed
I-C-3a
Agreement No. 7524
BASE BID ITEMS (Continued)
Note: Bid Item work is elaborated in detail in the Pr 'ect l"I" ns and s ecifcation,
o
ITEM DESCRIPTION CORNER UNIT QTY UNIT AMOUNT
NO.
PRICE
Construct Palm Ave./Main St.
curb ramp per Appendix H
9
plans, including mechanical
SW
LS
1
$
$
removal and replacement of
striping as needed
_
Construct New Curb Ramp Incl. Truncated Domes and Ad'acent 3-Feet-Wide Asphalt Slot Patch
10 Walnut Ave./Main St. NW EA 1 $ $
11
Walnut Ave./Main St.
NE
EA
1
$
$
12
Walnut Ave./Main St.
SE
EA
1
$
$
TOTAL BID (#1 thru #12) = $
TOTAL BID WRITTEN IN WORDS:
(NOTE: THE AWARD TO THE APPARENT LOWEST BIDDER IS BASED ON THE
TOTAL OF BASE BID ITEMS ONLY. ALTERNATIVE BID ITEMS SHALL NOT BE
CONSIDERED AS PART OF THE LOWEST BID.)
All work shall be per these specifications and attachments. Prevailing wage rates apply. The
City of El Segundo reserves the right to reject any or all bids, to waive any irregularity, and to
take all bids under advisement for a period of ninety (90) calendar days.
I-C-3b
Agreement No. 7524
ALTERNATE
BID ITEMS
Note:
Bid Item work is elaborated in detail in the Project
plans
and s,
ccifications.
ITEM
NO.
DESCRIPTION CORNER
UNIT
QTY
UNIT
PRICE
AMOUNT
ALTERNATE
BID ITEMS(Pending a royal by the
Ci En
ineer
13A
Install yellow truncated domes
EA
1
$
$
on existing curb ramps
Construct 6-inch-wide concrete
14A
retaining curb next to new
LF
20
$
$
sidewalk
Construct concrete curb and 2-
15A
feet -wide gutter including 3-
LF
10
$
$
feet -wide asphalt slot atch
Remove and replace additional
16A
6-inch-thick x I -foot -wide
SF
10
$
$
asphalt slot patch over 6-inch-
thick aggregate base
W
Grade/prepare applicable area
17A
and install sod to replace
LS
20
$
$
removed 2rass
Construct
New Curb Ramp Incl. Truncated Domes and
Adjacent
3-Feet-Wide
As halt
Vot Patch
18A
Walnut Ave./Main St. SW
EA
1
$
$
19A
Imperial Ave./Main St. SE
EA
1
$
$
20A
Imperial Ave./Main St. SW
EA
1
$
$
21A
Sycamore Ave./Main St.
NW
EA
1
$
$
22A
Sycamore Ave./Main St.
SW
EA
1
$
$
23A
Maple Ave./Main St.
NW
EA
1
$
$
24A
Maple Ave./Main St.
NE
EA
I
$
$
25A
Maple Ave./Main St.
SW
EA
I
$
$
26A
Maple Ave./Main St.
SE
EA
1
$
$
I-C-3c
Agreement No. 7524
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. 7524
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. 7524
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names,
titles, hands, and seals of all aforenamed principals this day of 20_
BIDDER NAME AND CONTACT INFORMATION
Bidder Signature:
Subscribed and sworn to this day of , 20_
NOTARY PUBLIC
I-C-6
Agreement No. 7524
PROPOSAL GUARANTEE
BID BOND
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA)
CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
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 I 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. 7524
CONTRACTOR'S LICENSE DECLARATION
(Business and Professions Code Section 7028.15)
BIDDER'S Contractor's License Number is:
Class No.:
2. The expiration date of BIDDER'S Contractor License is:
3. BIDDER acknowledges that Section 7028.15(e) of the Business and
Professions Code provides as follows:
"A licensed contractor shall not submit a bid to a public agency unless his or
her contractor's license number appears clearly on the bid, the license expiration
date is stated, and the bid contains a statement that representations herein are
made under penalty of perjury. Any bid not containing this information, or a
bid containing information which is subsequently proven false, shall be
considered non -responsive and shall be rejected by the public agency."
The undersigned declares, under penalty of perjury, that the representations
made by the undersigned in this bid proposal are true and correct.
Executed on ._.-._-, 20 , at
Signature
Typed Name
Title
Company Name
(insert City and State where Declaration signed).
I-C-8
Agreement No. 7524
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
making the foregoing bid.
the party
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 ____ „_date], at
11 .._...... [City], _[state]."
Dated this day of „ 20
Name
Title
Signature
I-C-9
Agreement No. 7524
WORKER'S COMPENSATION CERTIFICATION
Section 1861 OF THE LABOR CODE
(Workers' Compensation)
Pursuant to Section 1861 of the Labor Code, the BIDDER, in submitting his/her
PROPOSAL, shall sign the following certification:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this contract."
Signature of Bidder:
Title:
Business Name:
Business Address:.
Telephone Number: O
Dated this day of , 20
I-C-10
Agreement No. 7524
BIDDER'S CERTIFICATION OF SUBCONTRACTORS
CDBG ADA CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
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
nerforni that aort:ion of the work itself.
ww
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, ztP Code) (DiR #} CementHauler
(Make copies of this page if additional space is needed)
Signature of Bidder Date
I-C-11
Agreement No. 7524
REFERENCES
Company Name:
The following are the names, addresses, and telephone numbers for public agencies for which
BIDDER has performed similar work as the prime contractor or major subcontractor within
the past five (5) years:
1. Project Owner:
Project title:
........ ........
Type of work:
Contact name:
Telephone:
Email address:
Contract amount: $
Date completed:
Did your firm have any financial interest in Project?
2. Project Owner:
Project title:
Type of work:
Contact name:
Telephone:
Email address:
Contract amount:
Date completed:
Did your firm have any financial interest in Project?
3. Project Owner:
Project title:
Type of work:
Contact name:
Telephone:
Email address:
Contract amount
Date completed:
4
Did your firm have any financial interest in Project?
I-C-12
Agreement No. 7524
4. Project Owner:
Project title:
Type of work:
Contact name:
Telephone:
Email address: _
Contract amount: $
Date completed:
Did your firm have any financial interest in Project?
5. Project Owner:
Project title:
Type of work:
Contact name:
Telephone:
Email address:
Contract amount: $
Date completed:
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-13
Agreement No. 7524
BIDDER'S STATEMENT OF
PAST CONTRACT DISQUALIFICATIONS
CDBG ADA CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
Company Name:
Please state all instances of being disqualified, removed, or otherwise prevented from bidding
on, or completing, a federal, state, or local government project due to a violation of a law or
safety regulation.
Have you ever been disqualified from any government contract?
Yes ❑ No ❑
2. If yes, explain the circumstances:
3. Are you registered in accordance with Labor Code § 1725.5 [Note: failure to register
requires the City to reject your bid as nonresponsive]?
Yes ❑ No
Bidder's Signature
Name (Please Print)
I-C-14
Agreement No. 7524
INSURANCE REQUIREMENTS
[MUST BE SUBMITTED WITH PROJECT PROPOSAL]
CDBG ADA CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
Company Name:
To be awarded this contract, the successful bidder must procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $2,000,000
Business automobile liability: $1,000,000
Workers compensation: Statutory requirement
*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."
Date
I-C-15
Bidder's Signature
Agreement No. 7524
END PROPOSAL SECTION
I-C-16
Agreement No. 7524
PUBLIC WORKS AGREEMENT
BETWEEN
THE CITY OF EL SEGUNDO AND
[CONTRACTOR]
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA) CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
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;
I-D-1
Agreement No. 7524
• List of Drawings;
• 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 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
I-D-2
Agreement No. 7524
limits set forth below:
Tyne of lnSUrance
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. 7524
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."
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 by ("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:
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. 7524
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. 7524
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. 7524
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. 7524
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. 7524
that may be rendered against any of the Indemnitees as to any such Claim. The
Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred
by each of them in connection therewith or in enforcing the indemnity herein provided.
The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if
any, received by the Contractor or Indemnitees. This indemnity shall apply to all claims
regardless of whether any insurance policies are applicable or whether the Claim was
caused in part or contributed to by an Indemnitee.
Nonwaiver of Wtohts. 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
I-D-9
Agreement No. 7524
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 five 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 Ci :
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. 7524
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-11
Agreement No. 7524
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. 7524
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. 7524
FAITHFUL PERFORMANCE BOND
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA) CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
Bond No.
Bond Fee:
and
("PRINCIPAL")
a corporation
incorporated under the laws of the State of _ and licensed by the State of
California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held
and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of
DOLLARS 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 24-13,
and the Public Works contract executed with such Specifications. In the case of any default in
the performance of the conditions and stipulations of this undertaking, it is agreed that
PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any
damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in
SPECIFICATIONS NO. PW 24-13, a copy of which is on file with CITY's Engineering
Division ("Public Project"). Such performance will be in accordance with CITY's plans and
profiles (CITY DRAWING FILE NO. PW 24-13) 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
I-E-1
Agreement No. 7524
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, 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 24-13 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. 7524
SIGNED AND SEALED this day of
PRINCIPAL'S PRESIDENT
PRINCIPAL's SECRETARY
PRINCIPAL's
ADDRESS:
20
SURETY's PRESIDENT
SURETY's SECRETARY
MAILING SURETY's MAILING ADDRESS:
NOTE: (1) ALL signatures must be acknowledged by a notary public.
Return one (1) original to City Clerk's Office.
(2) Bond shall be effective for one (1) year after acceptance of the job.
I-E-3
Agreement No. 7524
LABOR AND MATERIALS BOND
COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AMERICANS WITH DISABILITIES ACT (ADA) CURB RAMP INSTALLATION PROJECT
CDBG PROJECT NO.: 602744-24, PROJECT NO.: PW 24-13
Bond No.
Bond Fee:
("PRINCIPAL") and
as principal
a corporation
incorporated under the laws of the State of and licensed by the
State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"),
are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of
DOLLARS 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 24-13 ("Public Project"), the Public Works contract executed
for such Public Project, and for all work or labor of any kind performed for the Public Project.
In the case of any default in the performance of the conditions and stipulations of this
undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion
thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies
arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in
SPECIFICATIONS NO. PW 24-13, and the Public Works contract executed for such
Specifications, copies of which is on file with CITY's Engineering Division ("Public Project").
Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING
FILE NO. PW 24-13), 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
I-F-1
Agreement No. 7524
in, on, for or about the performance of the Public Project, and will pay for all work and labor
thereon.
4. This bond is conditioned upon and guarantees due compliance with all
applicable law including, without limitation, the El Segundo Municipal Code ("ESMC").
5. SURETY, for value received, agrees that no changes, extensions of time,
alteration or modification of SPECIFICATIONS NO. PW 24-13, 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. 7524
SIGNED AND SEALED this day of
PRINCIPAL's PRESIDENT
PRINCIPAL's SECRETARY
PRINCIPAL'S MAILING ADDRESS:
SURETY's PRESIDENT
SURETY's SECRETARY
SURETY's MAILING ADDRESS:
NOTE: (1) ALL signatures must be acknowledged by a notary public.
Return one (1) original to City Clerk's Office.
I-F-3
Agreement No. 7524
SECTION 11 - GENERAL RE UIREM:ENTS
CITY OF EL SEGUNDO
PUBLIC WORKS DEPARTMENT
GENERAL SPECIFICATIONS
1. REGISTRATION ION 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. 7524
5. CALIFORNIA- OCCUPATIONAL SAF TY & 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. 7524
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. 7524
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. 7524
1-6 BIDDING AND SUBMISSION aSION OF THE 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. 7524
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. 7524
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. 7524
Subsurface or latent physical conditions differing materially from those
represented in the Contract Documents;
2. Unknown physical conditions of an unusual nature differing materially from
those ordinarily encountered and generally recognized as inherent in work of
the character being performed; and
3, Material differing from what is represented in the Contract which the Contractor
believes may be hazardous waste as defined in California Health & Safety Code
§25117 that is required to be removed to a Class I, II, or III disposal site in
accordance with applicable law(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.
Agreement No. 7524
SECTION 3 — CONTROL OF THE WORK
3-7 CONTRACT DOCUMENTS
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:
1, 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:
II-B-7
Agreement No. 7524
As the figured dimensions shown on the plans and in the specifications of the Contract
may not in every case agree with scaled dimensions, the figured dimensions will be
followed in preference to the scaled dimensions, and plans to a large scale will be
followed in preference to the plans to a small scale. Should it appear that the work to
be done, or any of the matters relative thereto, are not sufficiently detailed or explained
in the Contract, the Contractor will apply to the Engineer for such further explanations
as may be necessary, and will conform thereto as part of the Contract so far as may be
consistent with the terms thereof. Any items shown on drawings and not mentioned in
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
II-B-8
Agreement No. 7524
(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
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
II-B-9
Agreement No. 7524
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,
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
II-B-10
Agreement No. 7524
improvements.
Relocations, repairs, replacements, or re -establishments will be at least equal to the
existing improvements and will match such improvements in finish and dimensions
unless otherwise specified.
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.
II-B-11
Agreement No. 7524
The Contractor will prepare any traffic control or detour plans that may be required as
directed by the Engineer. Lane transitions will not be sharper than a taper of thirty (30)
to one (1).
Temporary traffic channelization will be accomplished with barricades or delineators.
Temporary striping will not be allowed unless specifically permitted by the Engineer.
The Contractor will prepare any plans that may be required for temporary striping to
the satisfaction of the Engineer. In no event will temporary striping be allowed on finish
pavement surfaces, which are to remain.
Where access to driveway or street crossings need to be maintained, minimum 1 1/4
inch thick steel plating will be used to bridge the trench. All steel plating will have
temporary asphalt concrete 1:12 minimum sloped ramps to assist vehicles to cross
comfortably over the plates and have a non-skid surface. Plates subject to vehicle high
traffic speeds and in residential areas will be secured by welding at the discretion of
the Engineer.
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.
II-B-12
Agreement No. 7524
3-13 COMPLETION AND ACCEPTANCE
Delete Subsection 3-13 of the Greenbook is deleted in its entirety and replace with the
following:
The Work will be inspected by the Engineer for acceptance upon the Engineer receiving
the Contractor's written assertion that the Work is complete.
If, in the Engineer's judgment, the Work is complete and is ready for acceptance, the
Engineer will accept the Work on behalf of the City in the manner prescribed by the
City. The Engineer will recommend approval of the Notice of Completion to the City
Council. This will be the date when the Contractor is relieved from responsibility to
protect the Work.
All work will be guaranteed by the Contractor against defective workmanship and
materials furnished by the Contractor for a period of 1 year from the date the Work was
completed. The Contractor will replace or repair any such defective work in a manner
satisfactory to the Engineer, after notice to do so from the Engineer, and within the time
specified in the notice. If the Contractor fails to make such replacement or repairs
within the time specified in the notice, the City may perform this work and the
Contractor's sureties will be liable for the cost thereof.
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.
II-B-13
Agreement No. 7524
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.
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:
a Written request with explanation of why the product should be considered as
II-B-14
Agreement No. 7524
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-15
Agreement No. 7524
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-B-16
Agreement No. 7524
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-17
Agreement No. 7524
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-18
Agreement No. 7524
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-19
Agreement No. 7524
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,
losses, damage, expenses and liability of every kind, nature, and description, directly
or indirectly arising from the performance of the contract or work, regardless of
responsibility for negligence, and from any and all claims, losses, damage, expenses,
II-B-20
Agreement No. 7524
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, o£
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-21
Agreement No. 7524
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:.
lire -Construction ^Ieetin
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-22
Agreement No. 7524
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-23
Agreement No. 7524
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-24
Agreement No. 7524
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-25
Agreement No. 7524
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-26
Agreement No. 7524
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:
1. Serve written notice upon the Surety on its Faithful Performance Bond
demanding satisfactory compliance with the Contract. In such event the Surety
will, within 5 days, assume control and perform the Work as successor to the
Contractor;
2. The City may perform the Work itself and deduct the cost thereof from any
payment due to the Contractor;
3. The City may replace the Contractor with a different contractor to complete the
work and deduct the cost thereof from any payment due to the Contractor.
Nothing herein will waive, or serve as a limitation upon, any additional remedy the
City may have under these Contract Documents or applicable law.
6-7.3 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-27
Agreement No. 7524
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-28
Agreement No. 7524
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-29
Agreement No. 7524
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:
7-4.3.1 Work 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-30
Agreement No. 7524
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:
Il-B-31
Agreement No. 7524
1. Claims respecting penalties for forfeitures prescribed by statute or regulations,
which a government agency is specifically authorized to administer, settle, or
determine.
2. Claims respecting personal injury, death, reimbursement, or other
compensation arising out of or resulting from liability for personal injury or
death.
3. Claims respecting a latent defect, breach of warranty, or guarantee to repair.
4. Claims respecting stop notices.
If a Claim is subject to the Change Order procedures, the Claim arises upon the issuance
of a written final decision denying in whole or in part the Contractor's Change Order
Request. If a Claim is not subject to the Change Order Procedures, the Claim arises
when the Contractor discovers, or reasonably should discover, the condition or event
giving rise to the Claim.
7-4.5.2 Form and Content
A Claim must include the following:
1. A statement that it is a Claim and a request for a decision.
2. A detailed description of the act, error, omission, unforeseen condition, event
or other condition giving rise to the Claim.
3. If the Claim is subject to the Change Order procedures, a statement
demonstrating that a Change Order Request was timely submitted and denied.
4. A detailed justification for any remedy or relief sought by the Claim, including
to the extent applicable, the following:
a) If the Claim involves extra work, a detailed cost breakdown claimed.
The breakdown must be provided even if the costs claimed have not
been incurred when the Claim is submitted.
b) To the extent costs have been incurred when the Claim is submitted, the
Claim must include actual cost records (including, without limitation,
payroll records, material and rental invoices) demonstrating that costs
claimed have actually been incurred.
c) To the extent costs have not yet been incurred at the time the Claim is
submitted, actual cost records must be submitted on a current basis not
less than once a week during any periods costs are incurred. A cost
record will be considered current if submitted within 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-32
Agreement No. 7524
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
UNDER PENALTY OF PERJURY UNDER CALIFORNIA LAW, AND DO
PERSONALLY CERTIFY AND ATTEST THAT I HAVE THOROUGHLY
REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL
COMPENSATION OR EXTENSION OF TIME, AND KNOW ITS
CONTENTS, AND SAID CLAIM IS MADE IN GOOD FAITH; THE
SUPPORTING DATA IS TRUTHFUL AND ACCURATE; THAT THE
AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT
ADJUSTMENT FOR WHICH THE CONTRACTOR BELIEVES CITY IS
LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA
PENAL CODE § 72 AND CALIFORNIA GOVERNMENT CODE § 12650,
ET SEQ., PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW
AND UNDERSTAND THAT SUBMITTING OR CERTIFYING A FALSE
CLAIM MAY LEAD TO FINES, IMPRISONMENT, AND OTHER SEVERE
LEGAL CONSEQUENCES."
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-33
Agreement No. 7524
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 Ai2peal 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-34
Agreement No. 7524
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 parry timely object to the arbitration decision, it may file a petition with the
Los Angeles County Superior Court in accordance with California Code of Civil
Il-B-35
Agreement No. 7524
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-36
Agreement No. 7524
PART 4 - EXISTING IMPROVEMENTS
SECTION 402 UTILITIES
402-2 PROTECTION
Insert the following:
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.
II-B-37
Agreement No. 7524
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
existence of the delay.
Worker idle time will be calculated in accordance with Subsection 7-4.2.3.
- END OF SECTION -
II-B-38
Agreement No. 7524
Agreement No. 7524
SECTION III — SPECIAL PROVISIONS
1.0. GENERAL
1.01 INTRODUCTION AND WORK SCOPE
See Section III A.4 below.
1.02 GENERAL STANDARDS AND PROJECT SPECIFICATIONS
All work shall be performed in accordance with the Standard Specifications for Public Works
Construction, latest edition, including supplements thereto, the American Public Works
Association Standard Plans for Public Works Construction, and current ADA standards. Strict
compliance with State and local safety codes will be enforced. Legible copies of
material/weight certification shall be turned over to the inspector on a daily basis. The
Engineer's decision shall be final as to interpretation and/or conflict between any of the
referenced code, laws, ordinances, specifications, and standards contained herein.
1.03 EXAMINATION OF JOB SITE
The BIDDER shall make a detailed physical inspection of the site(s) before submitting their
proposal. It is understood that the BIDDER has satisfied themselves regarding existing
conditions and existing access conditions which may affect bid prices for the proposed work.
1.04 INSPECTION
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.
All work and materials are subject to inspection and approval of the ENGINEER.
Inspection of the work shall not relieve the CONTRACTOR of the obligations to fulfill all
conditions of the contract.
1.05 Working Days, Time for Completion and Construction Sequence
CONTRACTOR shall commence work on date specified in the Notice to Proceed to be
issued to said CONTRACTOR by the City of El Segundo Public Works Department and will
complete work on the PROJECT, within 30(thirty) WORKING DAYS after the date of
commencement.
CONTRACTOR shall submit their first progress billing no later than the 4t' day of the month
following the beginning of construction, to fulfill CDBG-related requirements for billing.
Weekday work hours shall be limited to 7:00 a.m. through 4:00 p.m. on residential streets. On
Grand Ave., Main St., and other major streets/arterials, weekday work hours shall be limited to
III-A-1
Agreement No. 7524
9:00 am through 3:00 pm.
No greater quantity of work shall be scheduled at any one time than can be completed in one
(1) day and be properly conducted with due regard for the rights of the public.
No more than one project location shall be scheduled for construction at any one time unless
approved in writing by the ENGINEER.
If applicable, the last two weeks of December, 2025, is a moratorium period, from December
20, 2025, 7:00 am to January 5, 2026, 7:00 am, during which no construction work shall occur
on City streets or other public right-of-way. The contractor shall schedule their work such that
no excavations are left open during those two weeks.
III-A-2
Agreement No. 7524
1.06 NOTIFICATIONS
The CONTRACTOR will notify all agencies listed here in a minimum of forty-eight (48)
hours before start of operation. The following list of names and telephone numbers are
intended for the convenience of the CONTRACTOR and the City does not guarantee either the
completeness or correctness of this list.
OPERATION OFFICE
TELEPHONE
1. Start of work,
Floriza Rivera, Public Works Staff
310-524-2361
shutdown of work,
Garret Quaintance, Street Maint. Supervisor
310-524-2899
or resumption of
Ted Kidane, Public Works Inspector
310-524-2380
work after shutdown
Cheryl Ebert, City Engineer
310-524-2321
Elias Sassoon, Director of Public Works
310-524-2356
2. Closing of streets
El Segundo Police Department**
310-524-2200
El Segundo Fire Department**
310-524-2236
3. Street striping
Street Maintenance Division
310-524-2709
3. Water/Sewer/ Jesse Pedroza, Water Division Supervisor 310-524-2744
Storm Drain Adrian Marquez, Wastewater Div. Supervisor 310-524-2796
Anthony Esparza, Utilities Manager 310-524-2745
* * The CONTRACTOR wil l notify the Engineering Division before notifying these offices.
The following information is provided for CONTRACTOR'S use to notify agencies if their
facilities are affected by CONTRACTOR'S work:
1. Underground Service Alert (all excavation in public right-of-way) 800-227-2600
2. City of El Segundo — Water Division 310-524-2742
3. City of El Segundo — Wastewater Division
4. City of El Segundo — Recreation and Parks
5. Southern California Gas Company
6. Southern California Edison Company (SCE)
7. AT&T
8. Time Warner Communication (Cable)
9. Los Angeles County Sanitation District
10. El Segundo Unified School District
III-A-3
310-524-2754
310-524-2707
310-671-9002
310-417-3366
310-515-4430
310-768-0400 Extension 414
310-699-7411
310-615-2650
Agreement No. 7524
1.07 MOBILIZATION
Mobilization shall conform to the provisions of Section 9-3.4 of the Standard Specifications.
The scope of work under mobilization includes but is not limited to:
1. Obtaining all required permits.
2. Coordinating with City staff for staging areas on public right-of-way
3. Moving all Contractor's equipment required for operations to site
4. Installing and removing all temporary facilities required for operations
5. Posting all OSHA required notices
6. Creating and posting required HUD signage at the construction site(s) (see also
Section III-1.18)
7. Submitting Construction Schedule, Contractor Contact List, Notice of
Construction for City approval
8. Notifying affected residents, businesses, and the general public as necessary
9. Utility coordination and notifying Underground Service Alert, 1-800-227-2600
prior to excavation or construction
10. Re -notifying all affected parties for all construction schedule changes
11. Preparing and following a Construction and Demolition Debris Management Plan
12. Participating in and providing updated 2-week look -ahead schedules for weekly
project field meetings
13. Providing traffic control as required per W.A.T.C.H. manual and CA MUTCD
14. Preparing and submitting timely Certified Payroll Information to the Department
of Industrial Relations and to City staff.
15. Preparing and cleaning of work area as necessary to implement repairs
16. Coordinating with Underground Service Alert (USA) or Dig Alert to mark
underground utilities before any excavation
17. NPDES permit compliance
18. Cordoning off construction areas and using plastic sheeting and water to minimize
debris and dust
19. Ramping for areas where construction has caused significant elevation differences
in walking surfaces until those elevation differences are resolved
20. Steel-plate(s)-with-asphalt ramping for excavated trenches and areas if required
21. Restoring to existing standard conditions or better, private, and public property
damaged by construction
22. Removing all USA markings after new improvements are installed
23. Ensuring all centerline tie monuments and benchmarks are re-established in the
intersection after concrete and asphalt construction is complete.
24. Removing posted HUD sign and other construction signage at project completion.
25. Demobilization
1.08 ACCESS TO DRIVEWAYS
Access to driveways shall be maintained at all times for residents and businesses
during non -working hours of 4:00 p.m. through 7:00 a.m. weekdays and 24-hours per
day on weekends and holidays.
III-A-4
Agreement No. 7524
1.09 TREE ROOTS
At locations where tree roots are encountered within or adjacent to an excavation, the
CONTRACTOR shall cut out the tree roots to the full cross section of the new work,
a minimum of two (2) feet below finished grade upon approval to do so by the Parks
Division. The Parks Division can be reached at 310-524-2881. Cost of this work shall
be included in the other items of work.
1.10 CURB DRAIN OUTLETS
The CONTRACTOR shall reconstruct all curb drainage outlets that fall within the
limits of his/her work. Cost of this work shall be included in the other items of work.
1.11 OTHER METER BOXES, PULL BOXES
The CONTRACTOR shall adjust all other meter boxes and electrical pull boxes
(within the work limits) to match new grade. Cost of this work shall be included in the
other items of work.
1.12 PROTECTION OF EXISTING IMPROVEMENTS
Existing public and/or private improvements, adjacent property, utility and other
facilities, trees, fences, sprinkler systems, plants, City benchmarks and centerline ties
that are not to be removed, shall be protected from injury or damage as provided for in
Sub -section of Part 1 of SSPWC "Greenbook" Standard Specifications.
Any pavement, curb, gutter, landscaping, or sidewalk removed beyond the limits
established by the CITY ENGINEER shall be reconstructed by the CONTRACTOR
to equal or better pre -construction condition at his own expense and no additional
compensation will be allowed.
Tie -Out and Re-establish Survey Monuments and Benchmarks
In accordance with Section 8771 of the Business and Professional Code, the
CONTRACTOR will be required to hire a State -of -California -licensed land surveyor
to inventory and tie out monumentation affected by the project prior to commencement
of construction. The land surveyor shall also re-establish any such monuments or
benchmarks damaged or destroyed during construction and file corner records with the
Los Angeles County Surveyor after construction is complete. Copies ofthe preliminary
and filed Corner Records shall be provided to the City of El Segundo Public Works
Department.
The Contractor shall request of the City which monuments found and listed in the
Contractor's Surveyor's letter are to be tied out and re-established.
1.13 DISPOSAL OF REMOVALS
All removed materials shall become the property of the CONTRACTOR and shall be
legally disposed by him/ her away from the site of work.
Note: There are no authorized dump facilities within the City of El Segundo.
1.14 WASHING OF CONCRETE TRANSIT MIXERS
Concrete transit mixers shall not be washed out on alleys, streets, or parking lots. Also,
III-A-5
Agreement No. 7524
refer to Section 7-8.6 Water Pollution Control (II-B-28 and 29) for additional
requirements.
1.15 SURFACE RESTORATION
Permanent restoration of surface improvements shall be completed to the approval of
the City no later than ten (10) calendar days after the improvements are completed.
1.16 REPAIRS, REPLACEMENTS AND CLEANUP
The CONTRACTOR shall repair at his/her own expense any damage to curbs,
gutters, sidewalks, landscaping and irrigation systems, or any other property of the
CITY, or of adjacent private property caused him/her in the performance of the work.
Materials and equipment shall be removed from the site as soon as they are no longer
necessary. Upon completion of the work and before final inspection, the entire
worksite shall be cleared of equipment, unused materials, and rubbish so as to present a
satisfactory and neat appearance.
Work will not be approved until proper cleanup is accomplished. All cleanup costs
shall be absorbed in the CONTRACTOR'S bid.
1.17 PUBLIC/RESIDENT NOTIFICATION
Due to the nature of this project involving some inconvenience to residents, businesses,
and the public, a good public relations program is mandatory and evidence of
satisfactory past performance in this area will be required.
The Contractor shall submit its notification to residents and businesses to City staff at
the pre -construction meeting, for review and approval prior to distribution. The
CONTRACTOR shall distribute the "Public Notice" at least one week in advance to
each business and resident affected by the construction. If residents/business owners do
not come to the front door when the CONTRACTOR knocks, the notices shall be left
in a conspicuous area on the door of every residence/business on the project streets.
1.18 TRAFFIC CONTROL, PUBLIC SAFETY AND CONVENIENCE
Traffic control, construction signage and traffic maintenance shall comply with the
provisions of Sub -section 7-10 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.
Public Convenience
At the pre -construction meeting, the CONTRACTOR shall submit a construction
schedule and traffic control plans to the CITY for approval. Based on the construction
schedule, the CONTRACTOR shall notify residents and businesses of the proposed
work and post temporary "INTO PARKING" signs at no cost to the City. Signs shall be
posted at all intersections a maximum of 200 feet between signs. Signs may be
attached to existing poles or street light standards at a height easily visible to
pedestrians and motorists.
III-A-6
Agreement No. 7524
When necessary, the CONTRACTOR shall furnish the posts. Signs shall be posted at
least seventy-two (72) hours prior to any construction in the area. Signs shall show
specific dates and time of parking restrictions.
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 the particular site.
On streets where parking is being temporarily prohibited on one side due to
construction and where the other side of the street has permanent "NO PARKING
ANYTIME" signs, the CONTRACTOR shall contact the City Police Department and
Public Works Department Street Division and obtain approval to bag these "NO
PARKING ANYTIME" signs until construction has been completed for the subject
block.
ONCE A SECTION OF STREET HAS BEEN POSTED, FAILURE OF THE
CONTRACTOR TO MEET AND COMPLETE THE APPROVED DAILY
SCHEDULE DUE TO CONDITIONS UNDER THE CONTRACTORS
CONTROL, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE
AGENCY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE,
IMPRACTICAL AND EXTREMELY DIFFICULT TO DETERMINE. FOR
FAILURE TO MEET AND COMPLETE THE SCHEDULE AFTER POSTING,
THE CONTRACTOR SHALL PAY TO THE CITY, OR HAVE WITHELD
FROM MONIES DUE, THE SUM OF $200 AS LIQUIDATED DAMAGES FOR
EACH DAY OF ADDITIONAL POSTING REQUIRED TO COMPLETE THE
PROPOSED WORK. REPOSTING AND NOTIFICATION WILL BE
REQUIRED FOR EACH MISSED DAY. SAID POSTING AND
NOTIFICATION WILL BE AT THE CONTRACTOR'S EXPENSE.
The CONTRACTOR shall be responsible for adequate barricading of the work area
and controlling of traffic in the vicinity of the project as specified in Sub -section 7-10
of the General Provisions. Should the CONTRACTOR appear to be neglectful or
negligent in furnishing warning and protective devices, the City Engineer may direct
attention to the existence of a hazard and the necessary warning and protective
measures shall be furnished and installed immediately by the CONTRACTOR at
his/her expense.
Should the CITY point out the inadequacy of warning and protective measures, such
action on the part of the CITY ENGINEER shall not relieve the CONTRACTOR
from responsibility for public safety or abrogate his/her obligation to furnish and pay
for these devices. If said devices will be placed or caused to be placed by the CITY
ENGINEER, the cost of placing such devices shall be the sole responsibility of the
CONTRACTOR and shall be paid for the rate of $50/hour for labor and vehicle use,
$20/day per barricade and any other costs incurred by the CITY relative to traffic
control. Said costs shall be deducted from the total contract price for the work.
III-A-7
Agreement No. 7524
Construction Signage
Construction signage shall consist of furnishing, installing, maintaining, and removing
construction signs and barricades as required by the California Manual on Uniform
Traffic Control Devices. The traffic control system shall be installed on a road prior to
starting work for that road and shall not be removed until all work has been completed
on that road.
A temporary sign shall be posted at each construction site that includes the
following message in large, easily readable font:
This project has been funded in part by the U.S. Department of Housing and
Urban Development through the Community Development Block Grant
(CDBG) program.
The sign shall be displayed from a durable, portable, weather -and -wind -resistant
two-piece metal or wooden frame during the construction. All parts of the sign and
posting shall be out of pedestrian and vehicular traffic. The sign shall not be placed
in an area where construction activities may potentially occur.
At the end of each day's work at a site, the Contractor shall remove the frame and sign
and bring them back to the following day's work location.
Construction Staging Area
The Contractor shall not store materials or equipment in the public right-of-way without
prior written authorization from the CITY ENGINEER. The CONTRACTOR shall
store materials or equipment in authorized area only.
Use of Private Property
The use of any private property by the CONTRACTOR is prohibited. The prohibited
uses include, but are 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.
Cooperation with Concurrent Construction and Operations
The CONTRACTOR shall cooperate with other contractors and the City's personnel
performing work in the vicinity, shall conduct its operations in a manner to prevent
unnecessary delay or hindrance to their work, and shall coordinate its work with theirs to
permit proper and timely completion of all projects in the area.
Coordination with Affected Businesses and Residents
The CONTRACTOR shall respond to any complaints received from a property owner
(business or resident) and contact the complainant within one (1) working day. The
complaint shall be resolved within two (2) working days from the date on which it was
III-A-8
Agreement No. 7524
received.
The CONTRACTOR shall adjust its schedule in order to allow affected Businesses to
operate as regularly scheduled.
Traffic Maintenance
The CONTRACTOR shall be responsible for handling vehicular and pedestrian
traffic in accordance with Sub -section 7-10 of the SSPWC "Greenbook" Standard
Specifications of these Special Provisions.
The CONTRACTOR shall prepare all necessary traffic control plans prior to
commencement of any work and submit to the City for approval at the pre -construction
meeting.
The CONTRACTOR shall cooperate with the Engineer relative to handling traffic
through all work areas.
When two-way traffic is restricted to one (1) lane, traffic shall be controlled as required
by California Manual on Uniform Traffic Control Devices. A pilot car and driver will
be required at various locations if control by flaggers proves deficient in the opinion of
the CITY ENGINEER.
In no case shall the CONTRACTOR provide less than one 1 lane of travel.
through the construction zone on all of the subiect streets. Ifonly. one 1 lane is
provided, the CONTRACTOR shall employ two nap.,persons with walkie-talkies
at each end of the single lane to direct two-way traffic.
CONTRACTOR'S equipment and personal vehicles of the CONTRACTOR'S
employees shall not be parked on the traveled way at any time. Parking of construction
equipment shall be confined to the approved storage site.
The CONTRACTOR shall conduct all operations so as to provide reasonable access
to the adjoining properties and have no greater length or quantity of work under
construction that can be properly prosecuted with a minimum of inconvenience to the
public.
For each establishment, i.e., parking lots, business establishments and apartment
buildings, the CONTRACTOR shall provide vehicular access to at least one (1)
driveway.
1.19 NPDES COMPLIANCE
A. CONTRACTOR shall thoroughly clean dust and debris resulting from his
operations to comply with the "Clean Water Act." Sweeping, wet vacuuming, and/or
other approved measures of removing such debris shall be taken during the removal and
construction operations. No dust or debris shall be deposited or discharged into the storm
III-A-9
Agreement No. 7524
drain facilities,
The CONTRACTOR shall provide and maintain at all times during construction ample
means and devices to promptly remove and properly dispose of all water entering the
excavations or other parts of the work. No concrete footing shall be laid in water, nor
shall water be allowed to rise over them until the concrete or mortar has set at least eight
(8) hours.
Disposal of water shall be the sole responsibility of the CONTRACTOR. Disposal
methods shall conform to the Porter -Cologne Water Quality Control Act of 1974, the
Federal Water Pollution Control Act Amendments of 1972, and the California
Administrative Code, Title 23, Chapter 3.
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 fluid
substance from the project or from operations pertaining to the project site without first
securing a valid National Pollutant Discharge Elimination System (NPDES) permit
unless the discharge is specifically listed as exempt or conditionally exempt in the most
current list issued by the Regional Water Quality Control Board, Los Angeles Region.
CONTRACTOR shall implement all necessary Best Management Practices (BMPs) to
ensure that any conditionally exempt discharge meets all current requirements of the
Regional Water Quality Control Board and City.
The 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.
B. CONTRACTOR shall reduce the discharge of pollutants in storm water runoff
to the maximum extent practicable by the effective implementation of
appropriate BMPs. The following are the minimum requirements:
1. Sediments from areas disturbed by construction shall be retained on site and
stockpiles of soil shall be properly contained to minimize sediment transport
from the site to streets, drainage facilities, or adjacent properties via runoff,
vehicle tracking, or wind.
2. Construction materials, wastes, spills, or residues shall be retained at the
project site to minimize transport from the work area to streets, drainage
facilities or adjoining properties via vehicle tracking, runoff, or wind.
3. Non-stormwater runoff from equipment and vehicle washing shall be
contained at project sites.
4. Erosion from slopes and channels shall be controlled by implementing an
effective combination of BMPs, such as limiting grading scheduled during
the wet season; inspecting graded areas during rain events; planting and
maintenance of vegetation on slopes; and covering erosion susceptible
slopes.
C. The selection, submittal, and adherence to BMPs are the responsibility of the
Contractor. The selected BMPs must be submitted to and approved by City prior
to performing any operation under this contract which will disturb or expose soil,
III-A-10
Agreement No. 7524
including, but not limited to excavation, grading, demolition, clearing and
grubbing, pavement removal, etc.
D. Construction activity that results in soil disturbances of less than one acre is
subject to the General Permit for Storm Water Discharges Associated with
Construction Activity (General Permit) if the construction activity is part of a
larger common plan of development that encompasses one or more acres of soil
disturbance or if there is significant water quality impairment resulting from the
activity.
If it is determined that the entire site consists of one acre or greater, the
Contractor must file a Notice of Intent (NOI) with the State to comply with the
terms of the General Permit and must provide proof of a Waste Discharge
Identification (WDID) Number to the City prior to the issuance of a grading
permit. The preparation, submittal, and adherence to all NOIs, Storm Water
Pollution Prevention Plans (SWPPPs), Wet Weather Erosion Control Plans
(WWECPs), and Contractor Self -Inspection Forms are the responsibility of
Contractor.
E. The City may restrict the continuation of work if it is determined that the
Contractor has not met all the NPDES requirements.
F. The cost of complying with these environmental requirements shall be
considered included in the Contract bid price for other items of work unless the
cost of compliance is listed as a separate bid item within the bid schedule.
1.20 UTILITIES
Potholing of existing utilities should take place one week prior to the start of the
construction to allow adequate time for the necessary protection, removal, and
rearrangement of utilities by either the utility owner or the CONTRACTOR, as
applicable. For work to be performed by a utility owner, the construction schedule shall
allow for the time period required by the utility owner for such work. The
CONTRACTOR shall notify the CITY ENGINEER in writing of any subsequent
changes in the construction schedule which will affect the time available for protection,
removal, or rearrangement of utilities, and shall obtain the CITY ENGINEER'S approval
of such changes.
No additional compensation will be allowed for modifications to trench shoring caused by
utility service connections whether or not the utility services are shown on the Plans.
1.21 BUILD AMERICA BUY AMERICA
Please see Appendix D for a Quick Guide to the Build America Buy America (BABA)
program. Should this CDBG federally funded infrastructure project be awarded at a
construction cost greater than $250,000, the project will require a Buy America
Preference (BAP) and all iron, steel, manufactured products, and construction materials
used for the project shall be produced in the United States.
III-A-11
Agreement No. 7524
If the BABA program is triggered by the project cost, the Contractor shall keep records
and documentation during the project about purchases of iron, steel, manufactured
products and construction materials, and the products' country of origin. The records
shall show the project complies with the Buy America Preference. The Contractor will
provide copies of those records to City staff.
Additional information on the BABA is available at https://www.hudexchange.info
2-0. CONSTRUCTION MATERIALS AND METHODS
See SECTION III A.4 below.
3-0. MEASUREMENT AND PAYMENT
See SECTION III AA below.
III-A-12
Agreement No. 7524
(This page is intentionally left blank)
III-A-13
Agreement No. 7524
SECTION III AA
CDBG ADA CURB RAMP INSTALLATION PROJECT
TECHNICAL SPECIFICATIONS
TS-1
Agreement No. 7524
SCOPE OF WORK
The work under this Contract shall be performed entirely within the City of El Segundo, and
consists of furnishing all labor, materials, equipment, and services, and performing all work
necessary for the ADA curb ramp installations or truncated dome installations and
repairing/replacing existing public and private improvements in kind.
Construction shall be ADA-compliant. The work includes traffic control; the posting and
removal of Housing -and -Urban -Development -required signage; demolition and removals;
minor excavation and grading; tree root and plant root removals down to two feet below grade;
the removal and reconstruction of existing concrete curb ramps; the installation of new
concrete curb ramps; the installation of yellow truncated domes at each curb ramp; the removal
and replacement of sidewalk, curb, and gutter, as needed; the adjustment to grade of utility
meters in ramp or sidewalk areas as needed; the removal and replacement of Y-wide asphalt
concrete slot paving; the replacement of any damaged striping or property as needed; and
licensed -surveyor tie -out and re-establishment of intersection centerline tie monuments and
benchmarks after construction is complete.
All work shall conform to all applicable State, local, regional, and Federal building codes,
ADA standards, ordinances, and regulations as prescribed by the City. All compaction in the
project areas shall be to 95% compaction.
LOCATION OF WORK
Please refer to the Bid Schedule for Citywide ADA-curb-ramp-installation-locations.
CONTRACTOR'S SUBMITTALS
The Contractor shall submit to the City of El Segundo for review of shop drawings as specified
below:
• Job -Specific Safety Program
• Declaration of Safety Requirements/Regulations
• Construction schedule
• Traffic Control Plans
• Storm Water Pollution Prevention Plan (SWPPP)
• C&D Debris Management Plan
• Concrete mix design
• Asphalt concrete mix design for C2 PG 64-10 and surface course 3/8" fine mix
• Aggregate base
• Detectable warning surface
• Pavement striping materials
• Topsoil and turf
• Thermoplastic striping and marking materials
• Complete, original, and timely Certified Payroll Records, first to the Department of
Industrial Relations and then to the City of El Segundo
Shop drawing submittals shall include detailed design calculations, shop drawings, fabrication
TS-2
Agreement No. 7524
and installation drawings, catalog sheets, data sheets and similar items. The Engineer shall
review the shop drawings and return them to the Contractor within 10 calendar days.
Fabrication and/or purchase of an item may be commended only after the Engineer has
reviewed the pertinent submittals and returned them to the Contractor marked either "NO
EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." Corrections indicated on
the submittals shall be considered as changes necessary to meet the requirements of the
specifications and shall not be taken as the basis of claims for extra work.
The Engineer's review of shop drawing submittals shall not relieve the Contractor of the entire
responsibility for the correctness of details and dimensions. The Contractor shall assume all
responsibility and risk for any misfits due to any errors in Contractor submittals. The
Contractor shall assume all responsibility for the dimensions and the design of adequate
connections and details.
Submittals for other products not identified above shall be required if their use is incorporated
into the project work.
Since time is of the essence with Certified Payroll Records (CPR), the City reserves the right
to withhold progress payments until Certified Payroll Records submittals are completed,
submitted, and accepted to the time period billed on progress payment requests. If the work is
significantly complete but Certified Payroll Records are incomplete or delinquent, the City
shall not process any invoice until the CPR requirements are met.
CONSTRUCTION MATERIALS, METHODS, MEASUREMENT, AND PAYMENT
Item numbers correspond to the Bid Schedule item numbers.
MOBILIZATION AND DEMOBILIZATION
See Section A.1.07 for bid item description. This item shall also include (a)
public/resident notification as described in A.1.17 and (b) NPDES Compliance as
described in Section A.1.19.
Measurement and Payment
Payment for mobilization and demobilization shall be at the lump sum price as shown
in the Bid Schedule (50% for startup, and 50% at the completion of the job). Such
payment shall be considered full compensation for furnishing all labor, materials, tools,
equipment, incidentals, and appurtenances necessary for mobilization and
demobilization.
2. INVENTORY AND RE-ESTABLISH CENTERLINE- TIE -RELATED CORNER
NAILS AND TAGS ETC.
This work includes the inventory and re-establishment, by a California -licensed
surveyor, of existing nail -and -tag markers on existing curb ramps that will be removed.
Surveyor shall be listed as a subcontractor. Corner nail -and -tag markers are used to set
centerline ties. This work includes:
TS-3
Agreement No. 7524
• Inventory by a licensed surveyor of any existing corner nail -and -tag markers or
corner tie -outs related to existing City centerline monuments. See Appendix D.
A copy of the inventory shall be provided to City staff prior to any curb ramp
demolition.
0 Re-establish found corner nail -and -tag markers and tie -outs after construction
by a licensed surveyor.
0 Re-establish any missing monuments and tags if shown in past corner records.
• Provide a copy of new corner records to City staff prior to filing with the Los
Angeles County Surveyor
Filing new corner records with the Los Angeles County Surveyor
Post -construction: provide copies of the filed corner records, with the Los
Angeles County Surveyor signature present, to City staff
Measurement and Pa anent
Payment for Inventory and Re-establish Centerline -Tie -Related Corner Nails and Tags
shall be paid at the lump sum price shown in the Bid Schedule. Such payment shall be
considered full compensation for all labor, materials, tools, equipment, incidentals, and
appurtenances necessary to perform the work required.
3. CGNST 4-iN4-1NC1-1-TE cK,,,FDA-COMPL1 N°I"CONCRErf S[DI;WA.LI ON
4-:1NC14-THICK AGGREQA"rE BASE
This work includes the construction of concrete walkway on aggregate base.
Construction would occur in addition to new -curb -ramp square footage to establish
compliant continuous sidewalk and ramp slopes as well as eliminate any elevation
differences. This item includes only the cost of additional labor and materials to
construct sidewalk at ADA-compliant slopes, beyond the cost to construct the concrete
curb ramp.
A. This work includes demolition and removal which are comprised of Clearing
and Grubbing and the sawcutting and removal of concrete sidewalk in
accordance with Section 300-1 of the SSPWC. Contractor shall remove tree
and plant roots to a depth of two feet below grade prior to compacting the soil
to 95%. All removed materials shall be legally disposed of by the Contractor.
B. This work also includes traffic control, public safety, and convenience which
are additionally described in Section A.3.1.08. Project traffic control plans are
to consider all construction activities, and are also to minimize impacts to
pickup and drop-off at nearby schools. Traffic Control Plans are to be sealed
and signed by a licensed Traffic Engineer or Civil Engineer.
C. This work also includes all construction surveying and staking required to
construct the improvements to the lines, elevations, and grades required to
remove barriers to ADA accessibility. The Contractor shall retain a licensed
surveyor to perform all required surveying and staking on the project, including
verification of existing slopes and the establishment of ADA-compliant slopes
TS-4
Agreement No. 7524
and cross -slopes.
D. Portland cement concrete for the sidewalk shall be Class 520-C-2500 in
accordance with SSPWC Section 201-1. The sidewalk shall be constructed in
accordance with SSPWC Section 303-5.
E. Grass areas next to the new improvements shall be protected in place. Should
parkway areas be at a higher elevation after new sidewalk is constructed, the
Contractor shall re -grade the area so that no noticeable difference in elevation
is apparent from the sidewalk to the parkway area.
Where grass removal or damage has occurred due to construction and the top
of existing soil elevation is noticeably different from the new sidewalk grade,
the Contractor shall regrade the area the parkway or private property to
eliminate the elevation difference, backfill the area as necessary, re -seed it with
matching grass seed after consulting with the City Parks Division, and water it
well. Contractor shall reseed and water the area three weeks after the first
seeding to ensure any bare areas have been covered.
Measurement and Ira rx e at
Payment for Construct 4-Inch-Thick ADA-Compliant Concrete Sidewalk on 4-Inch-
Thick Aggregate Base, to Join to Curb Ramp shall be paid at price per square foot
shown in the Bid Schedule. Such payment shall include full compensation for all labor,
materials, tools, equipment, and incidentals required for this work.
4., 14A-15A.
CONSTRUCT CONCRETE C1. IM INCLUDING 3-FEET-WIDE, ASPHALT
S1,G°1` PATCH. CONSTRUCT 6-11NCI'-1-WIDE CONCRETE RETAIN'[ 4G CIRRI
NE T TCI NEW SIDEWAL.., CON ST"RLJCT CONCRETE CURB AND 2-FEET-
WIDE GUT 1°1 R INCLUDING 3-FEET-WIDE ASP14AET SLOT PATCH
This work includes the construction of concrete curb or curb and gutter to join to new
curb ramp construction, or construction of retaining curb next to new sidewalk. These
items are in addition to concrete curb within the ADA curb ramps being constructed.
These items shall be constructed as needed for ADA compliance, to resolve any
elevation differences between existing curb height and the curb height on the adjacent
new ADA ramp, or to resolve any elevation differences between new sidewalk and
existing facilities.
A. This work includes demolition and removal which are comprised of Clearing
and Grubbing and the sawcutting and removal of concrete curb, curb and
gutter, and adjacent asphalt concrete pavement in accordance with Section 300-
1 of the SSPWC. Contractor shall remove tree and plant roots to a depth of two
feet below grade prior to compacting the soil to 95%. All removed materials
shall be legally disposed of by the Contractor.
B. This work also includes traffic control, public safety, and convenience which
are additionally described in Section A.3.1.08. Project traffic control plans are
TS-5
Agreement No. 7524
to consider all construction activities, and are also to minimize impacts to
pickup and drop-off at nearby schools. Traffic Control Plans are to be sealed
and signed by a licensed Traffic Engineer or Civil Engineer.
C. This work also includes all construction surveying and staking required to
construct the improvements to the lines, elevations, and grades required to
remove barriers to ADA accessibility and allow for acceptable right-of-way
drainage. The Contractor shall retain a California -licensed surveyor to perform
all required surveying and staking on the project, including verification of
existing flowline slopes and the establishment of new acceptably draining
flowline slopes.
D. Portland cement concrete for the curb or curb and gutter shall be Class 520-C-
2500 in accordance with SSPWC Section 201-1. The curb or curb and gutter
shall be constructed in accordance with SSPWC Section 303-5.
E. Curb ramp construction work also includes asphalt concrete slot patching next
to newly constructed curb ramps, curbs, and gutters. The width of the slot
patches shall be three (3) feet measured from the outer edge of the concrete.
Adjacent asphalt concrete shall be neatly sawcut and removed at the join lines.
Sawcuts shall be neatly perpendicular or parallel to the curb face. All vertical
surfaces to receive new asphalt concrete paving shall be tack coated with PG
64-10 liquid asphalt prior to paving.
Aggregate Base shall be Crushed Miscellaneous Base in accordance with
SSPWC Section 200-2.4 and shall be placed in accordance with SSPWC 301-2.
Asphalt Concrete shall be class and grade C2 PG 64-10 in accordance with
SSPWC Section 203-6 and shall be placed in two separate lifts plus a 1"
surface course of 3/8" fine mix, and in accordance with SSPWC Section 302-5.
F. Grass areas next to the new improvements shall be protected in place. Where
grass removal or damage has occurred due to construction and the top of
existing soil elevation is noticeably different from the new top -of -curb, the
Contractor shall regrade the area the parkway or private property to eliminate
the elevation difference, backfill the area as necessary, re -seed it with matching
grass seed after consulting with the City Parks Division, and water it well.
Contractor shall reseed and water the area three weeks after the first seeding to
ensure any bare areas have been covered.
Measurement and Payment
Payment for Construct Concrete Curb shall be paid at the price per lineal foot shown in
the Bid Schedule. Such payment shall include full compensation for all labor,
materials, tools, equipment, and incidentals required for this work.
TS-6
Agreement No. 7524
5-12., 18A-26A.
CONSTRUCT CURB RAMP AND SIDEWALK PER APPENDIX G PLAN;
CONSTRUCT CURB RAMP PER APPENDIX 11 PLANS; CONSTRUCT NEW
CURB RAMP INCLUDING TRUNCATED DOMES AND ADJACENT 3-FEET-
WIDE ASPHALT SLOT PATCH; CONSTRUCT" AL 1"I RNATE CURB RAMP
INCLUDING TRUNCAT"l D DOMES AND ADJACENT3-FEET- 1DE
ASPHALT SLOT PATCH
A. This work includes demolition and removal which are comprised of Clearing
and Grubbing and the sawcutting and removal of asphalt concrete pavement,
concrete curb ramps, sidewalk, curbs, gutters, striping, etc. in accordance with
Section 300-1 of the SSPWC or the project plans if applicable. Contractor shall
remove tree and plant roots to a depth of two feet below grade prior to
compacting the soil to 95%. All removed materials shall be legally disposed of
by the Contractor.
& This work also includes traffic control, public safety, and convenience which
are additionally described in Section A.3.1.08. Project traffic control plans are
to consider all construction activities, and are also to minimize impacts to
pickup and drop-off at nearby schools. Traffic Control Plans are to be stamped
with an official seal and signed by a licensed Traffic Engineer or Civil
Engineer.
C. This work also includes all construction surveying and staking required to
construct the improvements to the lines, elevations, and grades required to
remove barriers to ADA accessibility. The Contractor shall retain a licensed
surveyor to perform all required surveying and staking on the project, including
the establishment of ADA-compliant slopes.
D. This work includes the construction of new curb ramps, installation of
detectable warning devices (embedded yellow truncated domes) for each curb
ramp, and the installation of 3-foot-wide C2 PG 64-10 placed in two separate
lifts plus a 1" surface course of 3/8" fine mix slot paving/patching immediately
adjacent to the ramp curb or ramp curb and gutter.
Curb ramps shall be constructed in accordance with SPPWC 111-5 and current
ADA standards. Portland cement concrete shall be Class 520-C-2500 in
accordance with SSPWC Section 201-1 and shall be constructed in accordance
with SSPWC Section 303-5. Each curb ramp shall have an embedded sheet of
yellow detectable warning devices/truncated domes of appropriate dimensions
installed per current standards.
Grass areas next to the new improvements shall be protected in place. Where
grass removal or damage has occurred on City right-of-way due to
construction, the Contractor shall backfill the area, re -seed it with matching
grass seed after consulting with the City Parks Division, and water it well.
Should the damaged grass area occur on private property, the Contractor shall
replace the grass to the satisfaction of the property owner.
TS-7
Agreement No. 7524
E. Curb ramp construction work also includes slot patching asphalt concrete next
to newly constructed curb ramps, curbs, and gutters. The width of the slot
patches shall be three (3) feet measured from the outer edge of the concrete.
The existing asphalt concrete shall be neatly sawcut and removed at the join
lines. Sawcuts shall be neatly perpendicular or parallel to the curb face. All
vertical surfaces to receive new asphalt concrete paving shall be tack coated
with PG 64-10 liquid asphalt prior to paving.
Aggregate Base shall be Crushed Miscellaneous Base in accordance with
SSPWC Section 200-2.4 and shall be placed in accordance with SSPWC 301-2.
Asphalt Concrete shall be class and grade C2 PG 64-10 in accordance with
SSPWC Section 203-6 and shall be placed in two separate lifts plus a 1"
surface course of 3/8" fine mix, and in accordance with SSPWC Section 302-5.
F, This work also includes mechanically removing conflicting pavement striping,
replacing pavement striping and legends removed or damaged by the
Contractor's activities.
All new striping lines and legends shall be thermoplastic, and all traffic striping
and markings shall be placed in accordance with Section 84 of the State
Standard Specifications, the details shown on the Plans and Caltrans Standard
Plans.
Glass beads shall conform to State Standard Specification 8010-IIE-22 Type II
and shall be mechanically applied at a rate of 6 to 8 pounds of beads per gallon
of paint. Glass beads shall be applied to pavement striping by a dispensing
device developed for this purpose or other methods approved by the Engineer.
The Contractor shall furnish the necessary control points for all striping,
markers, and markings and shall be responsible for the completeness and
accuracy thereof to the satisfaction of the Engineer.
No striping or markers shall be installed until the layout and spotting has been
specifically approved by the Engineer.
Black -out paint will not be allowed for striping and markings placed in error by
the Contractor and the Contractor may be required to re -apply slurry seal and
re -stripe.
In no case shall any section of street be left without complete striping for more
than 24 hours or weekends or holidays.
G, This work includes lump sum Base Bid Items 5-9, to be constructed per plans
found in the appendices. The Contractor shall furnish all the necessary labor,
materials, and equipment necessary to construct these bid items per plan.
TS-8
Agreement No. 7524
Measurement and Payment
Payment for Construct ADA-Compliant Curb Ramp Including Truncated
Domes and Adjacent Slot Patch shall be paid at the unit and unit price shown in
the Bid Schedule and shall include all activities listed on this and the preceding
pages for this work. Such payment shall include full compensation for labor,
materials, tools, equipment, incidentals and appurtenances necessary to
perform the work required.
13A. AL"FEIRNATE BID ITEM: INSTALL YE1,I:,OW "I'RtJNCATEQ DOMES ONTO
EXISTING ADA RAMP
A. This work includes demolition and removal which are comprised of Clearing
and Grubbing and, the sawcutting or partial removal of concrete curb ramp, if
needed, in order to install yellow detectable warning surface/truncated domes.
Existing concrete shall be neatly sawcut and removed at the join lines. All
removed materials shall be legally disposed of by the Contractor.
B. This work also includes traffic control, public safety, and convenience which
are additionally described in Section A.3.1.08. Project traffic control plans
shall include pedestrian traffic, are to consider all construction activities.
Traffic Control Plans are to be stamped with an official seal and signed by a
licensed Traffic Engineer or Civil Engineer.
C. This work includes the installation of detectable warning devices (embedded
yellow truncated domes) for existing curb ramps that do not already have them.
Detectable warning surfaces shall be installed in accordance with Section 1 11-
5 of the SSPWC. Contractor shall submit detectable warning surface
specifications pages, and a description of how they will be attached to the
existing concrete ramp, for City staff approval prior to ordering material.
Measurement and fla. inent
Payment for Install Yellow Truncated Domes onto Existing ADA Ramp shall be paid
at price per each shown in the Bid Schedule and shall include all activities listed in this
section for this work. Such payment shall include full compensation for labor,
materials, tools, equipment, incidentals and appurtenances necessary to perform the
work required.
16A. ALTERNATE BID ITEM: REMOVE AND REPLACE ADDITIONAL 6-INCH-
THICK X I-FOOT-WIDEASPHALT SLOT PATCH OVER 6-INCH.-"IJ1CK
AGGREGATE BASE
This work includes additional asphalt concrete slot patching at newly constructed curb
ramps, curbs, and gutters, if necessary to create ADA-compliant slopes. Unless
otherwise requested by City staff, the width of the slot patches shall be 1 foot measured
MJM9
Agreement No. 7524
from the outer edge of the asphalt concrete slot patching already included with
concrete work.
The existing asphalt concrete shall be neatly sawcut and removed at the join lines. The
Contractor shall remove tree and plant roots to a depth of two feet below grade prior to
compacting the soil to 95%. Sawcuts shall be neatly perpendicular or parallel to the
curb face. All vertical surfaces to receive new asphalt concrete paving shall be tack
coated with PG 64-10 liquid asphalt prior to paving.
Aggregate Base shall be Crushed Miscellaneous Base in accordance with SSPWC
Section 200-2.4 and shall be placed in accordance with SSPWC 301-2.
Asphalt Concrete shall be class and grade C2 PG 64-10 in accordance with SSPWC
Section 203-6 and shall be placed in two separate lifts plus a 1" surface course of 3/8"
fine mix, and in accordance with SSPWC Section 302-5.
MeaSUrement and Payment
Payment for Construct 6-inch-Thick x 1-Foot-Wide Asphalt Concrete Slot Patch On 6-
inch Thick Aggregate Base shall be paid at the price per square foot shown in the Bid
Schedule. Such payment shall include full compensation for all labor, materials, tools,
equipment, and incidentals required for this work.
17A. ALTERNATE BID ITEM: GRADE/PREPARE APPLICABLE AREA AND
INSTALL SOD
This work shall be determined by the City on an as needed basis. The work includes
grading and preparing damaged landscaped areas and installing sod if preliminary and
secondary lawn reseeding and watering have not provided satisfactory results.
TS-10
Agreement No. 7524
5.0 CONSTRUCTION & DEMOLITION MATERIALS RECYCLING
REQUIREMENTS
The Contractor shall divert all Construction and Demolition (C&D) project -
generated -waste 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:
PART 1 GENERAL
1.1 SUMMARY
A. This Section includes the following: procedures for ensuring optimal
diversion of construction and demolition (C&D) waste materials generated
by the Work within the limits of the Construction Schedule and Contract
Sum.
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-23
Agreement No. 7524
1.2 DEFINITIONS
A. Class III Landfill. A landfill that accepts non -hazardous waste such as
household, commercial, and industrial waste, resulting from construction,
remodeling, repair, and demolition operations. A Class III landfill must have
a solid -waste -facilities permit from the California Department of Resources
Recycling and Recovery (CalRecycle) and be regulated by the Enforcement
Agency.
B. Construction and Demolition Debris or C&D Debris. Building materials and
solid waste resulting from construction, remodeling, repair, cleanup, or
demolition operations that are not hazardous as defined in California Code
of Regulations, Title 22, Section 66261.3 et seq. This term includes, but is
not limited to, asphalt, concrete, Portland cement, brick, lumber, gypsum
wallboard, cardboard and other associated packaging, roofing material,
ceramic tile, carpeting, plastic pipe, and steel. The debris may be
commingled with rock, soil, tree stumps, and other vegetative matter
resulting from land clearing and landscaping for construction or land
development projects.
C. Contracting Officer. The City of El Segundo City Engineer or designee.
D. C&D Recycling Center. A facility that receives only C&D material that has
been separated for reuse prior to receipt, in which the residual (disposed)
amount of waste in the material is less than 10% of the amount separated for
reuse or recycling, by weight.
E. Disposal. Final deposition of C&D or inert debris into land, including
stockpiling onto land of construction and demolition debris that has not been
sorted for further processing or resale, if such stockpiling is for a period of
time greater than 30 days; and construction and demolition debris that has
been sorted for further processing or resale, if such stockpiling is for a
period of time greater than one year, or stockpiling onto land of inert debris
that is for a period of time greater than one year.
F, Diversion or Divert. The reuse or recycling of construction and demolition
debris to avoid disposal in a landfill.
G. Enforcement Agency (EA). Enforcement agency as defined in Public
Resources Code 40130.
H. Inert Disposal Facility or Inert Waste Landfill. A disposal facility that
accepts only inert waste such as soil and rock, fully cured asphalt paving,
uncontaminated concrete (including fiberglass or steel reinforcing rods
embedded in the concrete), brick, glass, and ceramics, for land disposal.
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
III-A-24
Agreement No. 7524
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.
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.
III-A-25
Agreement No. 7524
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.1 SALVAGE, REUSE, RECYCLING AND PROCEDURES
A. Identify reuse, salvage, and recycling facilities: Refer to the City's website
for a list of local organizations and companies.
Litt 3s://www,else m!ido.oi• overnmentl(le )at-n�ie]Its/ Ublic-wot-ks/trash-
recycling
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, found
in the Appendices as follows:
a. Form PW-A — Project Information
b. Form PW-B — Pre -Project Worksheet
C. Form PW-B 1 — Pre -Project Worksheet (This form is to be
III-A-26
Agreement No. 7524
completed only if you plan to use your own company -owned
bins/trucks for disposition of material.)
d. Form PW-C — Post -Project Summary
e. Form PW-D — Exemption Request — only use if it is
infeasible to comply with requirements.
3.2 DISPOSAL OPERATIONS AND WASTE HAULING
A. Legally transport and dispose of materials that cannot be delivered to a
source -separated or mixed recycling facility to a transfer station or disposal
facility that can legally accept the materials for the purpose of disposal.
B. Use a permitted waste hauler or Contractor's trucking services and
personnel. To confirm valid permitted status of waste haulers, visit the City
of El Segundo website:
htt, s:Hwww,else utido.or /government/de ar�trnerits/ ublic-works/trash-
rc cgg
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 jobsite.
3.3 REUSE AND DONATION OPTIONS
A. Implement a reuse program to the greatest extent feasible. Options for reuse
may include, but are not limited to:
Los Angeles County Materials Exchange (LACOMax) LACoMAX
is a free service provided by the Los Angeles County Department of
Public Works, Environmental Programs Division, designed to help
residents, businesses, and organizations in Los Angeles County find
markets for their industrial by-products, surplus materials, and other
would-be discards. All exchanges are coordinated between the
parties. The site can be accessed at
httpwv w.ladpw of ,Lej d/lacomax.
2. California Materials Exchange (CaIMAX) is a free service provided
by the State of California, Department of Resources Recycling and
Recovery (CalRecycle) that connects businesses, organizations,
manufacturers, schools, and individuals with online resources for
III-A-27
Agreement No. 7524
exchanging materials. The site can be accessed at
ww,ca lrccvcle.ca.govf CaMA X
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
w vw.hal itat.o ° /restores
3.4 REVENUE
A. Revenues or other savings obtained from recycled, re -used, or salvaged
materials shall accrue to Contractor unless otherwise noted in the Contract
Documents.
END OF SECTION
III-A-28
Agreement No. 7524
(This page is intentionally left blank)
Agreement No. 7524
CDBG PROJECT 117 ,
• CHECKLIST OF REQUIRED FEDERAL LABOR COMPLIANCE
DOCUMENTS TO BE COMPLETED, SIGNED AND SUBMITTED WITH
BID
• EXHIBITS 1-17
• CURRENT APPLICABLE FEDERAL WAGE DECISION
IV-1
Agreement No. 7524
City of El Segundo CDBG Project 602744-24
El Segundo Installation of ADA Access
Ramps
Exhibit 1 Summary of Contract Provisions for Inclusion in the Notice Inviting Bids
Exhibit 2 Federal Labor Standards Provisions - HUD-4010
Exhibit 3 Federal Equal Employment Opportunity / Affirmative Action Provisions
Exhibit 4 Contracting With Small Business, Minority Firms, Women's Business Enterprise, and
Labor Surplus Area Firms
Exhibit 5 Compliance with Clean Air and Water Acts
Exhibit 6 Worker's Compensation Certification
Exhibit 7 List of Proposed Subcontractors or Sub -Tier Contractors
Exhibit 8 Certification of Understanding and Authorization
Exhibit 9 Request for Additional Classification and Rate
Exhibit 10 Non -Segregated Facilities Certification
Exhibit 1 1 Past Performance Certification
Exhibit 12 Notice of Equal Employment Opportunity
Exhibit 13 Federal Lobbyist Certification
Exhibit 14 County Lobbyist Certification
Exhibit 15 Federal Wage Decision
Exhibit 16 Fringe Benefit Statement
Exhibit 17 Certified Payroll Report Form
IV-2
Agreement No. 7524
EXHIBIT 1
Summary of Contract Provisions for Inclusion in the Notice Inviting Bids
Prevailing Wage toternent: This contract will be funded in whole or in part with federal housing
and community development funds. The Federal Labor Standards Provisions, including prevailing
wage requirements of the Davis -Bacon and Related Acts will be enforced. A copy of the Federal
Wage Decision applicable to this project is included in the Bid Document.
This is project is a public work in the State of California, funded in whole or in part with public funds.
Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be
enforced. The Contractor's duty to pay State prevailing wages can be found under Labor Code
Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay
prevailing wages and to employ apprentices, including forfeitures and debarment. The State
Wage Decision is on file at the City Clerk's office, and is also available online at
htt s: 'www.dir,co., v o rl 2023-1 PW'D index.htm.
p renticeshi Program: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the
California Labor Code and Title 8, California Administrative code, Section 200 et seq. to ensure
compliance and complete understanding of the law regarding apprentices.
Minority and Women Owned Business: Bidders will be required to document their status as a
Minority Business Enterprise (MBE), a Women -owned Business Enterprise (MBE) or a non-MBE/WBE
firm. Bidders that are not MBE/WBE firms will be required to make a good faith effort, and to
document their efforts to include firms as part of the contract bid.
+ onflict of Interest- [2 CFR Part 200.318(c)(1)(2)]
The CONTRACTOR agrees to incorporate the language found in this section in contracts using
Community Development Block Grant (CDBG) funds and subject to compliance with conflict of
interest Federal, State and County laws. The general rule shall be that no person described in the
Persons covered section below who exercises, or has exercised any function or responsibilities with
respect to CDBG activities, or who is in a position to participate in a decision making process or
gain inside information with regards to such activities, may obtain a financial interest or benefit
from a CDBG-assisted activity, or have a financial interest in any contract, subcontract, or
agreement with respect to a CDBG-assisted activity, or with respect to the proceeds of the CDBG-
assisted activity, either for themselves or those with whom they have business or immediate family
ties, during their tenure or for one year thereafter.
Persons covered - The conflict -of -interest provisions of this section shall apply to any person who is
an employee, agent, consultant, officer, or elected official or appointed official of the
CONTRACTOR, or of any designated public agencies, or of any subrecipients that are receiving
CDBG funds.
The CONTRACTOR represents, warrants and agrees that to the best of its knowledge, it does not
presently have, nor will it acquire during the term of this Contract, any interest direct or indirect, by
contract, employment or otherwise, or as a partner, joint venture or shareholder (other than as a
shareholder holding a one (I %) percent or less interest in publicly traded companies) or affiliate
with any business or business entity that has entered into any contract, subcontract or arrangement
with the County or the Los Angeles County Development Authority (LACDA). Upon execution of
this Contract and during its term, as appropriate, the CONTRACTOR shall, disclose in writing to the
City any other contract or employment during the term of this Contract by any other persons,
business or corporation in which employment will or may likely develop a conflict of interest
between the County's and/or LACDA's interest and the interests of the third parties.
Exhibit 1 - Page 1 of 3
IV-3
Agreement No. 7524
Discrimination Against Persons with Limited English Proficlenc LEP The CONTRACTOR shall
comply with Executive Order 13166, titled "Improving Access to Services by Persons with Limited
English Proficiency." Executive Order 13166 requires that federally assisted agencies make
reasonable efforts to provide language assistance to ensure meaningful access for Limited English
Proficiency (LEP) persons to the agency's programs and activities. HUD guidelines on LEP were
published in the Federal Register on January 22, 2007 and were effective February 21, 2007. These
HUD guidelines should be applied to federally subsidized housing, programs and other services
which may be contracted out to other Contractors.
Architectural! harriers Act and the Americans with Disabilities Act: The CONTRACTOR shall comply
with the Architectural Barriers Act of 1968 (42 U.S.C. 4151-4157) requires certain Federal and
Federally -funded buildings and other facilities to be designed, constructed, or altered in
accordance with standards that ensure accessibility to, and use by, physically handicapped
people. A building or facility designed, constructed, or altered with funds allocated or reallocated
40.2 or the definition of building as defined in 41 CFR Part 101, is subject to the requirements of the
Architectural Barriers Act of 1968 (42 U.S.C. 4151-4157) and shall comply with the Uniform Federal
Accessibility Standards (Appendix A to 24 CFR Part 40 for residential structures and Appendix A to
41 CFR Parts 10 1 -19 for general type buildings). The Americans with Disabilities Act (42 U.S.C. Section
12131; 47 U.S.C. Sections 155.201, 218 and 225) (ADA) provides comprehensive civil rights to
individuals with disabilities in the areas of employment, public accommodations, State and local
government services, and telecommunications. It further provides that discrimination includes a
failure to design and construct facilities for first occupancy after January 26, 1993 that are readily
accessible to and usable by individuals with disabilities. Further, the ADA requires the removal of
architectural barriers and communication barriers that are structural in nature in existing facilities,
where such removal is readily achievable, easily accomplishable and able to be carried out
without much difficulty or expense under this part after December 11, 1995, and that meets the
definition of residential structure as defined in 24 CFR Section 40.2.
Patent Rights and Copyrights, [24 CFR Part 85.36(i)]:
The CONTRACTOR agrees that results in any discovery, invention or copyrightable material which
may develop in the course of or under contract, the Contractor reserves the right to royalty -free,
non-exclusive and irrevocable license to use and to authorize others to use, the work for
government purpose.
Energy Policy and Conservation Act [42 USC §6201 et seq.]:
The CONTRACTOR agrees to comply with the mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act and its requirements in the performance of this contract.
Awards to Parties on Federal Excluded Parties Lust PL [2 CFR Part 200 - Appendix II(A)]:
The CONTRACTOR affirms that it is not on the Federal Excluded Parties List and agrees to comply
with 2 CFR Part 200 - Appendix II (A), which prohibits Federal funds as contract awards to any entity
on the Federal Excluded Parties List maintained on www.sam.gov.
Federal Byrd Anti -Lobbying Amendment [31 U.S.C. 1352]:
The CONTRACTOR affirms that in the procurement and performance of this contract, it was and is
in compliance with the Byrd Anti -Lobbying Amendment.
Adherence to Cajun "s Child Support Cgmn Nuance Program* The Contractor acknowledges that
the County has established a goal of ensuring that all individuals who benefit financially from the
County through contract are in compliance with their court -ordered child, family and spousal
support obligations in order to mitigate the economic burden otherwise imposed upon the County
Exhibit 1 - Page 2 of 3
IV-4
Agreement No. 7524
and its taxpayers. As required by the County's Child Support Compliance Program (County Code
Chapter 2.200) and without limiting the Contractor's duty under this Contract to comply with all
applicable provisions of the law, the Contractor warrants that it is now in compliance and shall
during the term of this Contract maintain compliance with employment and wage reporting
requirements as required by the Federal Social Security Act (42 USC Section 653a) and California
Unemployment Insurance Code Section 1088.5, and shall implement all lawfully served Wage and
Earnings Withholding Orders or District Attorney Notices of Wage and Earnings Assignment for Child
or Spousal Support, pursuant to Code of Civil Procedure Section 706.031 and Family Code Section
5246(b).
Warranty of Corm fiance with, County's Defaulted Property 'tax Ilteduation Program- The
CONTRACTOR acknowledges that the County has established a goal of ensuring that all individuals
and businesses that benefit financially from the County through contract are current in paying their
personal and real property tax obligations (secured and unsecured roll) in order to mitigate the
economic burden otherwise imposed upon the County and its taxpayers. Unless the Contractor
qualifies for an exemption or exclusion, the Contractor warrants and certifies that to the best of its
knowledge it is now in compliance, and during the term of this Contract will maintain compliance,
with the County's Defaulted Tax Program, found at Los Angeles County Ordinance No. 2009-0026
and codified at Los Angeles County Code, Chapter 2.206.
Executive Order 11738 - Environmental Debarments [38 FR 25161, 3 CFR, 1971-1975 Comp., p. 799]:
The CONTRACTOR affirms that it does not have a conviction and/or Federal debarment for an
offense under section 113(c)(1) of the Air Act or section 309(c) of the Water Act and agrees to
comply with Federal Air Act and Water Act regulations and
requirements.
Clean Air Water Pollution Control Acts [33 U.S.C. § 1251 et seq.]:
The CONTRACTOR and all Subcontractors agree to comply with the Clean Air and Water Pollution
Control Acts requirements as applicable in the performance of this contract.
Exhibit 1 - Page 3 of 3
IV-5
Agreement No. 7524
EXHIBIT 2
Federal Labor Standards Provisions
(Next Page)
Agreement No. 7524
HUD-4010 U.S. Department of Housing and Urban Development
Federal Labor Standards Provisions Office of Davis -Bacon and Labor Standards
A. APPLICABILITY
The Project or Program to which the construction work covered by this Contract pertains is being assisted by the United States
of America, and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions
applicable to such Federal assistance.
(1) MINIMUM WAGES
(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less
often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions
as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full
amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment, computed at
rates not less than those contained in the wage determination of the Secretary of Labor (which is attached hereto and
made a part hereof), regardless of any contractual relationship which may be alleged to exist between the contractor
and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits
under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(1v); also, regular contributions made or costs
incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which
cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination
for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4).
Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for
each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set
forth the time spent in each classification in which work is performed. The wage determination (including any
additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH1321))
shall be posted at all times by the contractor and its subcontractors .at the site of the work in a prominent and
accessible place, where it can be easily seen by the workers.
(ii) Additional Classifications.
(A) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed
under the contract shall be classified in conformance with the wage determination. HUD shall approve an
additional classification and wage rate and fringe benefits therefor only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a classification in the wage
determination;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage
rates contained in the wage determination.
(B) If the contractor, the laborers and mechanics to be employed in the classification (if known), or their
representatives, and HUD or its designee agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), a report of the action taken shall be sent by HUD or its
designee to the Administrator of the Wage and Hour Division ("Administrator"), Employment Standards
Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt
and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is
necessary. (Approved by the Office of Management and Budget ("OMB") under OMB control number 1235-0023.)
(C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives,
or HUD or its designee do not agree on the proposed classification and wage rate (including the amount
designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the
views of all interested parties and the recommendation of HUD or its designee, to the Administrator for
determination. The Administrator, or an authorized representative, will issue a determination within 30 days of
receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that
additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number
1235-0023.)
HUD-4010 (06/2022)
Previous editions are obsolete. Page 1 of 5 ref. Handbook 1344.1
IV-7
Agreement No. 7524
(D) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (1)(ii)(B) or (C)
of this paragraph, shall be paid to all workers performing work in the classification under this Contract from the
first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the
Office of Management and Budget under OMB Control Number 1235-0023.)
(2) Withholding. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the
U.S. Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal
contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage
requirements which is held by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the
contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer
or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the
wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or
owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such
amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are
due. The U.S. Department of Labor shall make such disbursements in the case of direct Davis -Bacon Act contracts.
(3) Payrolls and basic records.
Maintaining Payroll Records. Payrolls and basic records relating thereto shall be maintained by the contractor during
the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at
the site of the work. Such records shall contain the name, address, and social security number of each such worker, his
or her correct classification(s), hourly rates of wages paid (including rates of contributions or costs anticipated for bona
fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act),
daily and weekly number of hours worked, deductions made, and actual wages paid.
Whenever the Secretary of Labor has found, under 29 CFR 5.5(a)(1)(iv), that the wages of any laborer or mechanic
include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in
Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to
provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program
has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated
or the actual cost incurred in providing such benefits.
Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management
and Budget under OMB Control Numbers 1235-0023 and 1215-0018)
(ii) Certified Payroll Reports.
(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls
to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor
will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its
designee. The payrolls submitted shall set out accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be
included on weekly transmittals. Instead, the payrolls only need to include an individually identifying number for
each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll
information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the
Wage and Hour Division Web site at https://www.dol.gov/agencies/whd/forms or its successor site. The prime
contractor is responsible for the submission of copies of payrolls by all subcontractors.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 2 of 5 ref. Handbook 1344.1
IV-8
Agreement No. 7524
Contractors and subcontractors shall maintain the full social security number and current address of each covered
worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if
the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the
case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the U.S.
Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It
is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own records, without weekly submission to HUD or its
designee. (Approved by the Office of Management and Budget under OMB Control Number 1235-0008.)
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract
and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be provided under 29 CFR
5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such
information is correct and complete;
(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly or
indirectly, and that no deductions have been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in 29 CFR Part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed, as specified in the applicable wage determination
incorporated into the contract; and
(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347
shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph
(a)(3)(ii)(b).
(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Code.
(iii) The contractor or subcontractor shall make the records required under subparagraph (a)(3)(i) available for inspection,
copying, or transcription by authorized representatives of HUD or its designee or the U.S. Department of Labor, and
shall permit such representatives to interview employees during working hours on the job. If the contractor or
subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written
notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and Trainees.
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed
when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with
the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer
and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or
her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency (where appropriate), to be eligible for probationary employment
as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the
ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a
payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less
than the applicable wage rate on the wage determination for the classification of work actually performed. In addition,
any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a
contractor is performing construction on a project in a locality other than that in which its program is registered, the
ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the rovisions of the a renticeship prram,
HUD-4010 (06/2022)
Previous editions are obsolete. Page 3 of 5 ref. Handbook 1344.1
IV-9
Agreement No. 7524
If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe
benefits listed on the wage determination for the applicable classification. If the Administrator determines that a
different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with
that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will
no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved.
Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate
for the work performed, unless they are employed pursuant to and individually registered in a program which has
received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training
Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate
specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman
hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid
the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate
on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the
event the Employment and Training Administration withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an
acceptable program is approved.
(iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under 29 CFR Part 5 shall be
in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29
CFR Part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which
are incorporated by reference in this Contract.
(6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs (1)
through (11) in this paragraph (a) and such other clauses as HUD or its designee may, by appropriate instructions, require,
and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or
lower tier subcontractor with all the contract clauses in this paragraph.
(7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the
contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and
Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be
subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of
the U.S. Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or
the employees or their representatives.
(10) Certification of Eligibility.
(i) By entering into this Contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section
3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs
pursuant to 24 CFR Part 24.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 4 of 5 ref. Handbook 1344.1
IV-10
Agreement No. 7524
(ii) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by
virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD
programs pursuant to 24 CFR Part 24.
(iii) Anyone who knowingly makes, presents, or submits a false, fictitious, or fraudulent statement, representation or
certification is subject to criminal, civil and/or administrative sanctions, including fines, penalties, and imprisonment
(e.g., 18 U.S.C. §§ 287, 1001, 1010, 1012; 31 U.S.C. §§ 3729, 3802.
(11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic, to whom the wage, salary, or other labor
standards provisions of this Contract are applicable, shall be discharged or in any other manner discriminated against by the
contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any
proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under
this Contract to his employer.
B. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The provisions of this paragraph (b) are applicable where the amount of the prime contract exceeds $100,000. As used in this
paragraph, the terms "laborers" and "mechanics" include watchmen and guards.
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work, which may require
or involve the employment of laborers or mechanics, shall require or permit any such laborer or mechanic in any workweek
in which the individual is employed on such work to work in excess of 40 hours in such workweek, unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in
excess of 40 hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in
subparagraph B(1) of this paragraph, the contractor, and any subcontractor responsible therefor, shall be liable for the
unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in subparagraph B(1) of this paragraph, in the sum set by the U.S.
Department of Labor at 29 CFR 5.5(b)(2) for each calendar day on which such individual was required or permitted to work
in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in
subparagraph B(1) of this paragraph. In accordance with the Federal Civil Penalties Inflation Adjustment Act of 1990 (28
U.S.C. § 2461 Note), the DOL adjusts this civil monetary penalty for inflation no later than January 15 each year.
(3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall, upon its own action or upon written
request of an authorized representative of the U.S. Department of Labor, withhold or cause to be withheld from any
moneys payable on account of work performed by the contractor or subcontractor under any such contract, or any other
Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours
and Safety Standards Act which is held by the same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages, as provided in the
clause set forth in subparagraph B(2) of this paragraph.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph B(1)
through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in subparagraphs B(1) through (4) of this paragraph.
C. HEALTH AND SAFETY
The provisions of this paragraph (c) are applicable where the amount of the prime contract exceeds $100,000.
(1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,
hazardous, or dangerous to his or her health and safety, as determined under construction safety and health standards
promulgated by the Secretary of Labor by regulation.
(2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to 29 CFR Part 1926 and failure to
comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law
91-54, 83 Stat 96), 40 U.S.C. § 3701 et seq.
(3) The contractor shall include the provisions of this paragraph in every subcontract, so that such provisions will be binding on
each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and
Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions.
HUD-4010 (06/2022)
Previous editions are obsolete. Page 5 of 5 ref. Handbook 1344.1
IV-11
Agreement No. 7524
EXHIBIT 3
Federal Equal Employment Opportunity / Affirmative Action Provisions
EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the contractor
agrees as follows:
a. The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The contractor
will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The contractor
agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this
nondiscrimination clause.
b. The contractor will, in all solicitations or advertisements for employees placed by or
on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, or
national origin.
C. The contractor will send to each labor union or representative of workers with which
he/she has a collective bargaining agreement or other contract or understanding,
a notice to be provided, advising the said labor union or workers' representative
of the contractor's commitments under this section, and shall post copies of the
notice in conspicuous places available to employees and applicants for
employment.
d. The contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
e. The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by the rules, regulations, and orders of the
Secretary of Labor, or pursuant thereto, and will permit access to his/her books,
records, and accounts by the administering agency and the Secretary of Labor for
purposes of investigation to ascertain compliance with such rules, regulations, and
orders.
In the event of the contractor's noncompliance with the nondiscrimination clause
of this contract or with any of the said rules, regulations, or orders, this contract may
be canceled, terminated, or suspended in whole, or in part, and the contractor
may be declared ineligible for further government contracts or federally assisted
construction contracts in accordance with procedures authorized in Executive
Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary
of Labor, or as otherwise provided by law.
g, The contractor will include the provisions of Paragraph 1 a through 1 g in every
subcontract or purchase order unless exempted by rule, regulations, or orders of
Page 1 EEO/Affirmative Action Provisions
IV-12
Agreement No. 7524
the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of
September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The contractor will take such action with respect to any
subcontract or purchase order as the administering agency may direct as a means
of enforcing such provisions, including sanctions for noncompliance. Provided,
however, that in the event a contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the
administering agency, the contractor may request the United States to enter into
such litigation to protect the interests of the United States.
2. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT
OPPORTUNITY (Executive Order 1 1246)
a. The Offeror's or Bidder's attention is called to the Equal Opportunity Clause and
the Standard Federal Equal Employment Specifications set forth herein.
b. The goals and timetables for minority and female participation, expressed in
percentage terms for the contractor's aggregated work force in each trade on all
construction work in the covered area, are as follows:
Timetables
Location of Work by
Goals for Minority
Goals for Female
Standard Metropolitan
Participation in
Participation in
Statistical Area SMSA
Each Trade
Each Trade
0360 Anaheim -Santa Ana -Garden Grove, CA
11.9%
6.9%
4480 Los Angeles -Long Beach, CA
28.3%
6.9%
6000 Oxnard -Simi Valley -Ventura, CA
21.5%
6.9%
6780 Riverside -San Bernardino -Ontario, CA
19.0%
6.9%
7480 Santa Barbara -Santa Maria -Lompoc, CA
19.7%
6.9%
7320 San Diego, CA
16.9%
6.9%
6920 Sacramento, CA
16.1 %
6.9%
8520 Tucson, Pima AZ
24.1 %
6.9%
6200 Phoenix, Maricopa AZ
15.8%
6.9%
These goals are applicable to all the contractor's construction work (whether or
not it is Federal or federally assisted) performed in the covered area. If the
contractor performs construction work in a geographical area located outside of
the covered area, it shall apply the goals established for such geographical area
where the work is actually performed. With regard to this second area, the
contractor also is subject to the goals for both its federally involved and non -
federally involved construction.
The contractor's compliance with the Executive Order and the regulations in 41
CFR Part 60-4 shall be based on its implementation of the Equal Opportunity
Clause, specific affirmation action obligations required by the specifications set
forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals. The hours of minority
and female employment and training must be substantially uniform throughout the
length of the contract and in each trade, and the contractor shall make a good
faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from contractor to contractor
or from project to project for the sole purpose of meeting the contractor's goals
shall be a violation of the contract, the Executive Order, and the regulations of 41
Page 2 EEO/Affirmative Action Provisions
IV-13
Agreement No. 7524
CFR Part 60-4. Compliance with the goals will be measured against the total work
hours performed.
C. The contractor shall provide written notification to the Director of the Office of
Federal Contract Compliance Programs within ten (10) working days of award of
any construction subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The notification shall list the name,
address, and telephone number of the subcontractor; employer identification
number of the subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the
geographical area in which the contract is to be performed.
d. As used in this notice, and in the contract resulting from this solicitation, the covered
area is the Standard Metropolitan Statistical Area of Los Angeles -Long Beach,
specifically the County of Los Angeles, State of California.
3. STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246).
a. As used in these specifications:
(1) Covered area means the geographical area described in the solicitation
from which this contract resulted;
(2) Director means Director, Office of Federal Contract Compliance Programs,
United States Department of Labor, or any person to whom the Director
delegates authority;
(3) Employer Identification Number (EIN) means the Federal Social Security
Number used on the Employer's Quarterly Federal Tax Return, United States
Treasury Department Form 941.
(4) Minority includes:
(a) Black (all persons having origins in any of the Black African racial
groups not of Hispanic origin)
(b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or
South American or other Spanish culture or origin, regardless of
race);
(c) Asian and Pacific Islander (all persons having origins in any of the
original peoples of the Far East, Southeast Asia, the Indian
Subcontinent, or the pacific Islands); and
(d) American Indian or Alaskan Native (all persons having origins in any
of the original peoples of North America and maintaining
identifiable tribal affiliations through membership and participation
or community identification).
b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion
of the work involving any construction trade, it shall physically include in each
subcontract in excess of $10,000 the provisions of these specifications and the
Page 3 EEO/Affirmative Action Provisions
IV-14
Agreement No. 7524
notice which contains the applicable goals for minority and female participation
and which is set forth in the solicitations from which this contract resulted.
C. If the contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown
Plan approved by the United States Department of Labor in the covered area
either individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and time tables) shall be in accordance with
that Plan for those trades which have unions participating in the Plan. Contractors
must be able to demonstrate their participation in and compliance with the
provisions of any such Hometown Plan. Each contractor or subcontractor
participating in an approved Plan is individually required to comply with its
obligations under the EEO Clause, and to make a good faith effort to achieve each
goal under the Plan in each trade in which it has employees. The overall good
faith performance by other contractors or subcontractors toward a goal in an
approved Plan does not excuse any covered contractor's or subcontractor's
failure to take good faith efforts to achieve the Plan goals and timetables.
d. The contractor shall implement the specific affirmative action standards provided
in paragraphs 3g (1) through 3g (16) of these specifications. The goals set forth in
the solicitation from which this contract resulted are expressed as percentages of
the total hours of employment and training of minority and female utilization the
contractor should reasonable be able to achieve in each construction trade in
which it has employees in the covered area. Covered construction contractors
performing construction work in geographical areas where they do not have a
Federal or federally assisted construction contract shall apply the minority and
female goals established for the geographical area where the work is being
performed. Goals are published periodically in the Federal Register in notice form,
and such notices may be obtained from any Office of Federal Contract
Compliance Programs office or from Federal procurement contracting officers.
The contractor is expected to make substantially uniform progress in meeting its
goals in each craft during the period specified.
e, Neither the provisions of any collective bargaining agreement nor the failure by a
union with whom the contractor has a collective bargaining agreement, to refer
either minority or women shall excuse the contractor's obligations under these
specifications, Executive Order 11246, or the regulations promulgated pursuant
thereto.
f In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be employed
by the contractor during the training period, and the contractor must have made
a commitment to employ the apprentices and trainees at the completion of their
training, subject to the availability of employment opportunities. Trainees must be
trained pursuant to training programs approved by the United States Department
of Labor.
g. The contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the contractor's compliance with these
specifications shall be based upon its effort to achieve maximum results from its
actions. The contractor shall document these efforts fully,, and shall implement
affirmative action steps at least as extensive as the following:
Page 4 EEO/Affirmative Action Provisions
IV-15
Agreement No. 7524
(1) Ensure and maintain working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the contractor's
employees are assigned to work. The contractor, where possible, will assign
two or more women to each construction project. The contractor shall
specifically ensure that all foremen, superintendents, and other on -site
supervisory personnel are aware of and carry out the contractor's
obligation to maintain such a working environment, with specific attention
to minority or female individuals working at such sites or in such facilities.
(2) Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the contractor or its unions
have employment opportunities available, and maintain a record of the
organization's responses.
(3) Maintain a current file of the name, address, and telephone numbers of
each minority and female off -the -street applicant and minority or female
referral from a union, a recruitment source, or community organization and
of what action was taken with respect to each such individual. If such
individual was sent to the union hiring hall for referral and was not referred
back to the contractor by the union or, if referred, not employed by the
contractor, this shall be documented in the file with the reason therefore,
along with whatever additional actions the contractor may have taken.
(4) Provide immediate written notification to the Director when the union or
unions with which the contractor has a collective bargaining agreement
has not referred to the contractor a minority person or woman sent by the
contractor, or when the contractor has other information that the union
referral process has impeded the contractor's efforts to meet its obligations.
(5) Develop on-the-job training opportunities and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The contractor shall
provide notice of these programs to the sources compiled under 3g (2)
above.
(6) Disseminate the contractor's EEO policy by providing notice of the policy
to unions and training programs and requesting their cooperation in
assisting the contractor in meeting its EEO obligations; by including it in any
policy manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc.; by specific review of the policy
with all management personnel and with all minority and female
employees at least once a year; and by posting the company EEO policy
on bulletin boards accessible to all employees at each location where
construction work is performed.
(7) Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on- site supervisory
Page 5 EEO/Affirmative Action Provisions
IV - 16
Agreement No. 7524
personnel such as Superintendents, General Foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be
made and maintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition of the subject
matter.
(8) Disseminate the contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news media, and providing written notification to and discussing the
contractor's EEO policy with other contractors and subcontractors with
whom the contractor does or anticipates doing business.
(9) Direct its recruitment efforts, both oral and written, to minority, female, and
community organizations; to schools with minority and female students;
and to minority and female recruitment and training organizations serving
the contractor's recruitment area and employment needs. Not later than
one month prior to the date for the acceptance of applications for
apprenticeship or other training by any recruitment sources, the contractor
shall send written notification to organizations such as the above,
describing the opening, screening procedures, and tests to be used in the
selection process.
(10) Encourage present minority and female employees to recruit other minority
persons and women and, where reasonable, provide after school, summer,
and vacation employment to minority and female youth, both on the site
and in other areas of a contractor's work force.
(11) Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3, Uniform Guidelines on Employee
Selection Procedures.
(12) Conduct, at least annually, an inventory and evaluation at least of all
minority and female personnel for promotional opportunities and
encourage these employees to seek or to prepare for, through appropriate
training, etc., such opportunities.
(13) Ensure that seniority practices, job classifications, work assignments, and
other personnel practices do not have a discriminatory effect by
continually monitoring all personnel and employment -related activities to
ensure that the EEO policy and the contractor's obligations under these
specifications are being carried out.
(14) Ensure that all facilities and company activities are non -segregated except
that separate or single -user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
(15) Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
Page 6 EEO/Affirmative Action Provisions
IV-17
Agreement No. 7524
(16) Conduct a review, at least annually, of all supervisors' adherence to and
performance under the contractor's EEO policies and affirmative action
obligations.
Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations 3g(1) through (16). The
efforts of a contractor association, joint contractor -union, contractor -community,
or other similar group of which the contractor is a member and participant, may
be asserted as fulfilling any one or more of its obligations under 3g(1) though (16)
of these specifications provided that the contractor actively participates in the
group, makes every effort to ensure that the group has a positive impact on the
employment of minorities and women in the industry, ensures that the concrete
benefits of the program are reflected in the contractor's minority and female work
force participation, makes a good faith effort to meet its individual goals and
timetables, and can provide access to documentation which demonstrates the
effectiveness of actions taken on behalf of the contractor. The obligation to
comply, however, is the contractor's, and failure of such a group to fulfill an
obligation shall not be a defense for the contractor's noncompliance.
A single goal for minorities and a separate single goal for women have been
established. The contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and
female, and all women, both minority and non -minority. Consequently, the
contractor may be in violation of the Executive Order if a particular group is
employed in a substantially disparate manner (for example, even though the
contractor has achieved its goals for women generally, the contractor may be in
violation of the Executive Order if a specific minority group of women is
underutilized).
The contractor shall not use the goals and timetables of affirmative action
standards to discriminate against any person because of race, color, religion, sec
or national origin.
k. The contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
The contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension,
termination, and cancellation of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any
contractor who fails to carry out such sanctions and penalties shall be in violation
of these specifications and Executive Order 11246, as amended.
M. The contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative actions steps, at least as extensive as those standards
prescribed in Paragraph 3g of these specifications, so as to achieve maximum
results from its efforts to ensure equal employment opportunity. If the contractor
fails to comply with the requirements of the Executive Order, the implementing
regulations, or these specifications, the Director shall proceed in accordance with
41 CFR Part 60-1.8 (Show Cause Notice).
Page 7 EEO/Affirmative Action Provisions
IV-18
Agreement No. 7524
n. The contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to be
required by the Government and to keep records. Records shall at least include
for each employee the name, address, telephone numbers, construction trade,
union affiliation, if any, employee identification number when assigned, social
security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or
laborer), dates of changes in status, hours worked per week in the indicated trade,
rate of pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the
degree that existing records satisfy this requirement, contractors shall not be
required to maintain separate records.
o. Nothing herein provided shall be construed as a limitation upon the application of
other laws which establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g., those
under the Public Works Employment Act of 1977 and the Community Development
Block Grant Program).
P. The Director, from time to time, shall issue goals and timetables for minority and
female utilization which shall be based on appropriate work force, demographic
or other relevant data and which shall cover construction projects or construction
contracts performed in specific geographic areas. The goals, which shall be
applicable to each construction trade in a covered contractor's or
subcontractor's entire work force which is working in the area covered by the goals
and timetables, shall be published as notices in the Federal Register, and shall be
inserted by the contracting officers and applicants, as applicable, in the Notice
required by 41 CFR 60-4.2.
4. SPECIFIC EEO REQUIREMENTS. For a federally assisted construction contract in excess of
$10,000, the contractor/subcontractor shall:
a. Forward the following EEO certification forms to the contract awarding authority
prior to contract award: Certification of Non -segregated Facilities and
Certification with Regard to the Performance of Previous Contracts or Subcontracts
Subject to the Equal Opportunity Clause and the Filing of Required Reports.
b. Submit a notification of subcontracts awarded to the Director, Office of Federal
Contract Compliance Programs, United States Department of Labor - ESA, 200
Constitutional Avenue, NW, Room C3325, Washington, D.C., 20210, within 10
working days of award of any subcontract in excess of $10,000, listing the name,
address, and telephone number of the subcontractor; employer identification
number; estimated dollar amount of the subcontract; estimated starting date and
completion dates of the subcontract; and the geographical area in which the
contract is to be performed.
C. Send a notice of the contractor's commitment to equal employment opportunity
to labor unions or representatives of workers prior to commencement of
construction work.
d. Display an equal employment opportunity poster in a conspicuous place available
to employees and applicants for employment.
Page 8 EEO/Affirmative Action Provisions
IV-19
Agreement No. 7524
e.. For contracts in excess of $10,000, bind subcontractors to the Federal Equal
Employment Opportunity requirements by including the provisions of Paragraphs 1
through 3, above, in the subcontract.
Upon commencement of construction work and until the work is completed,
forward the Monthly Employment Utilization Report (Form CC-257) to the contract
awarding authority by the end of each work month. With the initial monthly report,
the contractor/subcontractor shall attach the Contractor's List of Federal and Non -
Federal Work in Bid Condition Area to the monthly report.
5. CIVIL RIGHTS ACT OF 1964. Under Title VI of the Civil Rights Act of 1964, no person shall, on
the grounds of race, color, or national origin, be excluded from participation in, be denied
the benefits of, or be subjected to discrimination under any program or activity receiving
Federal financial assistance.
SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974. No person
in the United States on the grounds of race, color, national origin, or sex be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity funded in whole or in part with funds made available under this title.
THE AGE DISCRIMINATION ACT OF 1975. No person in the Unites States shall, on the basis
of age, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
3. REHABILITATION ACT OF 1973. No otherwise qualified individual with handicaps in the
United States shall, solely by reason of his or her handicap, be excluded from the
participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity receiving Federal assistance.
Page 9 EEO/Affirmative Action Provisions
IV-20
Agreement No. 7524
EXHIBIT 4
CONTRACTING WITH SMALL BUSINESS, MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE
AND LABOR SURPLUS AREA FIRMS
It is national policy to award a fair share of contracts to Small business and Minority Firms.
Accordingly, affirmative steps must be taken to assure that Small Business and Minority
Firms are utilized when possible, as sources of supplies, equipment, construction and
services. Affirmative steps include the following:
1. Include qualified Small Business and Minority Firms on solicitation lists.
2. Assure that Small Business and Minority Firms are solicited whenever they are
potential sources.
3. When economically feasible, divide total requirements into smaller tasks or
quantities so as to permit maximum Small Business and Minority Firm participation.
4. Where the requirement permits, establish delivery schedules which will encourage
participation by Small Business and Minority Firms.
5. Using the services and assistance of the Small Business Administration and the
Minority Business Development Agency of the Department of Commerce, as
required.
6. If any subcontracts are to be let, requiring the prime contractor to take the
affirmative steps identified above.
7. Contractors shall take similar appropriate affirmative action in support of
Women's Business Enterprises.
8. Contractors are encouraged to procure goods and services from Labor
Surplus Areas.
IV-21
Agreement No. 7524
EXHIBIT 5
Compliance with Clean Air and Water Acts
During the performance of this contract, the contractor and all subcontractors shall comply with
the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water
Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental
Protection Agency with respect thereto, at 40 CFR Part 15, as amended.
In addition to the foregoing requirements, all nonexempt contractors and subcontractors shall
furnish to the owner, the following:
A stipulation by the contractor or subcontractors, that any facility to be utilizes in the
performance of any non-exempt contract or subcontract, is not listed on the List of Violating
Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20.
2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean
Air Act, as amended, (42 USC 1857c-8) and Section 308 of the Federal Water Pollution Control
Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and
information, as well as all other requirements specified in said Section 114 and Section 308,
and all regulations and guidelines issued there under.
3. A stipulation that as a condition for the award of the contract, prompt notice will be given of
any notification received from the Director, Office of Federal Activities, EPA, indicating that a
facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA
List of Violating Facilities.
4. Agreement by the contractor that he will include, or cause to be included, the criteria and
requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and
requiring that the contractor will take such action as the government may direct as a means
of enforcing such provisions.
IV - 22
Agreement No. 7524
EXHIBIT 6
Worker's Compensation Certification
.................
DATE PROJECT NAME PROJECT NUMBER
M
I certify, by signature below, that I am aware of the provisions of Section 3700 of the California
Labor Code which require every employer to be insured against liability forworker's 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.
AUTHORIZED OFFICIAL SIGNATURE
AUTHORIZED OFFICIAL TffLE/CAPACrrY
DATE
IV - 23
Agreement No. 7524
EXHIBIT 7
List of Proposed Subcontractors or Sub -Tier Contractors
.....................
PRWECV NAME FROJECI NUMBER AWARDING AGENCY
C: OMPANY NAME BIDICONTRACUMMCONIIRAcr DOLLAR AMOUNT 7HONF NUMBER
CQAPANYADDRESS FAX NUMBER
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER E MAL
Contractor must list all subcontracts or sub -tier contracts involving labor at the site of construction, regardless of dollar amount or percentage of bid.
... ....... . ......... . . .....
Sub or Sub-fler Contractor's: Contractor Employer DUNS Contract Esffrv�atej Estimated
Name, Address, and Telephone Number License Identification Number Amount Start Completion Trade(s) to be Used
Number Number Date Date
---- — -------
.......... . ..... . . .............. ...... . .............. . . . . . .........
................ ...... ..... . . ........ --------
............. . . . ....... ... . . - — — -----
F.
... ....... - ... . .......
- - - - - - ---------- ............ . ... . ............... .........................
. ............... . . . . ----------
.. .......... . . . ........... . .
AUTHORIZED OFFICIAL NAME AWHORIZED OFFICIAL HKEICAPACI"Y AUMORVED OFFICIAL SIGNATURE. WE
IV-24
Agreement No. 7524
EXHIBIT 8
Certification of Understanding and Authorization
PROJECT NAME/NUMBER AWARDING AGENCY
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER
This is to certify that the principal(s), and the authorized payroll officer listed below, have read the
"Contractor's Guide to Prevailing Wage Requirements for Federally Assisted Construction" and
the Federal Labor Standards Provisions (HUD-4010 form) and that both parties understand these
requirements.
The following person is designated as the payroll officer for the company and is authorized to sign
the Statement of Compliance that will accompany each weekly Certified Payroll Report for the
project:
PAYROLL OFFICER: (Individual Responsible for Signing Statements of Compliance)
NAME TITLE
SIGNAURE DATE
PRINCIPAL OWNER I GENERAL PARTNER: (Listed on CSLB Personnel List)
NAME TITLE
iZM
IV-25
Agreement No. 7524
EXHIBIT 9
Request for Additional Classification and Rate
(Next Page)
IV-26
Agreement No. 7524
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A
REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMB 4p-MN.m"'vMI-Mi
1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER
3. LOCATION OF PROJECT (City, County and State)
4. BRIEF DESCRIPTION OF PROJECT
5. CHARACTER OF CONSTRUCTION
❑ Building ❑ Residential
❑ Heavy ❑ Other (specify)
❑ Highway
6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION:
7. WAGE DECISION EFFECTIVE
DATE (LOCK -IN):
❑ COPY ATTACHED
6. WORK CLASSIFICATION(S)
HOURLY WAGE RATES
BASIC WAGE FRINGE BENEFIT(S) (If any)
9. PRIME CONTRACTOR (name, address)
9a. 10. SUBCONTRACTORIEMPLOYER. IF APPLICABLE
(name, address)
❑ Agree
❑ Disagree
9b. SIGNATURE
DATE
Check All That Apply l
❑ The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision.
❑ The proposed classification is utilized in the area by the construction industry.
❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in
the wage decision.
❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s).
❑ Supporting documentation attached, including applicable wage decision.
Check,.. .,..,,......,,.
❑ Approved, meets all criteria. DOL confirmation requested.
❑ One or more classifications fail to meet all criteria. DOL decision requested.
FOR HUD USE ONLY
LR2000:
Agency Representative Date
Log in:
(Typed name and signature)
Log out:
Phone Number
IV-27
Agreement No. 7524
EXHIBIT 10
Non -Segregated Facilities Certification
PROJECT NAME
COMPANYNAME
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER
PROJECT NUMBER
BID/CONTRACT DOLLAR AMOUNT
The federally -assisted construction contractor certifies that he/she does not and will not:
Maintain or provide, for his/her employees, any segregated facilities at any of
his/her establishments.
2. Permit his/her employees to perform their services at any location, under his/her
control, where segregated facilities are maintained.
The federally assisted contractor agrees that a breach of this certification is a violation of the Equal
Opportunity Clause in this contract. As used in this certification, the term segregated facilities
means any waiting room, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of
race, creed, color, or national origin, because of habit, local custom, or otherwise.
The federally -assisted contractor agrees that (except where he/she has obtained identical
certifications from proposed subcontractors for specific time pe(ods) he/she will obtain identical
certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000
which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will
retain such certifications in his/her files.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
AUTHORIZED OFFICIAL NAME
AUTHORIZED OFFICIAL SIGNATURE
AUTHORIZED OFFICIAL TITLE/CAPACITY
mm
IV-28
Agreement No. 7524
PROJECT NAME
COMPANY NAME
COMPANY ADDRESS
EXHIBIT 11
Past Performance Certification
PROJECT NUMBER NUMBER OF EMPLOYEES
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER
The ❑ bidder, ❑ proposed sub -contractor, hereby certifies that he/she ❑ has, ❑ has not,
participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as
required by Executive Orders 10925, 11114, or 11246, and that he/she ❑ has, ❑ has not, filed with
the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a
Federal Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filing requirements.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
AUTHORIZED OFFICIAL NAME
AUTHORIZED OFFICIAL SIGNATURE
AUTHORIZED OFFICIAL TITLE/CAPACITY
NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary
of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts
and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5
(Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and
subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders
and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts
and subcontracts unless such contractor submits a report covering the delinquent period or such other
period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
SF-100 CEEO-1 must be filed by:
(A) All private employers who are:
(1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees.
(2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with
another company, or there is centralized ownership, control or management so that the group
legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more
employees.
(B) All federal contractors (private employers), who:
(1) Are not exempt as provided for by 41 CFR 60-1.5
(2) Have 50 or more employees, and
a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase
order amounting to $50,000 or more; or
b. Serve as a depository of Government funds in any amount, or
c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes.
IV-29
Agreement No. 7524
TO:
EXHIBIT 12
Notice of Equal Employment Opportunity
NAME OF LABOR UNION, WORKERS REPRESENTATIVE, ETC.
ADDRESS
PROJECT NAME
COMPANY NAME
COMPANY ADDRESS
PROJECT NUMBER BID/CONTRACT DOLLAR AMOUNT
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER
The Undersigned currently holds a contract with
involving funds of the U. S. Government, or a subcontract with a prime contractor holding such
contract.
You are advised that under the provisions of the above contract or subcontract, and in
accordance with Executive Order 11246, the undersigned is obligated not to discriminate against
any employee or applicant for employment because of race, color, religion, sex or national origin.
This obligation not to discriminate in employment includes, but is not limited to the follow:
l . Hiring, placement, upgrading, transfer or demotion;
2. Recruitment, advertising or solicitation for employment;
3. Treatment during employment;
4. Rates of pay or other forms of compensation;
5. Selection for training, including apprenticeship; and
6. Layoff or termination.
This notice is furnished to you pursuant to the provisions of the above contract or subcontract and
Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous
places available to employees or applicants for employment.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
AUTHORIZED OFFICIAL NAME
AUTHORIZED OFFICIAL SIGNATURE
AUTHORIZED OFFICIAL TITLE/CAPACITY
DATE
IV-30
Agreement No. 7524
EXHIBIT 13
Federal Lobbyist Certification
PROJECT NAME PROJECT NUMBER BID/CONTRACT DOLLAR AMOUNT
COMPANY NAME
COMPANY ADDRESS
LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER
DUNS NUMBER
Acting on behalf of the above named firm, as its Authorized Official, I make the following
Certification to the U. S. Department of Housing and Urban Development and the body awarding
this federally assisted construction contract:
No Federal appropriated funds have been paid by or on behalf of the above named firm
to any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any Federal contract, the
making of and Federal grant, loan or cooperative agreement, and any extension,
continuation, renewal, amendment, or modification thereof, and;
2. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee or any agency, a
Member of Congress an officer or employee of Congress or an employee of a Member of
Congress in connection with this Federal contract, grant loan, or cooperative agreement,
the above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to
Report Lobbying", in accordance with its instructions, and;
3. The above name firm shall require that the language of this certification be included in
the award documents for all sub -awards at all tiers (including subcontracts, sub -grants,
and contracts under grants, loans, and cooperative agreement) and that all sub -
recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails
to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
AUTHORIZED OFFICIAL NAME
AUTHORIZED OFFICIAL SIGNATURE
AUTHORIZED OFFICIAL TITLE/CAPACITY
M
IV-31
Agreement No. 7524
EXHIBIT 14
COUNTY LOBBYIST CODE CHAPTER
2.160 COUNTY ORDINANCE NO. 93-0031
CERTIFICATION
Name of Firm;
Address:
State: Zip Coder Telephone Number: (
Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the
Los Angeles County Development Authority (LACDA).
1) It is understood that each person/entity/firm who applies for a Los Angeles County
Development Authority contract, and as part of that process, shall certify that they are familiar
with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County
Ordinance 93-0031) and;
2) That all persons/entities/firms acting on behalf of the above named firm have and will comply
with the County Code, and;
3) That any person/entity/firm who seeks a contract with the Los Angeles County Development
Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil
action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on
behalf of the named firm fails to comply with the provisions of the County Code.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into contractwith
Los Angeles County and the Los Angeles County Development Authority.
Authorized Official:
By
(Contractor/Subcontractor) (Signature)
(Date) (Title)
IV-32
Agreement No. 7524
EXHIBIT 15
Federal Wage Decision
See Appendix J
IV-33
Exhibit 16 Agreement No. 7524
Contractor Fringe Benefit Statement
Project Name:
Bid Package or Sub To:
Today's Date:
Contractor / Subcontractor:
Business Address:
Contractor's License No.:
Phone:
Fax:
in order that the proper Prevailing Wage Rates can be verified when checking payrolls on the
above project, the hourly rates for fringe benefits, subsistence and/or travel allowance
- - ---4-- 4-- - -- - C &L- - . - -; Ir I - I
PUY111U11L0 LV UllipluYOU0,
Ul Lilt; valious classes ol orK, aFe LO Uld LaL)uiaLeU
UU10W.
Classification:
Bid Advertisement Date:
Subsistence or Travel:
IRequired: Y ci N o
Determination:
Group/Period:
Increase Date(s):
Indicate where fringes and training are paid.
Indicate "cash to employee" when fringes are paid to the employee in their
Base Rate:$
wages.
Health & Welfare
Paid To. Name:
M
$
Address:
Ic'
Pension
Paid To: Name:
a)
E
$
Address:
Vacation/Holiday
Paid To: Name:
(LM
-
L-'
$
Address:
(D
>-
0
Other
Paid To: Name:
a
$
Address:
E
LLI
Training
Paid To: Name:
Address:
Total Rate:
Classification.
Bid Advertisement Date:
Subsistence or Travel:
Required: Y o N o
Determination:
Group/Period:
Increase Date(s):
Indicate where fringes and training are paid.
Indicate "cash to employee" when fringes are paid to the employee in their
Base Rate.,
wages.
Health & Welfare
Paid To: Name:
$
Address:
U)
c
Pension
Paid To: Name:
E
$
Address:
tu
Vacation/Holiday
Paid To.: Name:
(LI
$
Address:
>-
0
Other
Paid To: Name:
a
$
Address:
E
UJ
Training
Paid To; Name:
$
Address:
Total Rate:
...............
Revised fringe benefit statements must be submitted during the progress of work if a
cnange in an rate OT pay Tor an worK classification is made.
Submitted By:(Please PE!q1t Title / Position:
Signature:
IV - 34
Agreement No. 7524
U.S. Department of Labor
EXHIBIT 17 - PAYROLL
MEE
Wage and Hour Division
Contractor's Optional Use; See Instructions at www.dol.gov/whd/forms/wh347instr.htm)
(For
U.S. NVage and Hour 11, kion
Persons are not required to respond to the collection of' formal unless it displays a cormAdy valid OMB coniml number.
Rev. Dec 2008
NAME OF CONTRACTOR 5WSURCOMIrl
ADDRESS
OMB No.: 1235-0008
Expires: 02/28/2018
PAYROLL NO,
FOR WEEK ENDING
PROJECT AND LOCATION
OR CONTRACT NO,
(2)
(3) (4) DAY AND DATE
(7)
t5) (7)
DEDUCTIONS
FG
NET
NAME AND INDIVIDUAL IDENTIFYING NUMBER
9 Q
1
_.r,
WAGE
e.g, LAST FOUR DIGITS OF SOCIAL SECURITY
r,fi AAA rQ) 'M Farr, R
10
0,�
, I
WORK 0
trg; 'M DAY
CLASSIFICATION SyyjRlbE d
_UE
AMOUNT
TOTAL.RITEY , r
DtPri$ OF"PA D.
OAI
TOTAL Al
.1.ER ocoucnn�.A FnpV4E6x
Airily corica,tan ut Form VAT�347 im adionfil 11 M tartri for dbvduind i,wVI"0A M 4 b d D 1, bVialWWro PlIdb9parig -Mak0h l"advally rmtowed . iuOe cid mvitnulbon winagg, to radppad TO the cg,hruadon 29 C p,R, 1, $ 51w± That goplitsmal A0
l40 U S,Q. 6 114% cionreadan am�d Ai4lammlom porfoui,ing wook on F,olisrdW 0 hontd at tunebtrad Colp)pdo- c0ai te Mwa umh rddda9y a ratuvileirl wo'k, —tied to the mirng Wo 0 "in nmvpt.y.6 doing his wiccering "Ow " V'S, Dispopment of t.Abw to0t$ bigilAwy are
20 C, F, k 5 5, %aij Ap[+Q requard ircath won 10 wrenh yamw A, ewS, of ON pdbr oll't ID 010 Federally;ncaq area for w Jymintering too wsayuctur, p aton, Acccohowned Ol . vg.Ad 'Surhydrant of Compilins%d' urdt. bring 11,01 INt Pliquolli, are o0d pirdurd led "pildir And filed Irish PODOVOT
V invdAntc hab larine inud "To. the. rhirpr*pw lar-Irlmumpp, a8(@ TOT thework redwe'ed
Piublic III uidoft $uItAnd"crat
W. estimate
.0m.t. that is will take .n so.1.9. at 55 minutes to cmupl.le mi. collection, including time for —ioviffig instructions, ...phirig existing data sources, gained ng and maintaining the data needed, end completing and reviewing the collection of information.. It you have
Any— .to ..ppfing Mo..estimates -1 any other npopt of this collector, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S Department of Labor, Ream S3502, 200 Constitution Avenue, 1,10.
W.aINp;'n D L C,g20210
IV-35
Agreement No. 7524
Date
(Name of Signatory Party) (Title)
do hereby state:
(1) That I pay or supervise the payment of the persons employed by
(Contractor or Subcontractor) on the
_ that during the payroll period commencing on the
(Building or Work)
day of and ending the day of ,
all persons employed on said project have been paid the full weekly wages earned, that no rebates have
been or will be made either directly or indirectly to or on behalf of said
._._....._ _ from the full
_..�
(Contractor or Subcontractor)
weekly wages earned by any person and that no dedurdions have been made either directly or indirectly
from Me full wages earned by any p-erson, other Own pormissible deductions as canned in Regulations, Part
3 (29 C,F ff,. SublMe A), issued by the 'Secretary of Gabor under the Copeland Art, as amended (48 Stat. 948,
63 Slat, I ft 72 Sta It 967; 76 Stat,157, 40 U.S C, § 3145), and, described bplowl
(2) That any payro@ts otherwise under this contract required; to be submitted for the above period are
correct and complolo, that the wage rates for laborers or mecfba Ncs contained Ihereln are not less than the
applicable wage rates contained in any wage determination incorporated into the contract; that the classifications
set forth therein for each laborer or mechanic conform with the work he performed.
(3) That any apprendcas empfayed In the above period are duly registered In a bona fide apprenticeship
program registered with a State a2ppronlocesnip agency recognized by the Bureau of Apprenficoshlp and
Training), United Stales Department of Labor, or of no such recognized regency oa3sM1a in a Stale, are regtsWred
w0h The Bureau of ApprenhcosNp and TraiNng, Uniled State Depadment of 4abor,
(4) That:
(a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS
® —in addition to the basic hourly wage rates paid to each laborer or mechanic listed in
the above referenced payroll, payments of fringe benefits as listed in the contract
have been or will be made to appropriate programs for the benefit of such employees,
except as noted in section 4(c) below.
IV-36
(b) WHERE FRINGE BENEFITS ARE PAID IN CASH
❑ — Each laborer or mechanic listed in the above referenced payroll has been paid,
as indicated on the payroll, an amount not less than ttra s rn of the apphrAble
basic hourly wage rate plus the amount of the required fringe benefits as fisted
in the contract, except as noted in section 4(c) below.
(c) EXCEPTIONS
EXCEPTION (CRAFT) EXPLANATION
w.
REMARKS
NAME AND TITLE SIGNATURE
THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR
SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION, SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE
31 OF THE UNITED STATES CODE.
Agreement No. 7524
APPENDICES
A. City Map
B. Typical No Parking Sign — El Segundo Standard ST-18
C. Construction and Demolition Materials Recycling Forms
D. Best Management Practices for Construction Sites
E. Build America Buy America Quick Guide
F. Project Location Map
G. Construction Plan for Northeast Corner of Main St./Imperial Ave. Intersection
H. Construction Plan for Main St./Palm Ave. Intersection
I. Centerline Tie Map
J. Standard Plans for Public Works Construction 111-5
K. Excerpts from 2010 ADA Standards
L. Prevailing Wage General Decision Number: CA20250022 08/01/2025
Agreement No. 7524
Agreement No. 7524
Agreement No. 7524
Agreement No. 7524
1
ru
J
Q
w
M F-
w
J
ir
w
c'J
w
J
( DAY )
L
DATE
TIME)
ITOW AWA
COLOR LEGEND iE 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 APPROVED BY:
ENGINEERING DIVISION �+ 11-I-8q
DATE: 11 • 7. 89 City R.E.
Data
DRAWN BY: Y.B. TYPICAL STANDARD DRAWIN 0
DATE: 11.13. 89 TEMPORARY NO PARKING IG SIGN -1
Agreement No. 7524
Agreement No. 7524
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-I
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.
tior l: 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).
0_12tion 2 If you will be handling all waste management activities (through direct hauling or use of own bins),
complete Form PW-131. Estimate the weight of the C&D debris, by material type, that will be recycled, reused,
salvaged, disposed and/or transformed from your project.
You must complete either Form PW-B or PW-61.
Ste 2; Submit Forms to Public Works
Forms PW-A and PW-B (or PW-131) must be submitted to your Public Works Project Manager and approved
prior to commencing work.
Ste : Complete 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.
are authorized haulers that do business in El Segundo. The HAULER LIST showing companies that are authorized to collect
waste inEl Segundo is included in this packet. You must use one of these haulers if contracting for waste removal service.
For your convenience, there are electronic versions or the rorms mat win automaticauy ca1cu1aLe, wasLr yCnGIaLwIy UIQP ,gal,
and diversion based on the data entered.
Rev. 12/4/2020
Agreement No. 7524
FORM PW-A
, + City of El Segundo
Public Works Department
it N <d;,
(310) 524-2300
Project Name:
Contractor Name:
Mailing Address:
Ofc Phone No.:
Date:
PW Project Manager:
PW Project Name:
FORM PW-A - PROJECT INFORMATION
Submit this form to the Public Works Department prior to commencing your project
for all municipal projects sine"ect to com liance or pr9jects on public gropeEU.
Project Address / Location:
City / State / Zip:
Cell No: Email:
Project Type: Mark appropriate box in each column with an "X":
Estimated Project Start Date:
Road (construction, overlay, repair)
Facility Improvement (renovation, alteration, or addition) USE FORMS PROVIDED BY EL SEGUNDO
COMMUNITY DEVELOPMENTDEPT
Land Clearing (trail, grading, etc.)
Other
Estimated Project End Date:
Request for Exemptions, 1:1 (If you are requesting an exemption, fill out Form PW-D: Exemption Request)
To the best of my knowledge, the above information is an accurate representation of the proposed project. I have been made aware of the 2016
CALGreen requirements and will comply with all requirements.
Print Name Title Signature Date
PW OFFICE USE ONLY -
Approved
Further Explanation Needed
Reviewed By
Date
Denied
Exempt Due to Infeasibility
Rev. 12/4/2020 2
Agreement No. 7524
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
Tifa"s forM must tie coma ief d and approved or g demolition I bui/din Permit -will not be issued.
Instead of completing a detailed accounting of the types and quantities of C&D debris that will be generated from this
project (FORM PW-131), you have the option to select one of El Segundo's authorized waste haulers. These haulers can
handle your project's debris in such a way as to comply with CALGreen standards.
If you elect this option, please specify which authorized hauler(s) and/or facility(ies) you will be using and sign the
acknowledgement below. El Segundo authorized hauler(s) and/or facility(ies) can be found on the City's website:
ht s:l/+a w.else aond'o or P overrrpxtetit�dep iblic works/trash-recycling
It is your responsibility to ensure that the hauler knows you are contracting for "C&D Recycling Service" so that the material is
properly handled and waste diverted. You need to obtain weight tickets from the hauler indicating the type and weight of the
material collected.
In order to comply with the requirements of the WMP, I will contract with the following hauler(s):
Hauler:
I understand that I am responsible for obtaining copies of any and all weight tickets from all haulers and/or facilities which receive debris from
this project and that I will submit aPost-Project Summary (FORM PW-C) at least § ta
using ss_ faaysnri-0r to-f ! ins ecfion.
Print Name
Signature
Date
Rev.12/4/2020
Agreement No. 7524
FROM PW-Bl
City of El Segundo Date:
Public Works Department PW Project Manager:
a (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 completed and approved or a demolition / builg Lng l2armit will not be iss ed,
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. MOO, metal, concrete, asphalt„ drgruvall, cardboard. mixed C&D debris, etc.
TONS
Re used/Salvaged/Donated
Ex.: Habitat for Humanity, Thirft Stores,
regrind onsite, reuse fixtures, reuse
dirt/concrete/asphalt
Recycled
A facility that accepts 100% recyclable
materials to be turned into other products.
Delivered to Mixed C&D Recycling
Facilties that recover some materials for
recycling
Dis posed/La n dfi I led/Transfo rmed
Transfer station, landfill, orSERRF
Generated (total of above)
CUBIC YARDS Facilities to be Used
I or my company elect not to use an authorized hauler because I or my company own containers (bins or roll -off boxes)
Initial Here and/or dump vehicles and will not be contracting for debris removal services.
I understand that I am responsible for obtaining copies of any and all weight tickets from all haulers and/or facilities
Initial Here which receive debris from this project and that I will submit a Post -Project Summary (FORM PW-C) at least Lbusiness
days 12rior to final inspection.
Print Name Signature Date
Rev.12/4/2020 3-A
Agreement No. 7524
Form PW-D
ga City of El Segundo
[t
Public Works Department
(310) 524-2300
Project Name:
Contractor Name:
Project Number:
Form PW-D - Exemption Request
Project Address:
Project Manager:
Date:
If it is infeasible for you to comply with all of the requirements set forth by the Construction and Demolition Debris Recycling Form and you are
requesting an infeasibilty exemption, please use the following space to explain why your project should be considered exempt from recycling
requirements.
P"ilht SUFFICE USE ONLY
Exemption Approved: Yes No
Reviewed by: Date:
Rev. 12/4/2020
Agreement No. 7524
Form PW-C
City of El Segundo
C�p Public Works Department
(310)524-2300
�.5t !iZ�sa+ata
Project Name:
Contractor Name:
Project Number:
Form PW-C - Post Project Summary
Project Address:
Project Manager:
Date:
This form must be submitted to the Public Works Department at least 5 business days prior to project finalization. Provide facility name, material, and
total tonnage disposed and/or diverted. Documentation must be attached (i.e. weight tickets). If an approved mixed waste processing facility was
used, a report by the facility for this project is preferred. Return the completed form to the Public Works Department. You may use additional sheets
if necessary.
If you used one of he City's authorized haulers or (facilities, complete this section, then skip to the SIGNATURE
t �
section below.
I used to meet the recycling requirements. Weight tickets are attached.
(List haulers and/or facilities that were used)
I. FACILITIE
S
Please list all facilities (i.e. landfill and/or transformation, recycling/reuse/salvage, mixed C&D debris processing, materals recovery) used for this
FACILITY NAME
TONS DELIVERED
TONS DIVERTED
TONS DISPOSED
DIVERSION RATE
1
2
3
4
Other (reused on site)
TOTALS
)
)
Please enter disposal and diversion totals for each item below, according to letter. Totals reported must match those listed in Section I:
TOTAL GENERATED (A) TOTAL DIVERTED =
(B) TOTAL DISPOSED =
(C)
OVERALL PROJECT DIVERSION RATE_ 0.00% "/a
(B/A)'100
To the best of my knowledge, the above information is an accurate representation of the disposition of the construction and demolition materials
generated on the jobsite. I understand that the City of El Segundo may audit disposal and recycling documentation for this project.
Print Name Signature
PW OFFICE USE ONLY
Diversion Requirement Met: = Yes No Exemption: = Yes No
Reviewed and Approved by: Date:
Rev. 12/4/2020
Agreement No. 7524
Agreement No. 7524
E L,S E GV N D 0
CITY OF EL SEGUNDO
1
350 Main Sire. , El Segundo CA 90245
31.24-2300
Best Management
Practices
for ConstrUction Sites
Our beaches, coastal streams
and wetlands are precious to our
Coastal communities, but human
activity such as construction
work can pollute these natural
treasures unless contractors
use effective best management
practices (BIVIPs).
This brochure outlines the minimum
required BMPs for construction
projects of any size.*
Construehod projects that disturb one acre or
..,a of a.11 must also comply vath (he 51.tawds
Construction General Permit: bnmis�btr ,
H, 22-0
qqnal—�! ghtml
r_ 112 _
Agreement No. 7524
Nive M Mr, oll
Ifirld
ri,o?
EROSION CON TROLS
I scrdad-lo construction to minimize the area and duration
of soil
.1.0patri.eyealsocuto, especially during the rainy
season. Dapl'y all rimernofim, BMIPs d.fea beginning
construction and maintain frequently.
* Monitor weather proceed, and cheek BIMPs berate and
.its, aid and wind event.,
F'shodW, g,.d,,g and paving far the nro,
of ny .. — (NI.ry - Sx.phovibrs) who-va, p.—In,
-ill Stabilize inactive areas or exposed sail
4, At the end of the 1.1d, stabilize: all exposed poll son, son seed, regulation, or mulch.. 2, Pbs.— end
d Prol-f E.i.tfdg 1're.. end Vegetation
for shade, helpful, and natural erosion control.
•-iO Flag or fence head and vegetation to he protected grin;
to construction.
H Place temporary fencing at the edge or the Uee
cariopykIrlpfirs, to protect roofs from contraction
Keep trenching outside of the free canopy and cover
any exposed soots sold, ..it
Consult an small for advice or 6 protecting valuable
than.,
4 Do not cut (,a,. or Level, along kmens, of a natural
drainage coured, Without peocits
Wind Floso. Controls deployed when a wind advisory
1, —
ea,, , at
A - Cover erodible sum sples
k L it vehirn, speed. an elt.
. h4carent dust stippresean votrout cauaung are
to via H
r coKimai s
4, F.rinvaferr Conkfols, a g,, srffehfsr, sancibair, orfiber roll
hfrcer.�. kner, ofc,fircen(I or-d. ,
r— nonrihad and keyed in to filoo, sediment -
laden sheet flour S-11,9 or rh,�rolf bai rs e daceol no a eel roo.o
tobi—epton_',and -1ned-Int
k C,_,v,?111prr ern or fiter isvo. rsulkid 9 rec,ey
foorbrain nlels and qianholax for nnlet Frof-Yi-
5 Sobillomi Cossfro,hen Ent—WE.11, (ooloned if
vehicles will enter the site) to prevent tracking of dirt and
evel onto the street and must bollAni
•g, Crashed aggregate at least 3 intense in dianneder placed
at least 12 inches deep over tiller fabric.
•+ Rwobl. nal. (nnrebaciductod rocal r.A.Ires with [be)
4 o Soc control l" lurvt vel'sle —.,r. only to s0bilzad
enturvocient
WA . TER USE AND MAMA GEMEN'll'
6.. Water Consoomikm Practices to prevent illegal
cafranualon d'ard'a'aVe aclusel
4 m Dry s—optIq -,ff. r vac .......... g na-d —c
U,,i on i—a.,
4 • Prow ix repair A from vener trucks crigahoo
.ts
-31 Id tar.: f,,oLx, q,nor,h,,d an it. fordust bf,nlrd
7 0—h.flng Op—H.- V oveydaieflric agmandiodio,
during consio.odion aridwr frorn a parniarterif sunno, purnp
,,Of be oncir.ot.d to the sfr- d-n ., chart
--k 45 does prior to discharge, a sepairMs pormh rntck be
soothed -da, Il.od ,Wed lee Fregi.11.1 War., Mandy
C.,hrol Board Cnd., N. R4-2.023 0429
•iv innihavocet and mainfain Vestment as specified Nay the
approved pernut
.0 Keep the floor pad, of the discharge. to too dons it drain
seen (use., —,an up shot, d.aft, laases, and r,.9o)
4 Efforagering drovidarges, rnuEA ri.¢ .-as sell rn.skn
MATERIAL AND WAS TE MANAGEMEN I
8, Material Eln—
f,y and t.horngs Manattornern
-P Lafer the lacwhalf of0retCht RVPM Or b(diveoft d"
..odrds is ned.c. waste..
4 Sve.st taros tr xi. or h .... sours F-dact, winer, N.skA.,
4 Store looide or toxic marshals in double —waled odko or
—ohight confinne.ps and a, esoaared areas .—y rovat
drainage —w.
P 1. ..to "'t"bol eray.q. .—Y note call,rde vr.ft sand
drainage pth—y..
0 Keep Savehy Data Sheats on sub, avid train imarkers to
review Were valog fra,aircrove, rnaferoals,
31 - K,,,-fe reflemo, xicrfli, hor, enh,bog the sh,nno,11W
drs-rin systerroi tees try hod' of waW
+ - CcrloU liquid n-1,,F; in 1-l1d -nis for rous!n
eotsivio or proper asps f
- Cover loads wth a oop but— Narisporbrig hh,mi to a
'f."'qL site and avoid s-ft,rdmg ru,ks
a Scs.kpH. M-mg—M .,to Prehr.fl.ri
31 -'C.vro-,,odn,�e " Mckpl,s du,brt "n sci[O's ter
p otect,orn wi J blo,,,,i dosa--
4 - L -,w .,bsdkpiles —y ounn Tl,sc.t orate dA. drainage
papi,rly s
-41 Provide perimeter sodirrient barrier.
f, .• Pj_i'
a,,lh,R traced oAd — si.skpi- on Frxiie
"'— :ver to rain ,a b'i" ,
" >�avoofic oand Conrifol Masse-
-P Keep 9 rill absorbani, and clealn-up supplies readily of
hand
..f' - UIM-ee spiH provEnrionhoovtoms ,,M eo,sii.-- such as
dale rp-,, u—,b,.m pads, or pl-k. h,2.1rng
V equiptnero fue5rgf or arainte.bance mca he voinfor—d
rfa..Rs, designate . ape.W,u auaa on lovell gna-cr away
fir"n drarnatic. —yo or streets,.
Eneva, safety c-lann and .11h.d ar, spills promptly,
nptIV
61 Properly dialeasa of sell d-nor, rnarformls,
4 Keep arnergency response couract rwrvbars readily
d".0,do ch.its I I .If
d W. of. M.
•-11 Prolow IlcoaM dernaborYclobno roanagearent, rocycAving,
and dkpoaal verfoirenrects
M—fan xb cri-g--d(.yloy-goild —11 �111-31
Corcst suld by vacuurring or uertrig into
xppropj�ai, onteriers for reuse recycliny or proper
hop.o.
.31 Dispose or hazardous wastes in a Ilawrtnt i.manner.
3, Control lintersuch ass orriptnt food and sevetage.
candnner, and siginef.t. lauds,
Do not
+ Own, or drop.'. otwad. urodch.1d c.1fre.
,11, [Innabo, of Iliqulds In Los d—pst-
?2 Cormnato Wasts, Inclluding carnoreire recast out, its,
shines, and by oamenstre. vsxnoa:
^3• o Provide . d-onavd corban,cent o— hoed or
deog nod Is prevent the rel-se or liquids onto or into
the gomind
•.0 Properly dispose or micro r). net
41 close saincrace, vehicles or equiprnent Into
the street or ..too Ibamn,
13 Si-NaryfSapfle Waste Marvegi-ioM
--10 Fall— bedsit squirenferds for the pbuornenr and der—,
of aortrable dolf,us.
L—fe —y Korn catch pactne and vahkirrar traffic..
-k Anshdr in .... s .,Afj.,A u. oyindolism ... sh,ho strcvnq
winds are f ..... t.
4, Require spill prevention meateriov5 doring serviso,
SITE MANAGEMENT
14 Housekeeping practices must be implemented
th."Oleaut crombroull-
•> Inap-tand ancrivirrun 91015P regularly
> Keep the site past and .rq;zrad,
•* YWry all site worker.; on I ' M I maintenance
•4, Keep documentation on- sine at all time., . g, SVVPPP,
S.ralry Data Sh-la,
1. Schedule material deliveries to minimize storage space
and roushonnn,
SIl:P11,C,lAL PROVISIONS AMID
ADIDI"ITIOANAL PIE RMVTS
Aisles .0 — work with a r'."f of dl,esk-
astated riaers. A. voinves pe'srnll
BhVeto, g and
sentUncoverd practlees sander T, 8 .�f C,.6forrin.
Geofe of Regoloorn.
�...dujjRs-dlWvq R.—Han, Rare" "� Fladfirly
smrfa,— R. Ri.aeectam'ss tha, ..N—Aars four we,
an d"19hr dwellings and clodd—upod hael6es be
traced ant(
cortlod no use le oche adark poet fc. m-
Los. ere t S R, e — We Work " Addifforind fern routs
may he requored if construiefmc mrif vdl ba
s-d-l.al aaN alre.sr. vanvord or ocean..
These Include-
,Ldo, or S(tirsambed Allocation Agrasonent frainn
CA Depart of Frain a ViAldh(ra
WO", � le rdaml pi"'I 7
,US Annor Carpet or Engineers jtfALg,
•Los Angeles Regional Water Q.0hy C..h.l
Board 401 Water Quality C.,fifican-, permit
•C.11lrcanl. W.Haind Riparian Are. Protector
Policy, including Procedures for Discharges of
Dredge .d or Fill Material to Wave. of in. Smie
+ This syrrl,.l and Value text indrod. that the it.m is nuffl-haly
relevant for ca swilmr,Ir,hg done in In,. right dreac, or for
private ae-hing and roadmiX,
Agreement No. 7524
What is the Buy America Preference?
The Build America, Buy America Act (BABA) requires that all
iron, steel, manufactured products, and construction materials
used for federally funded infrastructure projects are produced
in the United States, unless otherwise exempt or subject to
an approved waiver. This requirement is known as the "Buy
America Preference (BAP)" and the specific requirements are
codified in 2 CFR § 184.
Agreement No. 7524
COMMUNITY
PLANNING
DEVELOPMENT
The BAP establishes a
domestic preference for
construction materials.
For more information:
hudexchana inf
This BABA CPD Overview Quick Guide provides
grantees with the following details about the BAP:
Build America, Buy America Act
Agreement No. 7524
SABA CPD Overview Quick Guide
COMMUNITY
PLANNING
UEVEWPMENT
Products covered underthe BAP include:
1. Iron and steel
2. Construction materials
3. Manufactured products
Products should be classified into just one of these
categories. The classification must be made based on the
product's status when brought to the work site.
Iron and Steel
What is it?
Items that consist completely or predominantly of iron, steel,
or a combination of both. "Predominantly" means the cost of
the iron and steel content exceeds 50% of the total cost of all
the item's components.
Production Requirements
All manufacturing processes, starting from the initial melting
stage and continuing through the application of coatings,
must occur in the United States.
Grantees are encouraged to work closely with
subrecipients, developers, and contractors to ensure
that products used in federally funded infrastructure
projects are produced in the United States as
required. Federal financial assistance includes grants,
cooperative agreements, non -cash contributions
or donations, direct assistance, loans and loan
guarantees, and other financial assistance.
Construction Materials
What is it?
Articles, materials, or supplies used for construction activities
that consist of only one of the items described below. For the
purposes of the HUD Phased Implementation Waivertimeline
described below, construction materials are divided into two
categories: specifically listed construction materials and not
listed construction materials.
Specifically Listed Construction Materials: Items include (1)
non-ferrous metals; (2) lumber; and (3) plastic- and polymer -
based composite building materials, pipe, and tube.
Not Listed Construction Materials: Items include (1) all other
plastic- and polymer -based materials (such as polymers used
in fiberoptic cables), (2) glass, (3) fiber optic cable, (4) optical
fiber, (5) engineered wood, and (6) drywall.
Construction Material Standards (2 CFR 184.6)
All manufacturing processes forthe construction material
must occur in the United States.
Minor additions of materials, supplies,
\ i or binding agents to a construction
material (such as the binding agent
used in engineered wood) do not
change the categorization of the
construction material.
-2-
Agreement No. 7524
Build America, Buy America Act BABA CPP Overview Quick Guide
COMMUNITY
PLANNING
DEVELOPMENT
Manufactured Products'
What is it?
Manufactured products include articles, materials, or
supplies that have either been:
1. Processed into a specific form or shape, or
2. Combined with other articles, materials, or supplies
to create a product with different properties than the
individual articles, materials, orsupplies.
A manufactured product may include components that are
construction materials or iron and steel products, unless the
manufactured product also meets the definition of iron and
steel or construction materials. In such instances, the product
should be recategorized in the appropriate category.
Determining the Cost of Components for
Manufactured Products (2 CFR 184.5)
Manufactured products must meet two production
requirements. First, the final product must be manufactured
in the United States. Second, at least 55% of the cost of the
components making up the manufactured product must be
associated with components that were mined, produced, or
manufactured in the United States.
What materials and activities aren't covered by the BAP?
1. Temporary products and materials that are
removed at or before project completion, such as
temporary scaffolding, equipment, or tools
2. Equipment and furnishings such as movable
chairs, desks, and portable computer equipment,
that are used at or within the finished
infrastructure project but are not an integral part
of or permanently affixed to the structure
3. Technical assistance and management costs
4. Design and planning costs, project scoping,
or advance assistance. However, domestic
preferences must be considered in planning to
ensure compliance for construction projects e.g.,
design -build contracts
5. Acquisition and demolition projects where there
are no articles, materials, orsupplies that are
incorporated into an infrastructure project
Cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives (collectively known as Section 70917(c) materials) are
generally exempt from the BAP. However, Section 70917(c) materials maybe used to produce a manufactured product, such as pre -cast concrete. Manufactured products that
incorporate Section 70917(c) components are subject to the BAP.
—3—
Build America, Buy America Act
Agreement No. 7524
BABA CPD Overviews Quick Guide
............. .......
COMMUNITY
PLANNING
DEVEWPMENT
CPD-funded infrastructure projects, as broadly defined by 2 CFR 184, are subject to the BAP once the obligation date has
passed according to HUD's Phased Implementation Waiver (see section below), unless the project is covered by another general
waiver. For the purposes of the BAP, an infrastructure project is defined as any project that includes construction, alteration,
maintenance, or repair of infrastructure regardless of whether infrastructure is the primary purpose of the project.
• Rehabilitation of buildings and real property • Acquisition of real property
• Construction of public facilities and improvements, Relocation and demolition
such as water and sewer facilities, streets,
sidewalks, neighborhood centers, and the Public services
conversion of buildings for eligible purposes Shelter or public facility operating expenses
• Utility installation or improvements
Supportive services
• Water systems (drinking water and wastewater) Short-term payments to prevent homelessness
• Electrical transmission facilities and systems Special economic development activities
• Broadband infrastructure Administrative activities
• Transportation infrastructure • Disaster and emergency response
Projects that exclusively use CDBG-DR, CDBG-MIT, CDBG-CV, ESG-CV, and/or
HOPWA-CV funding are not subject to the BAP because funds for disaster and
emergency purposes are exempt from the BAP.
-4-
Agreement No. 7524
Build America, Buy America Act BABA CPD ovenriEovd Quick Guide
�.. ..._..._.,...,,.�.. �_...� .... ........��..._ _�_...............�m....,.. „...-...._ ,,,.......,....__...........�.....
GOMMUNITY
PLANNING
DEVELOPMENT
In addition to the Phased Implementation Waiver described in
the section below, HUD has approved three Department -wide
public interest general waivers for BAP applicability. If all the
conditions for a general waiver are met, the BAP requirements
may be waived forthat project, or a portion of the materials
used in a project.
CPD grantees can employ these waivers without the need
fora formal request to HUD and should maintain records to
substantiate the waiver's application to a project. For example,
a grantee may write a memo to the project filed ocumenting
how it determined that a general waiver applied to a
specific project.
Exigent
This public interest general waiver
A HOME -funded multi -family rental development is
Circumstances
is effective through November 23,
damaged by a burst hot water pipe in the middle of
2027, for projects that must be
winter. Repairs to the damaged structure must be
completed immediately to protect
completed immediately to protect the life, safety, and
Life, ensure safety, or prevent the
property of the residents of the housing development.
destruction of property
Following a tornado, CDBG funds are used to repair
public facilities made structurally unsound during the
disaster. Stabilizing these buildings is critical to prevent
further destruction of property.
De Minimis and
This public interest general waiver
A homeless service provider is rehabilitating an
Small Grants
is effective through November 23,
emergency shelter to update bathroom facilities. The
2027, for projects whose total cost
provider is using $100,000 in ESG funding for the
(from all sources) does not exceed
project and a State grant is contributing an additional
the simplified acquisition threshold
$100,000. Because the total project cost does not exceed
value ($250,000), OR
$250,000, the BAP does not apply.
If covered BAP materials fora
rids for construction 0fa
A city is using CDBG funds
portion of the projectplayground. comprise no
p
la round. The total cost of materials used in the
more than 5 percent of the total
project is $1 million. The city can source domestic
cost of covered materials used in a
materials for nearly all the items needed for the
project (not to exceed $1 million),
playground but cannot find a domestically produced
the BAP can be waived for that
equivalent of a particular slide. The slide costs $20,000.
portion of the project.
Because this is less than 5% of the total cost of materials
used in the project, the city can use the De Minimis
Waiver to waive the BAP for the slide. The other materials
used in the project still must comply with the BAP.
Tribal Recipients
The BAP does not apply for HUD
After receiving Tribal feedback, HUD will implement
funds to Tribes, Tribally Designated
the BAP through an approach that does not serve as
Housing Entities, and other Tribal
a major barrier to Tribal community efforts to develop
Entities covered by this public
infrastructure. HUD's Phased Implementation Waiver
interest general waiver effective
does not apply to funds awarded to Tribes.
until May 23, 2024.
Pacific Island/
HUD accepted public comment
HUD will consider the public comments received and
Territory Recipients
on a proposed general waiver for
base its decision for adoption of the BAP in Pacific
Pacific Island/Territory recipients
Island/Territory Communities in a future general waiver
through September 1, 2023.
published in the Federal Register.
M
Build America, Buy America Act
To facilitate a smooth transition to the BAP requirements,
HUD established a Phased Implementation Waiverfor its
programs based on the date when funds are obligated (i.e.,
typically the date when HUD executes the grant agreement).
As illustrated below, the BAP is phased both by program and
the type of product (iron and steel, construction materials,
and manufactured products).
Agreement No. 7524
BABA C P D Overview Quick Guide
COMMUNITY ..................M
PLANNING
DEVELOPMENT
HUD chose to initially implementthe BAP forall iron
and steel products used in CDBG infrastructure projects
using funding obligated on or after November 15, 2022.
The specific focus on iron and steel in infrastructure
projects will gradually extend to encompass the full
implementation of the BAP across all HUD programs.
The BAP will apply on or after the date NOT LISTED
HUD obligates new funds for the following: MATER ALSTION
CONSTRUCTIONNOT LISTED
CONSTRUCTION
MATERIALS
SPECIFICALLY LISTED MANUFACTURED
PRODUCTS
MATERIALS
IRON AND STEEL
FY25 appropriations
appropriations
2022 2023 2024' 2025
NOT LISTED CONSTRUCTION MATERIALS
MANUFACTURED PRODUCTS
SPECIFICALLY LISTED CONSTRUCTION
• • �IIi�PlG! P �i�l/�Y�'�lN�iON����+�INDI111all�J'r?r�1G�J1Y1�'I�JNUffffflUldYrI1�I��NV,fI
Feb 22,
•
2022 2023 2024 2025
NOT • •
PRODUCTSMANUFACTURED
SPECIFICALLY LISTED CONSTRUCTION
IRON AND STEEL
2022 2023 2024 2025
-6-
Build America, Buy America Act
op�
Senior Center New Construction
Agreement No. 7524
F.iG4BA CPD Overview Quick Guide
+com�a�uvarre
Pt.A,�a�aina
¢rrva!wavu�ex�n
ProjectExamples ............... ........ .......... .................
A grantee is using FY2023 CDBG funds (grant agreement
executed by HUD in September 2023) to construct a
new senior center. Because the project is using funds
obligated after November 15, 2022, the grantee must
' ensure that the iron and steel used in the project complies
with the BAP requirements. However, the project
does not need to comply with the BAP requirements
for construction materials or manufactured products
because the funds do not include funding obligated
from FY24 or FY25 appropriations.
Single -Family Owner -
Occupied Rehab Program
A participating jurisdiction (PJ) operates a single-family
owner -occupied rehabilitation program using HOME
funds obligated afterAugust 23, 2024. The PJ determines
that since the total project costs from all sources for each
activity do not exceed $250,000, individual rehabilitation
activities are covered by the Small Grant Waiver and do
not need to comply with the BAP.
:Wz
Build America, Buy America Act
Project/product-specific waivers are available on a limited,
case -by -case basis, after HUD's review, a public comment
period, and final approval from the Office of Management
and Budget's Made In America Office (MIAO). Project -specific
waivers are generally available forthree reasons:
• Public interest: Adhering to the BAP would be
inconsistent with the public interest.
Agreement No. 7524
BABA CPD Overview Quick Guide
COMMUNITY .......M ITIT.. ..����..
PLANNING
OFv9iwq^mENY'r
• Nonavailability: Covered materials are not produced in
the USA in sufficient and reasonably available quantities
or of a satisfactory quality.
CPD grantees engaging in infrastructure projects must comply
with the BAP. Since the terms and conditions of the BAP
flow down to subrecipients, the BAP language found in the
"Special Conditions" section should be incorporated into all
agreements, even if the BAP does not yet apply based on the
phased implementation date.
Grantees may want to use activity by grant expenditure
reports to help identify which projects might be subject to
BAP requirements. In some instances, grantees may need to
amend existing agreements or other award documents.
• Unreasonable cost: Inclusion of domestically produced
covered materials will increase the cost of the overall
project by more than 25 percent.
If more than one Federal agency is funding an infrastructure
project, project -specific waivers will require coordination
among those Federal agencies priorto a determination
by the MIAO.
The BAP requirements must be included in the terms
and conditions forsubrecipient agreements, contracts,
subawards, and purchase orders for all infrastructure projects.
Grantees must maintain documentation of compliance with
BAP requirements or exemption due to a waiver in accordance
with program -specific recordkeeping requirements and 2 CFR
§ 200.334 as applicable to Federal grants.
CPD grantees should retain documentation that demonstrates:
1. All the iron, steel, manufactured products, and construction materials used in infrastructure projects
are produced in the United States in accordance with HUD's Phased Implementation Waiver, or
2. The project is covered by a HUD general waiver and is therefore exempt from the BAP, or
3. A project/product-specific waiver was reviewed by HUD and approved by the MIAO.
-8-
QUICK GUIDE
Build America, Buy America Act:
Buy America Preference
for CDBG Grantees
This material is based upon works up ported, in whole or in part, by Federal award numberC-21-TA-MD-0009 awarded to Enterprise Community
Partners, Inc. by the US Dept of HUD. The substance and findings of the work are dedicated to the public. Neither the United States Government,
nor any of its employees, makes any warranty, express or implied, or assumes any legal liability or responsibility forthe accuracy, completeness,
or usefulness of any information, apparatus, product, or process disclosed, or represents that its use would not infringe privately -owned rights.
Reference herein to any individuals, agencies, companies, products, process, services, service by trade name, trademark, manufacturer, or
otherwise does not constitute or imply an endorsement, recommendation, or favoring by the author(s), contributor(s),the U.S. Government or
any agencythereof. Opinions contained herein arethose of the author(s) and do not necessarily reflectthe official position of, ora position that
is endorsed by, HUD or any Federal agency.
Agreement No. 7524
Agreement No. 7524
Location Map
PW 24-13: FY 2024-25 CDBG ADA Curb Ramp Installation Project
..........
40 rel AD 0AID, fik?)
VV (I, A,-
I- VV"I'M A",
L
k, YMI'J. A",
uy
00 A,,,,, 0/0 10111
E O"J, 6,"
WGS_1984 Web _Marc r,_AuxWary_Sph9r9
Legend
City boundary
Construct ADA-compliant
curb ramp
Atiernalive curb ramp
construclian IoCaOun,
Additional potential curb
ramp locations are listed on
following page.
Notes
7
DISCLAIMER, The W.—Ushown W.—P wes ---Pil-"— --t GIs
.d zhftu .0 bo '060d ."" MAW hW4 POAIOW wAbfi- .. M 91 014,0=y, TPm CHY
�3 5,0,0,00 .,N mo 00 Ovk� —POmbN f& my dd4ns, Iwzos 0, evu,Jffhq
ft. the use dthi. ..p
Agreement No. 7524
Additional Curb R,amD Locations
No.
Description or Intersection Corner Unit
Qty
I Unit Cost ($)
Total ($)
Construct
Alternative Curb Ramp Incl. Truncated Domes and 3-Feet-Wide
_
Asphalt Slot Patch
101A
Oak Ave./Main St. NW EA
1
102A
Oak Ave./Main St. NE EA
1
103A
Oak Ave./Main St. SW EA
1
104A
Oak Ave./Main St. SE EA
1
105A
_...
W. Imperial Ave./Cedar St. SE _ EA
1
106A
_ _.. _ _.
....
W. Imperial Ave./Cedar St. SW EA
1
.......
107A
E. Imperial Ave./Pepper St.
SE
EA
1
108A
E. Imperial Ave./Pepper St.
SW
EA
1
109A
E. Walnut Ave./Pepper St.
NE
EA
1
110A
E. Walnut Ave./Pepper St.
SE
EA
1
1I lA
E. Walnut Ave./Pepper St.
SW
EA
1
112A
E. Walnut Ave./Pepper St.
NW
EA
1
113A
E. Oak Ave./Eucalyptus Dr.
NE
EA
1
114A
E. Oak Ave./Eucalyptus Dr.
NW
EA
1
115A
W. Pine Ave./Concord St.
NW
EA
1
116A
W. Pine Ave./Concord St.
NE
EA
1
117A
.......__
W. Pine Ave./Concord St.
SE
EA
1
...........
118A
W. Walnut Ave./Cedar St.
NE
EA
1
11 AA
W. Sycamore-Ave./Concord Pl.
SE
EA
1
120A
W. Sycamore Ave./Concord Pl,
SW
EA
1
121A
W. Maple Ave./Bayonne St.
SE
EA
1
122A
W. Palm Ave./Bayonne St.
NW
EA
1
Agreement No. 7524
Agreement No. 7524
mu kq
a I�Lffl@ RUP PROFILE
4�
inal-
nl
—kgFIXCE SIR HE
IMPERIAL AVENUE/MAIN 6 T REJET
RI �7
T JIL LS INTERSECTION PER THE CIE A 8
II II SHOWN
DIX
H N IN,THE APPENDIXqI
2 WN
Agreement No. 7524
Agreement No. 7524
CITY OF EL SEGUNDO
PUBLIC WORKS DEPARTMENT
dL_I GRADING PLAN
LIBRARY PARK ADA PATHWAY IMPROVEMENT PROJECT
111 W MARIPOSA AVENUE
PW 23-07
SR6U@Ik.Ad.GtY x>«
m1pry.Uii'+ w w.'
w„,y xrwy e w,.ggq ,.ryw.Vwmr�,lamrr roe ��maaxeurvn�,xwv,aar
..dM�Mn� aulVaw fk�(x Ve x«M. �m;�wwUr�nriuA. rvu. amravnrc i.wu+er,�%r..�i.Mvrrr:,.
M AwwTMxGV.e.
,air wuwuummux wrxnusn rmw �n Imuwa rwvzns
w:rww.ea wwn a�aw+'s� �e �' ,ucw .mm nl�u, .mA rue
n .wmm6'�wmrc .,woxma evn metro nrm
u
CURB RAMP AND STRIPING
REMOVAL AND REPLACEMENT
AT PALM AVE./MAIN ST.
INTERSECTION, AND ANY
RELATED NOTES AND DETAILS
ON THESE PLANS, SHALL BE
ADDED TO THE PW 24-13 CDBG
PROJECT
Ell I� tr dC'(
�I �JI
f�,71N.C_IJ(LIFY (Cf MT,)
rcwrMTwa r„nap ,�.wu.:x,wm,��ry ��
d a }{l1� "14����1�C
ppIJ
pn *+wd xx4 MCm. um u"4x w�,rr ewdA ' irv"
� a�l �'Y��I f �
w�"m'�il
k Mb � p K iN' b• ptW xb;,
Y N
N'r/ A M1F x'/M"M rtY Ww �tl..IK
"A'4 wM � +N uMxwYA' .hv m vuf 4A9.9 t�^a•U raw,'
U
f
•.v N
Y � Mai
w'C Ar4 W 'ow4 wWwfY� �.
A `w
"®„
M+fwk w.+N� u�xh. FFT.xw<+Pa,
s AwJ w�a and Oxn q nwUr Ww4rc+u Neu IX Y�eury wtAixw.nm' V.. w rvu wrr uwuyirm ryµ
PROJECT LOCATION MAP
Agreement No. 7524
:1d'ULG,,:WYl".�'65�'P.A'1 Y,IRt4Ci..Mt&[Fs
10 G 1 �4+ti•+r"R" uwuMN :. 4 . m ., .w, xn Pr r+.mdo un.sr.�nx.rWmr.
�,G�.14i(tia"ue.°�L'rJ:'YiLY 3kAYi:l l9FM@fSdr•,aM Mufu"Y,.
r n.. N«rnnr� nvw:,� xxyr
vwiaswntwmrn�ew.an rrJ.vw �r �euaw'.. w.c,J..� a;a.��+w.'�. rMa
r� n wm. mxxa uaw� rx, r,�xrtanwr„
xrwk.Rv.wB""'"` mr[ nw'rm'ua�.tu nw. xrcn rm:
rnmrc;uau nv,,xrr ro mrunrmmsuvra.aa w rxa.mru.r. m n.x srzwu
wss, a s w,auw «„ v w a
www
n a� wx rc ar+er>' x
m'36
r:n.mzL
r.� .ww>< mM rNr.xvmw «mrw.. �rnnw. �vwrxw, a eaaxxr.,wK«"° mwua, .«aH"r' `�vm"'+r"wr��r
,...rrnw"'3G"xid: v!,Tm'HI»�4'nremw. ,....
� awamroek, 'MFwum' mnu rx. Rgeumxts �'awcw 'nn�,u m a�9 µ
rnry rrz eww«rx ox m.es� m n«rw.wy
.mrw r.��vx«,: wnxmiM
`�;y: •µ 9w,:m
w q r<vu r. ex* gra:urxr a•:
� M rNnf bR �'i:u Y:x
� R
N �^
y�
1.4 �
m M
n vN n4u'
h"
=M �g
xA.. mN
N N `
4�nw�=
U.
KrvCWd 4+ N M1w :TM»mr mmF
yy
pn:rm AMR.,.
v wx Rv(r��Yv1 Y w., � rvvw wr1F.k WCrdltiw48nitl. � sr wZ1.
LIM—
nux ir+<r 5os mn.. mid.
a vM C�Wi C�':rvm�GFWVmaw.Y.MS#'
CURB RAMP AND STRIPING
REMOVAL AND REPLACEMENT
AT PALM AVE .IMAIN ST.
INTERSECTION, AND ANY
RELATED NOTES AND DETAILS
ON THESE PLANS, SHALL BE
ADDED TO THE PW 24-13 CDBG
PROJECT
Agreement No. 7524
Agreement No. 7524
aOC
� �I , . f � � � � rr➢+7�e ," ���aK �� �,w : �; � .l .� �,��;"" ,� IY � u�r. w � ,,.�ac�r'
,
� ! �, . . 6w'�9dMv1 W.. u � �..�" � µ FC'/'✓5 �k t CqF I k.
9x a:
^r
a��r
°' { '✓k rti¢ � ,,,� � �� � ( cw v«t,Nd rmw 'w^k4 �,i ,' � fix, 4 �w .�. .. h =.1 .,� v.
I W, k� wyY1 ' 1ii.ii .W p .wry ✓ 'yx � �e� �'� �1r� "x 'W' � f ^� �w�"� �' t I
C jV "S�' Ii M„� mm � w.� �d k.kY �!Y '�W "f'J rdww•. � M+ „M '� �,,,_.� �,�w"�F 1 yI
.F° % mamma
A
v✓r' �"' �� Y w � � � 1 V � qq
k B CURB RM+rm
INSTALLATION SHOWN ON
THIS SHEET SHALL BE
U.� rna �- f� .r.m awn �� �
n" _ a�'nm y e, "�• �,� ADDED TO THE PW 24-13
x^ �, b � � � CDBG PROJECT
"New,
�F�= `^�'�
vw a
MaPdd �� r
611Ia
i r
"T° •� �..._.....w....,,z.,r;.,.,,.,,.�,__. rsw . ... .^�..e. ......wA .. .......,
'� ...
I._
n
w.nur
a.
1
_. ifw,9r-l.........
........ _
C....J w � m �ru i o-w+v r rwwucn. rnw rwe °m�i� to ear�a w�ur eau sr
� nd � I Bw E @ S l W C1 Gb i N B II �� O N
s arsJttcals ex:i ww
I �
p y�1�V A OMM4h
�
( MI
tw it ewek.
WON
�.PMWM
M. lM Ei*'d"C7k. 'B�0M
l"4mn.YM C Fl/rg Irc
•n w trtin^v.. x.o ttw a tw rrv.. w� ,an 4
dMo*
GumC,. is vrt so
invEn nlrrlvv
wow r.
.m�.
" n
arvb'biw.!
M4ru.wia
Agreement No. 7524
WMAn,y:'_ro kraa..0
...... _
s
W•'„�. til""TI'�fi"�'�i6iGTiil�aii'iG�"ff ��������
M.�C�YCA�Y�'WY C Nk
�r aAm
rnrr�m�w..a.~p�,m� rxw�rs
�uWM ����� MPm�� i nrcx iacnsvry vasr '�" $.•; a"'"A,'u�"'�'u�"L.r�'.�,., K"'T /
Pam_+-,twee""'rr�cr�x min ��ur��u�c��eap,w
..............
CURB RAMP INSTALLATION DETAILS
SHOWN ON THIS SHEET SHALL BE
ADDED TO THE PW 24-13 CDBG
PROJECT
WL2 eve �tr �w�� we vu
cum xtvp[rve..�nux rc uwm
t�•ar
Agreement No. 7524
&WM a n1r*; e owv,aw way 1
e u�"^w+z xr o r�wk
rali V awry
� r
o
M
I
� I
NNII�II�n7,
RfCt-iurtUl?.k iRFf I'
1
i
I
d 9-TY of EL SEGUNDO
E.NGI NtERING DIVISION
tl19M PARK NIA PATHWM I P'f
GL @. �
arar
,;wwr sw�r uo
Wdpml, R�4l6kun
Agreement No. 7524
'URB RAMP REMOVAL AND
3EPLACEMENT SHOWN ON THIS
SHEET, AND RELATED RE -STRIPING
3F CROSSWALKS SHOWN ON THIS
SHEET, SHALL BE ADDED TO THE
IW 24-13 CDBG PROJECT
Agreement No. 7524
Agreement No. 7524
SmCOAAL CIRCLEMORTH)
L„CORAL CIRCLE (SOUTH)
Il.UTAH AVE..
Agreement No. 75�
u
a
i_
t
._......._
p
d
_.,—.___®-... _
� a
�s
I
,.,...
..
wow , ....... . m.
_._.�
w
f, /C.
p
Agreement No. 7524 ----
su:.vEr of �./,'.. �;•'r" :f _ �% :- �r rya
PAGE
JOB ,.J. PROJECT I.C. „".,'"".,^'.• '" ,y._i DATE L,—/97/
A."
� a
m
N 1CW
Fes' ,fir" (9)
Per. L..9• Co .mil. f'S 26,FS - r/�S
112
W 4�&a:iPA7 is 1f�4<
Agreement No. 7524
CITY OF EL SEGUNDO
Prepared By: Denn Engineers - Gary J. Roehl
R.C.E. No. 30826, Expires: March 31, 2024
Survey Date: December 28, 2023
Intersection / Description: Palm Avenue and Main Street
LEGEND:
FOUND L&T, NO TAG, ON CENTERLINE PROD PER CITY ENG. TIE NO.1-11
O FOUND TANGENT L&T, NO TAG, PER CITY ENG. TIE NO.1-11
[� ESTABLISHED CENTERLINE INTERSECTION USING FOUND L&T TIES PER
CITY ENG. TIE NO.1-11. SET MAG SPK&W RCE 30826
E N
PALM AVENUE
Cn
co
O N
[TO OAK AVENUE]
80,
40' 40'
F-
w
w
E-
c/)
-' 28.08'
Cyr
z
Q
75
u
8 0'
40' 40'
[TO MARIPOSA AVENUE]
TIE NO. I-11
IVY '
X
Agreement No. 7524
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 111-5
reement No. 7524
mm
NOTE
CURB"
CURB FA
CURB
CURB F
A
4` (1220 rnm),, MIN
AORB
4' (12
-TRANSITION
.4; 1pxMIN
NOTE 8 3: 39:
y
x U
Q U
O. d
...........m x 4 (220 mm)
AORB
SEE FIGURE 1
TYP E 1
N:OE BREAK
x
Q1
�r
N
TYPE 2
CASE A
PARTS OF THIS STANDARD PLAN SHOW INSTALLATION FOR TYPICAL
RETROFIT CONDITIONS, AND ARE NOT FULLY COMPLIANT WITH CALIFORNIA
BUILDING CODE REQUIREMENTS FOR NEW DEVELOPMENT.
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
PROMULGATED BY THE
STANDARD PLAN
PUBLIC WORKS STANDARDS INC, CURB RAMP 111- 5
GREENBOOK COMMITTEE
1992
REV. 1996, 2000, 2005, 2009, L- I
D
O�
4'_1220
E
0
N
NO 2-
r
d
�
x
�
PLANTING
d
rL
AREA
CURB
CURB FACE
WHERE PLANTING AREA IS
ADJACENT TO THE CURB RAMP,
USE CASE A, TYPE 6
r
y
PLANTING
AREA
CURB FACET
WHERE PLANTING AREA IS
ADJACENT TO THE CURB RAMP,
USE CASE A, TYPE 6
l
NOTE
BCR
2% MAX
GRADE BREAK
NOTE 8
ss101
�q+ TYP E 3
2% MAX
GRADE BREAK
NOTE 8 BCR
O o5
TYPE 4
CASE A
reement No. 7524
A OR B
4' 1220 mmw
R �. fR
N� 2
"
8.337��MADEBREAK
¢
¢ PLANTING AREA
NOTE B
PLANTING AREA
CLI
.�..
CUR13
CURB FACE
IX
1200 mm)
A
OR B
SEE
FIGURE 1
TYPE 5
PARKWAY
R ¢
w
2%
MAX
F
z I
IL
P
220 �rnm�z
MIN R z
�. x
`O NOTE
NOTE
PLANTING AREA
CURB"
CURB FACE
IF PLANTING AREA IS NOT
ADJACENT TO SIDE FLARE, USE
"X" PER TABLE 2 FOR THAT FLARE
,i TYP E 6
0r
CASE A
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 11--- "". '-"
CURB RAMP 1 111 5
C
�Xll rif �X q
NOT1140
Rt
E r'
c
CL DL &33Z. MAX % 84MAX
CURB 1�IOT 8
CURB FACE :4m X
x<
C Lo
TYP E 1
2%
MAX
NOTE 8
TYPE 2
N �<x
a
� NOTE 2
CURB
CURB FACE G
CASE f
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN
CURB RAMP
111-5
SHVI I OFJ
reement No. 7524
0
SKEW ANGLE,
4(li-220m
SKEW ANGLE a=45'
OFFSET b=0 NOTE 2
UNLESS OTHERWISE
NOTED ON PLANS 1 kxoh
NOI'E B-'
OFFS
ET, b
CURB CASE C
CURB FACE X
z
E
E
"" SEE DETAIL
A, B, C, OR D
Y NOTE 2
a PLANTING
0- .��.
CURB'
CURB FACE;
SEE DETAIL A, B, C OR D-
At_
o IIxx
NOTE 5
a. a
NOTE 2—
CURB FAC
8
INOTE
JA
TYPE 1
5% MAX
X=4' (1220 mm)
�I,
IF ADJACENT TO
PLANTING AREA,
OTHEWISE SEE TABLE 1
Y
CASE D
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLE
CURB RAMP 111 -5
S
4' (1220 mm)"
m
0
E A OR B< LESS
Z`
S
r � 4' (1220 mm
Y
PLANTING
IL
AREA
CURB/
CURB FACE
X=L 1220 �
WHEN ADJACENTTO PLANTING AREA
S
NOTE 2 \f
Y.
1
N
CURB
CURB F
2%
MAX
X
(1220 mm)
0.Q
�i2
MARKED
CROSSWALK
S
dl
U
Z OR
C LES
Zt-�-4001 4
—
X 1 41 1 X
x
0�
MARKED''
CROSSWALK
BREAK
wE o
E
0 Q MARKED
IN CROSSWALK
1% MAX
x
NOTE 2 TYP E 1
" NOTE 8
2%
MAX
U
a MARKED
A —MAX CROSSWALK
x
'GRADE BREAK
NOTE 8 TYPE 2
CASE
AREA
CURB/
CURB FACE
X=L 1220 �
WHEN ADJACENTTO PLANTING AREA
S
NOTE 2 \f
Y.
1
N
CURB
CURB F
2%
MAX
X
(1220 mm)
0.Q
�i2
MARKED
CROSSWALK
S
dl
U
Z OR
C LES
Zt-�-4001 4
—
X 1 41 1 X
x
0�
MARKED''
CROSSWALK
BREAK
wE o
E
0 Q MARKED
IN CROSSWALK
1% MAX
x
NOTE 2 TYP E 1
" NOTE 8
2%
MAX
U
a MARKED
A —MAX CROSSWALK
x
'GRADE BREAK
NOTE 8 TYPE 2
CASE
SEE NOTE 6
EXISTING -
ROADWAY
SEE NOTE 6
EXISTING
ROADWAY
�.
Y 4' 0220 mm _ MIN
ROUNDED_ TOP OF
EDGE RAMP
MA7 AX
_wB, DAY
A2-0 CURB AND GUTTER
SECTION A -A
Y 4°
N1 E0 .
EDGE \
TOP OF
12--0 CURB AND GU
SECTION B-B
SEE NOTE 6 PARKWAY
EXISTINGtl -
ROADWAY
4° (1220 mm) MIN
- 2% MAX
A2-0 CURB AND GI.
SECTION C-C
USE FIGURE 1 TO DETERMINE
WHICH OF SECTIONS A -A, B-B
OR C-C IS APPROPRIATE.
DEPRESS BACK OF WALK
SEE DETAIL A, B, C OR D,
SHEET 10,
DEPRESS BACK OF WALK
SEE DETAIL A, B, C OR D,
SHEET 10.
Z _ 4'" Z
1220 mm
DEPRESS BACK OF WALK
ALK
SECTION R-R
-,..., Z OR LESS
SECTION S-S
_K
PARKWAY WIDTH, FT (m)
4' S' 6' 7' 8' 9' 10' 11' 12' 13' 14' 15' 16' 17' 18' 19' 20'
.--. MIN 1.5 1.82�.1) (2.4) (2.7) (3.0) (3.3) (3.6) (3.
9) (4.2) (4.5) (4.8) (5.1) (5.4) (5.7) (6.0)
1 ° (25)—�
E 2"
u
cn 3,
Lai
= 4" (1
0
z 5" (1
L 6" (1
7" (1
m 8„ (2
0 9" (Z
Q 10" (2
® 11" (2
Z 12"a (3
OR MO
H ULI L -1 - 5tL I I UN USAGE
....... . ....... -
NORMAL
.-_........
CURB FACE,
SECTION Y—Y
INCHES (mm)
._. ..._._ ....._
X, FT (mm)
_—
Y, FT (mm)
.�............. _.......
2" (50)
4.00' (1220) MIN
2.63' (790)
3" (75)
4.00' (1220) MIN
3.95' (1185)
4" (100)
4.00' (1220) MIN
5.26' (1580)
5" (125)
4.17' (1275)
6.58' (1975)
6" (150)
5.00' (1525)
7.90' (2370)
7" (175)
5.83' (1775)
9.21' (2765)
8" (200)
6.67' (2035)
10.53' (3160)
9" (225)
7.50' (2285)
11.84' (3555)
10" (250)
8.33' (2540)
13.16' (3950)
11" (275)
9.17' (2795)
14.47' (4340)
12" (300) V 10.00' (3050) L 15 79' (4735)
SEE SHEET 9 FOR STREET SLOPE
ADJUSTMENT FACTORS, ALL STREETS
TABLE 1 - X AND Y VALUES
TABLE 1 REFERENCE FORMULAS:
X = CF / 8.333%
Y = CF / (8.333% — 2% WALK CROSS SLOPE)
WHERE FIGURE 1 SHOWS USE OF SECTION B—B, FIGURE Z
DIMENSION AS FOLLOWS:
W = PARKWAY WIDTH
L = LANDING WIDTH, 4' (1220 mm) TYP
Z = [(Y+L)—W] x 0.760
IF (Y+L) < A THEN Z = 0
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
CURB RAMP
STANDARD PLAN
111-5
reement No. 7524
CURB" GUTTER
CURB FACE/ -
SLOPE, S
Z,DOWN Z.Up
e 4' '
(1220 mm)
GRADE BREAK
Hl
TYPICAL CURB RAMP
X DOWN
BACK OF WALK
S
SECTION T—T FLOW LINE
SLOPED STREET
!mill
ON 11. 00-1011 m k" I
Nol"ImalimpLeffillill
0
S
K.DOWN
K.UP
0%
1.000
1.000
0.2%
0.977
1.025
0.5%
0,943
1.064
1%
0.893
1.136
2%
0.806
1.316
3%
0.735
1.563
4%
0.676
1.923
5%
0.625
2.500
TABLE 2 — SLOPE ADJUSTMENTS
TABLE 2 REFERENCE FORMULAS:
K.DOWN = 8.333% � (&333% + S)
K.UP = 8.3133% / 8 .333% - S)
STREET SLOPE ADJUSTMENTS
STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION
Al
12" (305 mm
3/4„
19 mm)
41/4" 1/4-
(6 mm) (6 mm)
GROOVING DETAIL
EO O O O
E
MHO O O O
N�O @ 0
'—O O O O
2.35"
60 mm)
��
oZ
m a PAVED SURFACE
-�° �-
DETAIL A
GRADED
SLOPE 2:1 MAX NPAVED SURFACE
. hwom ,.
DETAIL C
0.90" :7ca E
(23 mm d to
SINGLE
PATTERN UO I "TRUNCATED DOME"
DETECTABLE WARNING DETAIL
CONSTRUCT FENCE OR HANDRAIL
PER CONTRACT PLANS
6" (150 mm)
RETAINING CURB R ,,,PAVED SURFACE
DETAIL B
6" (150 mm)
RETAINING CUR.--,,UNP E1 SURFACE
DETAIL D
GENERAL NOTES:
1. CONCRETE SHALL BE CLASS 520-C-2500 (310-C-17) CONFORMING TO
SSPWC 201-1.1.2 AND SHALL BE 4" (100 mrh) THICK.
2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4" (6 mm)
GROOVES APPROXIMATELY 3/4" (19 mm) OC. SEE GROOVING DETAIL.
3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE
CONFORMING TO SSPWC 303-1.9.
4. USE DETAIL "A" OR "B" IF EXISTING SURFACE BEHIND LANDING IS PAVED.
5. USE DETAIL "C" OR "D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED.
6. R = 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN. SEE SHEET 7.
7. ANGLE = IL/2 UNLESS OTHERWISE SHOWN ON PLAN.
8. CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS
SHALL BE PER CONTRACT DOCUMENTS.
Agreement No. 7524
EXCERPTS FROM 2010 ADA STANDARDS
Agreement No. 7524
`I° I 0101W-- I
State and local government facilities must follow the requirements of the 2010
Standards, including both the Title II regulations at 28 CFR 35.151; and the 2004 ADAAG
at 36 CFR part 1191, appendices B and D.
2010 ADA
28 CFR 2004 Standards
part ADAAG raw= for
35.151 Accessible
Deign
In the few places where requirements between the two differ, the requirements of 28
CFR 35.151 prevail.
Compliance Date for Title II
If the start date for construction is on or after March 15, 2012, all newly constructed or
altered State and local government facilities must comply with the 2010 Standards.
Before that date, the 1991 Standards (without the elevator exemption), the UFAS, or the
2010 Standards may be used for such projects when the start of construction
commences on or after September 15, 2010.
Agreement No. 7524
28 CFR 35.151 New construction and alterations
(a) Design and construction.
(1) Each facility or part of a facility constructed by, on behalf of, or for the use of a public
entity shall be designed and constructed in such manner that the facility or part of the
facility is readily accessible to and usable by individuals with disabilities, if the
construction was commenced after January 26, 1992.
(2) Exception for structural impracticability.
(i) Full compliance with the requirements of this section is not required where a public
entity can demonstrate that it is structurally impracticable to meet the requirements. Full
compliance will be considered structurally impracticable only in those rare
circumstances when the unique characteristics of terrain prevent the incorporation of
accessibility features.
(ii) If full compliance with this section would be structurally impracticable, compliance
with this section is required to the extent that it is not structurally impracticable. In that
case, any portion of the facility that can be made accessible shall be made accessible to
the extent that it is not structurally impracticable.
(iii) If providing accessibility in conformance with this section to individuals with certain
disabilities (e.g., those who use wheelchairs) would be structurally impracticable,
accessibility shall nonetheless be ensured to persons with other types of disabilities,
(e.g., those who use crutches or who have sight, hearing, or mental impairments) in
accordance with this section.
(b) Alterations.
(1) Each facility or part of a facility altered by, on behalf of, or for the use of a public
entity in a manner that affects or could affect the usability of the facility or part of the
facility shall, to the maximum extent feasible, be altered in such manner that the altered
portion of the facility is readily accessible to and usable by individuals with disabilities, if
the alteration was commenced after January 26, 1992.
(2) The path of travel requirements of § 35.151(b)(4) shall apply only to alterations
undertaken solely for purposes other than to meet the program accessibility
requirements of § 35.150.
(3)
Agreement No. 7524
(i) Alterations to historic properties shall comply, to the maximum extent feasible, with
the provisions applicable to historic properties in the design standards specified in §
35.151(c).
(ii) If it is not feasible to provide physical access to an historic property in a manner that
will not threaten or destroy the historic significance of the building or facility, alternative
methods of access shall be provided pursuant to the requirements of § 35.150.
(4) Path of travel. An alteration that affects or could affect the usability of or access to
an area of a facility that contains a primary function shall be made so as to ensure that,
to the maximum extent feasible, the path of travel to the altered area and the restrooms,
telephones, and drinking fountains serving the altered area are readily accessible to and
usable by individuals with disabilities, including individuals who use wheelchairs, unless
the cost and scope of such alterations is disproportionate to the cost of the overall
alteration.
(i) Primary function. A "primary function" is a major activity for which the facility is
intended. Areas that contain a primary function include, but are not limited to, the
dining area of a cafeteria, the meeting rooms in a conference center, as well as offices
and other work areas in which the activities of the public entity using the facility are
carried out.
(A) Mechanical rooms, boiler rooms, supply storage rooms, employee lounges or locker
rooms, janitorial closets, entrances, and corridors are not areas containing a primary
function. Restrooms are not areas containing a primary function unless the provision of
restrooms is a primary purpose of the area, e.g., in highway rest stops.
(B) For the purposes of this section, alterations to windows, hardware, controls, electrical
outlets, and signage shall not be deemed to be alterations that affect the usability of or
access to an area containing a primary function.
(ii) A "path of travel" includes a continuous, unobstructed way of pedestrian passage by
means of which the altered area may be approached, entered, and exited, and which
connects the altered area with an exterior approach (including sidewalks, streets, and
parking areas), an entrance to the facility, and other parts of the facility.
(A) An accessible path of travel may consist of walks and sidewalks, curb ramps and
other interior or exterior pedestrian ramps; clear floor paths through lobbies, corridors,
rooms, and other improved areas; parking access aisles; elevators and lifts; or a
combination of these elements.
Agreement No. 7524
(B) For the purposes of this section, the term "path of travel" also includes the
restrooms, telephones, and drinking fountains serving the altered area.
(C) Safe harbor. If a public entity has constructed or altered required elements of a
path of travel in accordance with the specifications in either the 1991 Standards or the
Uniform Federal Accessibility Standards before March 15, 2012, the public entity is not
required to retrofit such elements to reflect incremental changes in the 2010 Standards
solely because of an alteration to a primary function area served by that path of travel.
(iii) Disproportionality.
(A) Alterations made to provide an accessible path of travel to the altered area will be
deemed disproportionate to the overall alteration when the cost exceeds 20 % of the
cost of the alteration to the primary function area.
(B) Costs that may be counted as expenditures required to provide an accessible path of
travel may include:
(1) Costs associated with providing an accessible entrance and an accessible route to the
altered area, for example, the cost of widening doorways or installing ramps;
(2) Costs associated with making restrooms accessible, such as installing grab bars,
enlarging toilet stalls, insulating pipes, or installing accessible faucet controls;
(3) Costs associated with providing accessible telephones, such as relocating the
telephone to an accessible height, installing amplification devices, or installing a text
telephone (TTY); and
(4) Costs associated with relocating an inaccessible drinking fountain.
(iv) Duty to provide accessible features in the event of disproportionality.
(A) When the cost of alterations necessary to make the path of travel to the altered area
fully accessible is disproportionate to the cost of the overall alteration, the path of travel
shall be made accessible to the extent that it can be made accessible without incurring
disproportionate costs.
(B) In choosing which accessible elements to provide, priority should be given to those
elements that will provide the greatest access, in the following order—
(1) An accessible entrance;
Agreement No. 7524
(2) An accessible route to the altered area;
(3) At least one accessible restroom for each sex or a single unisex restroom;
(4) Accessible telephones;
(5) Accessible drinking fountains; and
(6) When possible, additional accessible elements such as parking, storage, and alarms.
(v) Series of smaller alterations.
(A) The obligation to provide an accessible path of travel may not be evaded by
performing a series of small alterations to the area served by a single path of travel if
those alterations could have been performed as a single undertaking.
(B)
(1) If an area containing a primary function has been altered without providing an
accessible path of travel to that area, and subsequent alterations of that area, or a
different area on the same path of travel, are undertaken within three years of the
original alteration, the total cost of alterations to the primary function areas on that path
of travel during the preceding three-year period shall be considered in determining
whether the cost of making that path of travel accessible is disproportionate.
(2) Only alterations undertaken on or after March 15, 2011, shall be considered in
determining if the cost of providing an accessible path of travel is disproportionate to
the overall cost of the alterations.
(c) Accessibility standards and compliance date.
(1) If physical construction or alterations commence after July 26, 1992, but prior to the
September 15, 2010, then new construction and alterations subject to this section must
comply with either the UFAS or the 1991 Standards except that the elevator exemption
contained at section 4.1.3(5) and section 4.1.6(1)(k) of the 1991 Standards shall not
apply. Departures from particular requirements of either standard by the use of other
methods shall be permitted when it is clearly evident that equivalent access to the
facility or part of the facility is thereby provided.
(2) If physical construction or alterations commence on or after September 15, 2010, and
before March 15, 2012, then new construction and alterations subject to this section
may comply with one of the following: the 2010 Standards, UFAS, or the 1991 Standards
Agreement No. 7524
except that the elevator exemption contained at section 4.1.3(5) and section 4.1.6(1)(k)
of the 1991 Standards shall not apply. Departures from particular requirements of either
standard by the use of other methods shall be permitted when it is clearly evident that
equivalent access to the facility or part of the facility is thereby provided.
(3) If physical construction or alterations commence on or after March 15, 2012, then
new construction and alterations subject to this section shall comply with the 2010
Standards.
(4) For the purposes of this section, ceremonial groundbreaking or razing of structures
prior to site preparation do not commence physical construction or alterations.
(5) Noncomplying new construction and alterations.
(i) Newly constructed or altered facilities or elements covered by §§ 35.151(a) or (b) that
were constructed or altered before March 15, 2012, and that do not comply with the
1991 Standards or with UFAS shall before March 15, 2012, be made accessible in
accordance with either the 1991 Standards, UFAS, or the 2010 Standards.
(ii) Newly constructed or altered facilities or elements covered by §§ 35.151(a) or (b) that
were constructed or altered before March 15, 2012 and that do not comply with the
1991 Standards or with UFAS shall, on or after March 15, 2012, be made accessible in
accordance with the 2010 Standards.
Agreement No. 7524
302 Floor or Ground Surfaces
302.1 General. Floor and ground surfaces shall be stable, firm, and slip resistant and
shall comply with 302.
EXCEPTIONS:
1. Within animal containment areas, floor and ground surfaces shall not be required
to be stable, firm, and slip resistant.
2. Areas of sport activity shall not be required to comply with 302.
Advisory 302.1 General.
A stable surface is one that remains unchanged by contaminants or applied force, so that when
the contaminant or force is removed, the surface returns to its original condition. A firm surface
resists deformation by either indentations or particles moving on its surface. A slip -resistant
surface provides sufficient frictional counterforce to the forces exerted in walking to permit safe
ambulation.
302.2 Carpet. Carpet or carpet tile shall be securely attached and shall have a firm
cushion, pad, or backing or no cushion or pad. Carpet or carpet tile shall have a level
loop, textured loop, level cut pile, or level cut/uncut pile texture. Pile height shall be 1/2
inch (13 mm) maximum. Exposed edges of carpet shall be fastened to floor surfaces and
shall have trim on the entire length of the exposed edge. Carpet edge trim shall comply
with 303.
Advisory 302.2 Carpet.
Carpets and permanently affixed mats can significantly increase the amount of force (roll
resistance) needed to propel a wheelchair over a surface. The firmer the carpeting and backing,
the lower the roll resistance. A pile thickness up to 1/2 inch (13 min) (measured to the backing,
cushion, or pad) is allowed, although a lower pile provides easier wheelchair maneuvering. If a
backing, cushion or pad is used, it must be firm. Preferably, carpet pad should not be used
because the soft padding increases roll resistance.
Figure 302.2
'/2 max
13
r
Carpet Pile Height
Agreement No. 7524
302.3 Openings. Openings in floor or ground surfaces shall not allow passage of a
sphere more than 1/2 inch (13 mm) diameter except as allowed in 407.4.3, 409.4.3,
410.4, 810.5.3 and 810.10. Elongated openings shall be placed so that the long
dimension is perpendicular to the dominant direction of travel.
Figure 302.3
dominant direction of travel
long dimension perpendicular to
dominant direction of travel
% max
13
Elongated Openings in Floor or Ground Surfaces
Agreement No. 7524
405 Ramps
405.1 General. Ramps on accessible routes shall comply with 405.
EXCEPTION: In assembly areas, aisle ramps adjacent to seating and not serving
elements required to be on an accessible route shall not be required to comply with
405.
405.2 Slope. Ramp runs shall have a running slope not steeper than 1:12.
EXCEPTION: In existing sites, buildings, and facilities, ramps shall be permitted to have
running slopes steeper than 1:12 complying with Table 405.2 where such slopes are
necessary due to space limitations.
Table 405.2 Maximum Ramp Slope and Rise for Existing Sites, Buildings, and
Facilities
Slope (A slope steeper > than 1:8 is prohibited.) Maximum Rise
Steeper than 1:10 but not steeper than 1:8 3 inches (75 mm)
Steeper than 1:12 but not steeper than 1:10 6 inches (150 mm)
Advisory 405.2 Slope.
To accommodate the widest range of users, provide ramps with the least possible running slope
and, wherever possible, accompany ramps with stairs for use by those individuals for whom
distance presents a greater barrier than steps, e.g., people with heart disease or limited stamina.
405.3 Cross Slope. Cross slope of ramp runs shall not be steeper than 1:48.
Advisory 405.3 Cross Slope.
Cross slope is the slope of the surface perpendicular to the direction of travel. Cross slope is
measured the same way as slope is measured (i.e., the rise over the run).
405.4 Floor or Ground Surfaces. Floor or ground surfaces of ramp runs shall comply
with 302. Changes in level other than the running slope and cross slope are not
permitted on ramp runs.
405.5 Clear Width. The clear width of a ramp run and, where handrails are provided,
the clear width between handrails shall be 36 inches (915 mm) minimum.
EXCEPTION: Within employee work areas, the required clear width of ramps that are a
part of common use circulation paths shall be permitted to be decreased by work area
Agreement No. 7524
equipment provided that the decrease is essential to the function of the work being
performed.
405.6 Rise. The rise for any ramp run shall be 30 inches (760 mm) maximum.
405.7 Landings. Ramps shall have landings at the top and the bottom of each ramp
run. Landings shall comply with 405.7.
Advisory 405.7 Landings.
Ramps that do not have level landings at changes in direction can create a compound slope that
will not meet the requirements of this document. Circular or curved ramps continually change
direction. Curvilinear ramps with small radii also can create compound cross slopes and cannot,
by their nature, meet the requirements for accessible routes. A level landing is needed at the
accessible door to permit maneuvering and simultaneously door operation.
Figure 405.7
d rnin T41
U 152E
landing ramp run landing
L at least as wide as ramp run
(a)
straight
Ramp Landings
d mid
1525
ramp run c
landing o
w
c
(b)
change In dlrWlon
405.7.1 Slope. Landings shall comply with 302. Changes in level are not permitted.
EXCEPTION: Slopes not steeper than 1:48 shall be permitted.
405.7.2 Width. The landing clear width shall be at least as wide as the widest ramp run
leading to the landing.
405.7.3 Length. The landing clear length shall be 60 inches (1525 mm) long minimum.
Agreement No. 7524
405.7.4 Change in Direction. Ramps that change direction between runs at landings
shall have a clear landing 60 inches (1525 mm) minimum by 60 inches (1525 mm)
minimum.
405.7.5 Doorways. Where doorways are located adjacent to a ramp landing,
maneuvering clearances required by 404.2.4 and 404.3.2 shall be permitted to overlap
the required landing area.
405.8 Handrails. Ramp runs with a rise greater than 6 inches (150 mm) shall have
handrails complying with 505.
EXCEPTION: Within employee work areas, handrails shall not be required where ramps
that are part of common use circulation paths are designed to permit the installation of
handrails complying with 505. Ramps not subject to the exception to 405.5 shall be
designed to maintain a 36 inch (915 mm) minimum clear width when handrails are
installed.
405.9 Edge Protection. Edge protection complying with 405.9.1 or 405.9.2 shall be
provided on each side of ramp runs and at each side of ramp landings.
EXCEPTIONS:
1. Edge protection shall not be required on ramps that are not required to have
handrails and have sides complying with 406.3.
2. Edge protection shall not be required on the sides of ramp landings serving an
adjoining ramp run or stairway.
3. Edge protection shall not be required on the sides of ramp landings having a
vertical drop-off of 1/2 inch (13 mm) maximum within 10 inches (255 mm)
horizontally of the minimum landing area specified in 405.7.
405.9.1 Extended Floor or Ground Surface. The floor or ground surface of the ramp
run or landing shall extend 12 inches (305 mm) minimum beyond the inside face of a
handrail complying with 505.
Advisory 405.9.1 Extended Floor or Ground Surface.
The extended surface prevents wheelchair casters and crutch tips from slipping off the ramp
surface.
Agreement No. 7524
Figure 405.9.1
12 mii
�o
Ground Surface Edge Protection
2 min
305
Extended Floor or
405.9.2 Curb or Barrier. A curb or barrier shall be provided that prevents the passage
of a 4 inch (100 mm) diameter sphere, where any portion of the sphere is within 4 inches
(100 mm) of the finish floor or ground surface.
Figure 405.9.2
X < 4
100
Curb or Barrier Edge Protection
405.10 Wet Conditions. Landings subject to wet conditions shall be designed to
prevent the accumulation of water.
Agreement No. 7524
4o6 Curb Ramps
406.1 General. Curb ramps on accessible routes shall comply with 406, 405.2 through
405.5, and 405.10.
406.2 Counter Slope. Counter slopes of adjoining gutters and road surfaces
immediately adjacent to the curb ramp shall not be steeper than 1:20. The adjacent
surfaces at transitions at curb ramps to walks, gutters, and streets shall be at the same
level.
Figure 406.2
adjoining surface maximum
slope
20 curb ramp slope
Counter Slope of
Surfaces Adjacent to Curb Ramps
406.3 Sides of Curb Ramps. Where provided, curb ramp flares shall not be steeper
than 1:10.
Figure 406.3
Sides of Curb Ramps
406.4 Landings. Landings shall be provided at the tops of curb ramps. The landing clear
length shall be 36 inches (915 mm) minimum. The landing clear width shall be at least as
wide as the curb ramp, excluding flared sides, leading to the landing.
EXCEPTION: In alterations, where there is no landing at the top of curb ramps, curb
ramp flares shall be provided and shall not be steeper than 1:12.
Agreement No. 7524
Figure 406.4
a A , at least as wide as
36 mrnin..,..' ''dourb rmmp
Ramps
Landings at the Top of Curb
406.5 Location. Curb ramps and the flared sides of curb ramps shall be located so that
they do not project into vehicular traffic lanes, parking spaces, or parking access aisles.
Curb ramps at marked crossings shall be wholly contained within the markings,
excluding any flared sides.
406.6 Diagonal Curb Ramps. Diagonal or corner type curb ramps with returned curbs
or other well-defined edges shall have the edges parallel to the direction of pedestrian
flow. The bottom of diagonal curb ramps shall have a clear space 48 inches (1220 mm)
minimum outside active traffic lanes of the roadway. Diagonal curb ramps provided at
marked crossings shall provide the 48 inches (1220 mm) minimum clear space within the
markings. Diagonal curb ramps with flared sides shall have a segment of curb 24 inches
(610 mm) long minimum located on each side of the curb ramp and within the marked
crossing.
Agreement No. 7524
Figure 406.6
Diagonal or Corner Type Curb
Ramps
406.7 Islands. Raised islands in crossings shall be cut through level with the street or
have curb ramps at both sides. Each curb ramp shall have a level area 48 inches (1220
mm) long minimum by 36 inches (915 mm) wide minimum at the top of the curb ramp
in the part of the island intersected by the crossings. Each 48 inch (1220 mm) minimum
by 36 inch (915 mm) minimum area shall be oriented so that the 48 inch (1220 mm)
minimum length is in the direction of the running slope of the curb ramp it serves. The
48 inch (1220 mm) minimum by 36 inch (915 mm) minimum areas and the accessible
route shall be permitted to overlap.
Agreement No. 7524
Figure 406.7
MM
( )
throughcLA t island r ramp at island
Islands in Crossings
Agreement No. 7524
Agreement No. 7524
"General Decision Number: CA20250022 08/01/2025
Superseded General Decision Number: CA20240022
State: California
Construction Types: Building, Heavy (Heavy and Dredging) and
Highway
County: Los Angeles County in California.
BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not
include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
IIf the contract is entered
into on or after January 30,
12022, or the contract is
Irenewed or extended (e.g., an
option is exercised) on or
lafter January 30, 2022:
V
If the contract was awarded on
or between January 1, 2015 and
January 29, 2022, and the
contract is not renewed or
extended on or after January
30, 2022:
Executive Order 14026
generally applies to the
contract.
The contractor must pay
all covered workers at
least $17.75 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2025.
Executive Order 13658 I
generally applies to the
contract.
The contractor must pay alll
covered workers at least I
$13.30 per hour (or the
applicable wage rate listedl
on this wage determination,1
if it is higher) for all I
hours spent performing on I
that contract in 2025.
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Agreement No. 7524
Modification Number
0
1
2
3
4
5
6
7
ASBE0005-002 09/01/2024
Publication Date
01/03/2025
01/24/2025
02/07/2025
02/21/2025
02/28/2025
03/28/2025
06/06/2025
08/01/2025
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems) ..... $ 56.32 26.52
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls) ............. .»............ $ 39.94 20.65
ASBE0005-004 07/04/2022
Rates Fringes
Asbestos Removal
worker/hazardous material
handler (Includes
preparation, wetting,
stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials from
mechanical systems, whether
they contain asbestos or not) .... $ 23.52 13.37
BOIL0092-003 01/01/2024
Rates Fringes
BOILERMAKER ......................$ 51.98 42.11
* BRCA0004-007 05/01/2024
Rates Fringes
BRICKLAYER; MARBLE SETTER ........ $ 45.53 20.29
*The wage scale for prevailing wage projects performed in
Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine
Palms, Needles and 1-15 corridor (Barstow to the Nevada
State Line) will be Three Dollars ($3.00) above the
standard San Bernardino/Riverside County hourly wage rate
----------------------------------------------------------------
BRCA0018-004 06/01/2024
Rates Fringes
Agreement No. 7524
MARBLE FINISHER ..................$ 43.38 15.36
TILE FINISHER ....................$ 37.96 13.77
TILE LAYER ................»...»..$ 51.82 19.32
----------------------------------------------------------------
BRCA0018-010 09/01/2024
Rates Fringes
TERRAZZO FINISHER ........ »....... $ 42.11 14.67
TERRAZZO WORKER/SETTER ........ .».»$ 49.62 15.26
----------------------------------------------------------------
CARP0213-001 01/01/2024
Rates Fringes
CARPENTER
(1) Carpenter, Cabinet
Installer, Insulation
Installer, Hardwood Floor
Worker and acoustical
installer ...................$
48.86
22.88
(2) Millwright ..............$
49.36
22.88
(3) Piledrivermen/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial) ................$
48.99
22.88
(4) Pneumatic Nailer,
Power Stapler ...............$
51.85
16.28
(5) Sawfiler...............$
51.69
16.28
(6) Scaffold Builder .......
$ 40.77
22.38
(7) Table Power Saw
Operator ....................$
51.70
16.28
FOOTNOTE: Work of forming in the construction of open cut
sewers or storm drains, on operations in which horizontal
lagging is used in conjunction with steel H-Beams driven or
placed in pre- drilled holes, for that portion of a lagged
trench against which concrete is poured, namely, as a
substitute for back forms (which work is performed by
piledrivers): $0.13 per hour additional.
-----------------------------------------------------------------
CARP0213-002 07/01/2021
Diver
Rates Fringes
(1)
Wet .....................$
834.40
16.28
(2)
Standby .................$
445.84
16.28
(3)
Tender ..................$
437.84
16.28
(4)
Assistant Tender ........
$ 413.84
16.28
Amounts in ""Rates' column are per day
----------------------------------------------------------------
CARP0213-004 01/01/2024
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER .... $ 48.86 22.88
STOCKER/SCRAPPER ............ $ 20.80 9.,97
----------------------------------------------------------------
CARP0721-001 07/01/2021
Agreement No. 7524
Rates Fringes
Modular Furniture Installer ...... $ 21.85 7.15
----------------------------------------------------------------
ELECOOII-004 06/30/2023
Rates Fringes
ELECTRICIAN (INSIDE
ELECTRICAL WORK)
Journeyman Electrician ...... $ 60.80 3%+29.77
ELECTRICIAN (INTELLIGENT
TRANSPORTATION SYSTEMS Street
Lighting, Traffic Signals,
CCTV,and Underground Systems)
Journeyman Transportation
Electrician .................$ 60.80 3%+29.77
Technician ..................$ 45.60 3%+29.77
FOOT NOTE:
CABLE SPLICER & INSTRUMENT PERSON: Recieve 5% additional per
hour above Journeyman Electrician basic hourly rate.
TUNNEL WORK: 10% additional per hour.
SCOPE OF WORK - TRANSPORTATION SYSTEMS
ELECTRICIAN:
Installation of street lights and traffic signals,including
electrical circuitry, programmable controllers,
pedestal -mounted electrical meter enclosures and laying of
pre -assembled multi -conductor cable in ducts, layout of
electrical systems and communication installation,
including proper position of trench depths and radius at
duct banks, location for man
holes, pull boxes, street lights and traffic signals.
Installation of underground ducts for electrical,telephone,
cable television and communication systems.
Pulling,termination and
splicing of traffic signal and street lighting conductors and
electrical systems including interconnect,detector loop,
fiber optic cable and video/cable.
TECHNICIAN:
Distribution of material at job site, manual excavation and
backfill, installation of system conduits and raceways for
electrical, telephone, cable television and communication
systems. Pulling, terminating and splicing of traffic signal
and street lighting conductors and electrical systems
including interconnect, detector loop, fiber optic cable
and video/data.
----------------------------------------------------------------
* ELECOOII-007 01/01/2024
COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent
Transportation Systems or CCTV highway systems)
Rates Fringes
Communications System
Installer ...................$ 46.47 3%+17.08
SCOPE OF WORK The work covered shall include the
Agreement No. 7524
installation, testing, service and maintenance, of the
following systems that utilize the transmission and/or
transference of voice, sound, vision and digital for
commercial, education, security and entertainment purposes
for TV monitoring and surveillance, background foreground
music, intercom and telephone interconnect, inventory
control systems, microwave transmission, multi -media,
multiplex, nurse call system, radio page, school intercom
and sound, burglar alarms and low voltage master clock
systems.
A. Communication systems that transmit or receive information
and/or control systems that are intrinsic to the above
listed systems SCADA (Supervisory control/data acquisition
PCM (Pulse code modulation) Inventory control systems
Digital data systems Broadband & baseband and carriers
Point of sale systems VSAT data systems Data communication
systems RF and remote control systems Fiber optic data
systems
B. Sound and Voice Transmission/Transference Systems
Background -Foreground Music Intercom and Telephone
Interconnect Systems Sound and Musical Entertainment
Systems Nurse Call Systems Radio Page Systems School
Intercom and Sound Systems Burglar Alarm Systems
Low -Voltage Master Clock Systems Multi-Media/Multiplex
Systems Telephone Systems RF Systems and Antennas and Wave
Guide
C. *Fire Alarm Systems -installation, wire pulling and
testing.
D. Television and Video Systems Television Monitoring and
Surveillance Systems Video Security Systems Video
Entertainment Systems Video Educational Systems CATV and
CCTV
E. Security Systems, Perimeter Security Systems, Vibration
Sensor Systems
Sonar/Infrared Monitoring
Card Access Systems
*Fire Alarm Systems
1. Fire Alarms -In Raceways
raceways performed at the
fringe benefits.
Equipment, Access Control Systems,
: Wire and cable pulling in
current electrician wage rate and
2. Fire Alarms -Open Wire Systems: installed by the Technician.
ELEC1245-001 01/01/2025
Rates Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$
70.16
24.71
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), overhead &
underground distribution
line equipment) ,............
$ 53.30
22.26
(3) Groundman...............$
40.76
21.76
(4) Powderman...............$
51.87
18.79
Agreement No. 7524
HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,
Independence Day, Labor Day, Veterans Day, Thanksgiving Day
and day after Thanksgiving, Christmas Day
ELEV0018-001 01/01/2025
Rates Fringes
ELEVATOR MECHANIC ................$ 69.43 38.435+a+b
FOOTNOTE:
a. PAID VACATION: Employer contributes 8% of regular hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5 years of service.
b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence
Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday
after Thanksgiving, and Christmas Day.
ENGI0012-004 08/01/2024
Rates Fringes
OPERATOR: Power Equipment
(DREDGING)
(1) Leverman................$
64.10
38.75
(2) Dredge dozer ............
$ 58.13
38.75
(3) Deckmate................$
58.02
38.75
(4) Winch operator (stern
winch on dredge) ............
$ 57.47
38.75
(5) Fireman -Oiler,
Deckhand, Bargeman,
Leveehand...................$
56.93
38.75
(6) Barge Mate ..............$
57.54
38.75
ENGI0012-024 07/01/2023
Rates
Fringes
OPERATOR:
Power Equipment
(All Other
Work)
GROUP
1.„..................$
53.90
32.80
GROUP
2......................$
54.68
32.80
GROUP
3......... ...........
$ 54.97
32.80
GROUP
4..... ......... ,.„...$
56.46
32.80
GROUP
6. ...................
$ 56.68
32.80
GROUP
8........„......„... _
$ 56.79
32.80
GROUP10
....................
$ 56.91
32.80
GROUP12
..... ,„.............$
57.08
32.80
GROUP
13....................$
57.18
32.80
GROUP
14.... ................$
57.21
32.80
GROUP
15............ ........
$ 57.29
32.80
GROUP
16....................$
57.41
32.80
GROUP
17............... .....
$ 57.58
32.80
GROUP
18....................$
57.68
32.80
GROUP19
................„...$
57.79
32.80
GROUP
20.....................$
57.91
32.80
GROUP
21....................
$ 58.08
32.80
GROUP22
........... .........
$ 58.18
32.80
GROUP
23....................$
58.29
32.80
GROUP
24....................$
58.41
32.80
GROUP
25.............. „.....$
58.58
32.80
Agreement No. 7524
OPERATOR: Power Equipment
(Cranes, Piledriving &
Hoisting)
GROUP
1
....... .............
$ 55.25
32.80
GROUP
2„
...................$
56.03
32.80
GROUP
3...
.......... ......
$ 56.32
32.80
GROUP
4...
...............„.$
56.46
32.80
GROUP
5
................ ...$
56.68
32.80
GROUP
6
....................
$ 56.79
32.80
GROUP
7...
.................
$ 56.91
32.80
GROUP
8
........... .........
$ 57.08
32.80
GROUP
9
... ............. ....
$ 57.25
32.80
GROUP
10
....................$
58.25
32.80
GROUP
11
....................$
59.25
32.80
GROUP
12
....................$
60.25
32.80
GROUP
13
....................$
61.25
32.80
OPERATOR:
Power Equipment
(Tunnel Work)
GROUP
1
............ ........
$ 55.75
32.80
GROUP
2
....................$
56.53
32.80
GROUP
3
.....................$
56.82
32.80
GROUP
4
... .................$
56.96
32.80
GROUP
5,
.................. .$
57„18
32.80
GROUP
6
- ............ ......
$ 57.29
32.80
GROUP
7
....................$
57.41
32.80
PREMIUM PAY:
$10.00 per hour shall be paid on all Power Equipment Operator
work on the followng Military Bases: China Lake Naval
Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base,
Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics
Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp
Pendleton
Workers required to suit up and work in a hazardous material
environment: $2.00 per hour additional. Combination mixer
and compressor operator on gunite work shall be classified
as a concrete mobile mixer operator.
SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch
Witch, with seat or similar type equipment; Elevator
operator -inside; Engineer Oiler; Forklift operator
(includes loed, lull or similar types under 5 tons;
Generator operator; Generator, pump or compressor plant
operator; Pump operator; Signalman; Switchman
GROUP 2: Asphalt -rubber plant operator (nurse tank
operator);Coil Tubing Rig Operator, Concrete mixer
operator -skip type; Conveyor operator; Fireman; Forklift
operator (includes loed, lull or similar types over 5 tons;
Hydrostatic pump operator; oiler crusher (asphalt or
concrete plant); Petromat laydown machine; PJU side dum
jack; Screening and conveyor machine operator (or similar
types); Skiploader (wheel type up to 3/4 yd. without
attachment); Tar pot fireman; Temporary heating plant
operator; Trenching machine oiler
GROUP 3: Asphalt -rubber blend operator; Bobcat or similar
type (Skid steer); Equipment greaser (rack); Ford Ferguson
(with dragtype attachments); Helicopter radioman (ground);
Stationary pipe wrapping and cleaning machine operator
Agreement No. 7524
GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or
similar type); Boring machine operator; Boxman or mixerman
(asphalt or concrete); Chip spreading machine operator;
Concrete cleaning decontamination machine operator;
Concrete Pump Operator (small portable);Direct Push
Operator (Geoprobe or similar types) Drilling machine
operator, small auger types (Texoma super economatic or
similar types - Hughes 100 or 200 or similar types -
drilling depth of 30' maximum); Equipment greaser (grease
truck); Guard rail post driver operator; Highline cableway
signalman; Hydra-hammer-aero stomper; Micro Tunneling
(above ground tunnel); Power concrete curing machine
operator; Power concrete saw operator; Power -driven jumbo
form setter operator; Power sweeper operator; Rock Wheel
Saw/Trencher; Roller operator (compacting); Screed operator
(asphalt or concrete); Trenching machine operator (up to 6
ft.); Vacuum or much truck
GROUP 6: Articulating material hauler; Asphalt plant
engineer; Batch plant operator; Bit sharpener; Concrete
joint machine operator (canal and similar type); Concrete
planer operator; Dandy digger; Deck engine operator;
Derrickman (oilfield type); Drilling machine operator,
bucket or auger types (Calweld 100 bucket or similar types
- Watson 1000 auger or similar types - Texoma 330, 500 or
600 auger or similar types - drilling depth of 45'
maximum); Drilling machine operator; Hydrographic seeder
machine operator (straw, pulp or seed), Jackson track
maintainer, or similar type; Kalamazoo Switch tamper, or
similar type; Machine tool operator; Maginnis internal full
slab vibrator, Mechanical berm, curb or gutter(concrete or
asphalt); Mechanical finisher operator (concrete,
Clary -Johnson -Bidwell or similar); Micro tunnel system
(below ground); Pavement breaker operator (truck mounted);
Road oil mixing machine operator; Roller operator (asphalt
or finish), rubber -tired earth moving equipment (single
engine, up to and including 25 yds. struck); Self-propelled
tar pipelining machine operator; Skiploader operator
(crawler and wheel type, over 3/4 yd. and up to and
including 1-1/2 yds.); Slip form pump operator (power
driven hydraulic lifting device for concrete forms);
Tractor operator -bulldozer, tamper -scraper (single engine,
up to 100 h.p. flywheel and similar types, up to and
including D-5 and similar types); Tugger hoist operator (1
drum); Ultra high pressure waterjet cutting tool system
operator; Vacuum blasting machine operator
GROUP 8: Asphalt or concrete spreading operator (tamping or
finishing); Asphalt paving machine operator (Barber Greene
or similar type); Asphalt -rubber distribution operator;
Backhoe operator (up to and including 3/4 yd.), small ford,
Case or similar types; Cable Bundling Machine Operator
(excluding handheld); Cable Trenching Machine Operator
(Spider Plow or similar types) Cast -in -place pipe laying
machine operator; Combination mixer and compressor operator
(gunite work); Compactor operator (self-propelled);
Concrete mixer operator (paving); Crushing plant operator;
Drill Doctor; Drilling machine operator, Bucket or auger
types (Calweld 150 bucket or similar types - Watson 1500,
2000 2500 auger or similar types - Texoma 700, 800 auger or
similar types - drilling depth of 60' maximum); Elevating
grader operator; Grade checker; Gradall operator; Grouting
machine operator; Heavy-duty repairman; Heavy equipment
Agreement No. 7524
robotics operator; Kalamazoo balliste regulator or similar
type; Kolman belt loader and similar type; Le Tourneau blob
compactor or similar type; Loader operator (Athey, Euclid,
Sierra and similar types); Mobark Chipper or similar; Ozzie
padder or similar types; P.C. slot saw; Pneumatic concrete
placing machine operator (Hackley-Presswell or similar
type); Pumperete gun operator; RCM Cementing Unit Operator,
Rail/Switch Grinder Operator (Harsco or similar types)
Rock Drill or similar types; Rotary drill operator
(excluding caisson type); Rubber -tired earth -moving
equipment operator (single engine, caterpillar, Euclid,
Athey Wagon and similar types with any and all attachments
over 25 yds. up to and including 50 cu. yds. struck);
Rubber -tired earth -moving equipment operator (multiple
engine up to and including 25 yds. struck); Rubber -tired
scraper operator (self -loading paddle wheel type -John
Deere, 1040 and similar single unit); Self- propelled curb
and gutter machine operator; Shuttle buggy; Skiploader
operator (crawler and wheel type over 1-1/2 yds. up to and
including 6-1/2 yds.); Soil remediation plant operator;
Surface heaters and planer operator; Tractor compressor
drill combination operator; Tractor operator (any type
larger than D-5 - 100 flywheel h.p. and over, or
similar -bulldozer, tamper, scraper and push tractor single
engine); Tractor operator (boom attachments), Traveling
pipe wrapping, cleaning and bendng machine operator;
Trenching machine operator (over 6 ft. depth capacity,
manufacturer's rating); trenching Machine with Road Miner
attachment (over 6 ft depth capacity): Ultra high pressure
waterjet cutting tool system mechanic; Water pull
(compaction) operator
GROUP 10: Drilling machine operator, Bucket or auger types
(Calweld 200 B bucket or similar types -Watson 3000 or 5000
auger or similar types-Texoma 900 auger or similar
types -drilling depth of 105' maximum); Dual drum mixer,
dynamic compactor LDC350 (or similar types); Monorail
locomotive operator (diesel, gas or electric); Motor
patrol -blade operator (single engine); Multiple engine
tractor operator (Euclid and similar type -except Quad 9
cat.); Rubber -tired earth -moving equipment operator (single
engine, over 50 yds. struck); Pneumatic pipe ramming tool
and similar types; Prestressed wrapping machine operator;
Rubber -tired earth -moving equipment operator (single
engine, over 50 yds. struck); Rubber tired earth moving
equipment operator (multiple engine, Euclid, caterpillar
and similar over 25 yds. and up to 50 yds. struck), Tower
crane repairman; Tractor loader operator (crawler and wheel
type over 6-1/2 yds.); Woods mixer operator (and similar
Pugmill equipment)
GROUP 12: Auto grader operator; Automatic slip form operator;
Drilling machine operator, bucket or auger types (Calweld,
auger 200 CA or similar types - Watson, auger 6000 or
similar types - Hughes Super Duty, auger 200 or similar
types - drilling depth of 175' maximum); Hoe ram or similar
with compressor; Mass excavator operator less tha 750 cu.
yards; Mechanical finishing machine operator; Mobile form
traveler operator; Motor patrol operator (multi -engine);
Pipe mobile machine operator; Rubber -tired earth- moving
equipment operator (multiple engine, Euclid, Caterpillar
and similar type, over 50 cu. yds. struck); Rubber -tired
self- loading scraper operator (paddle -wheel -auger type
self -loading - two (2) or more units)
Agreement No. 7524
GROUP 13: Rubber -tired earth -moving equipment operator
operating equipment with push-pull system (single engine,
up to and including 25 yds. struck)
GROUP 14: Canal liner operator; Canal trimmer operator;
Remote- control earth -moving equipment operator (operating
a'second piece of equipment: $1.00 per hour additional);
Wheel excavator operator (over 750 cu. yds.)
GROUP 15: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds. and up to and including 50
yds. struck); Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (multiple
engine -up to and including 25 yds. struck)
GROUP 16: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (single engine,
over 50 yds. struck); Rubber -tired earth -moving equipment
operator, operating equipment with push-pull system
(multiple engine, Euclid, Caterpillar and similar, over 25
yds. and up to 50 yds. struck)
GROUP 17: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (multiple engine,
Euclid, Caterpillar and similar, over 50 cu. yds. struck);
Tandem tractor operator (operating crawler type tractors in
tandem - Quad 9 and similar type)
GROUP 18: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, up to and including 25 yds. struck)
GROUP 19: Rotex concrete belt operator (or similar types);
Rubber -tired earth -moving equipment operator, operating in
tandem (scrapers, belly dumps and similar types in any
combination, excluding compaction units - single engine,
Caterpillar, Euclid, Athey Wagon and similar types with any
and all attachments over 25 yds.and up to and including 50
cu. yds. struck); Rubber -tired earth -moving equipment
operator, operating in tandem (scrapers, belly dumps and
similar types in any combination, excluding compaction
units - multiple engine, up to and including 25 yds. struck)
GROUP 20: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
single engine, over 50 yds. struck); Rubber -tired
earth -moving equipment operator, operating in tandem
(scrapers, belly dumps, and similar types in any
combination, excluding compaction units - multiple engine,
Euclid, Caterpillar and similar, over 25 yds. and up to 50
yds. struck)
GROUP 21: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar
types in any combination, excluding compaction units -
multiple engine, Euclid, Caterpillar and similar type, over
50 cu. yds. struck)
GROUP 22: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, up to and including 25 yds. struck)
Agreement No. 7524
GROUP 23: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, Caterpillar, Euclid, Athey Wagon and
similar types with any and all attachments over 25 yds. and
up to and including 50 yds. struck); Rubber -tired
earth -moving equipment operator, operating with the tandem
push-pull system (multiple engine, up to and including 25
yds. struck)
GROUP 24: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, over 50 yds. struck); Rubber -tired
earth -moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar, over 25 yds. and up to 50 yds.
struck)
GROUP 25: Concrete pump operator -truck mounted; Rubber -tired
earth -moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar type, over 50 cu. yds. struck);
Spyder Excavator Operator, with all attachments
CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS
GROUP 1: Engineer oiler; Fork lift operator (includes loed,
lull or similar types)
GROUP 2: Truck crane oiler
GROUP 3: A -frame or winch truck operator; Ross carrier
operator (jobsite)
GROUP 4: Bridge -type unloader and turntable operator;
Helicopter hoist operator
GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western
or similar type); Tugger hoist operator (1 drum)
GROUP 6: Bridge crane operator; Cretor crane operator; Hoist
operator (Chicago boom and similar type); Lift mobile
operator; Lift slab machine operator (Vagtborg and similar
types); Material hoist and/or manlift operator; Polar
gantry crane operator; Self Climbing scaffold (or similar
type); Shovel, backhoe, dragline, clamshell operator (over
3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator
GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,
clamshell operator (over 5 cu. yds. mrc); Tower crane
repair; Tugger hoist operator (3 drum)
GROUP 8: Crane operator (up to and including 25 ton
capacity); Crawler transporter operator; Derrick barge
operator (up to and including 25 ton capacity); Hoist
operator, stiff legs, Guy derrick or similar type (up to
and including 25 ton capacity); Shovel, backhoe, dragline,
clamshell operator (over 7 cu. yds., M.R.C.)
GROUP 9: Crane operator (over 25 tons and up to and including
50 tons mrc); Derrick barge operator (over 25 tons up to
and including 50 tons mrc); Highline cableway operator;
Hoist operator, stiff legs, Guy derrick or similar type
(over 25 tons up to and including 50 tons mrc); K-crane
operator; Polar crane operator; Self erecting tower crane
Agreement No. 7524
operator maximum lifting capacity ten tons
GROUP 10: Crane operator (over 50 tons and up to and
including 100 tons mrc); Derrick barge operator (over 50
tons up to and including 100 tons mrc); Hoist operator,
stiff legs, Guy derrick or similar type (over 50 tons up to
and including 100 tons mrc)', Mobile tower crane operator
(over 50 tons, up to and including 100 tons M.R.C.);
GROUP 11: Crane operator (over 100 tons and up to and
including 200 tons mrc); Derrick barge operator (over 100
tons up to and including 200 tons mrc); Hoist operator,
stiff legs, Guy derrick or similar type (over 100 tons up
to and including 200 tons mrc); Mobile tower crane operator
(over 100 tons up to and including 200 tons mrc) ; Tower
crane operator and tower gantry
GROUP 12: Crane operator (over 200 tons up to and including
300 tons mrc); Derrick barge operator (over 200 tons up to
and including 300 tons mrc); Hoist operator, stiff legs,
Guy derrick or similar type (over 200 tons, up to and
including 300 tons mrc); Mobile tower crane operator (over
200 tons, up to and including 300 tons mrc)
GROUP 13: Crane operator (over 300 tons); Derrick barge
operator (over 300 tons); Helicopter pilot; Hoist operator,
stiff legs, Guy derrick or similar type (over 300 tons);
Mobile tower crane operator (over 300 tons)
TUNNEL CLASSIFICATIONS
GROUP 1: Skiploader (wheel type up to 3/4 yd. without
attachment)
GROUP 2: Power -driven jumbo form setter operator
GROUP 3: Dinkey locomotive or motorperson (up to and
including 10 tons)
GROUP 4: Bit sharpener; Equipment greaser (grease truck);
Slip form pump operator (power -driven hydraulic lifting
device for concrete forms); Tugger hoist operator (1 drum);
Tunnel locomotive operator (over 10 and up to and including
30 tons)
GROUP 5: Backhoe operator (up to and including 3/4 yd.);
Small Ford, Case or similar; Drill doctor; Grouting machine
operator; Heading shield operator; Heavy-duty repairperson;
Loader operator (Athey, Euclid, Sierra and similar types);
Mucking machine operator (1/4 yd., rubber -tired, rail or
track type); Pneumatic concrete placing machine operator
(Hackley-Presswell or similar type); Pneumatic heading
shield (tunnel); Pumperete gun operator; Tractor compressor
drill combination operator; Tugger hoist operator (2 drum);
Tunnel locomotive operator (over 30 tons)
GROUP 6: Heavy Duty Repairman
GROUP 7: Tunnel mole boring machine operator
ENGINEERS ZONES
$1.00 additional per hour for all of IMPERIAL County and the
portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as
defined below:
Agreement No. 7524
That area within the following Boundary: Begin in San
Bernardino County, approximately 3 miles NE of the intersection
of I-15 and the California State line at that point which is
the NW corner of Section 1, T17N,m R14E, San Bernardino
Meridian. Continue W in a straight line to that point which is
the SW corner of the northwest quarter of Section 6, T27S,
R42E, Mt. Diablo Meridian. Continue North to the intersection
with the Inyo County Boundary at that point which is the NE
corner of the western half of the northern quarter of Section
6, T25S, R42E, MDM. Continue W along the Inyo and San
Bernardino County boundary until the intersection with Kern
County, as that point which is the SE corner of Section 34,
T24S, R40E, MDM. Continue W along the Inyo and Kern County
boundary until the intersection with Tulare County, at that
point which is the SW corner of the SE quarter of Section 32,
T24S, R37E, MDM. Continue W along the Kern and Tulare County
boundary, until that point which is the NW corner of T25S,
R32E, MDM. Continue S following R32E lines to the NW corner of
T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E,
MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue
W to SW corner of SE quarter of Section 34, T32S, R30E, MDM.
Continue S to SW corner of T11N, R17W, SBM. Continue E along
south boundary of T11N, SBM to SW corner of T11N, R7W, SBM.
Continue S to SW corner of T9N, R7W, SBM. Continue E along
south boundary of T9N, SBM to SW corner of T9N, R1E, SBM.
Continue S along west boundary of R1E, SMB to Riverside County
line at the SW corner of T1S, R1E, SBM. Continue E along south
boundary of T1s, SBM (Riverside County Line) to SW corner of
T15, R10E, SBM. Continue S along west boundary of R10E, SBM to
Imperial County line at the SW corner of T8S, R10E, SBM.
Continue W along Imperial and Riverside county line to NW
corner of T9S, R9E, SBM. Continue S along the boundary between
Imperial and San Diego Counties, along the west edge of R9E,
SBM to the south boundary of Imperial County/California state
line. Follow the California state line west to Arizona state
line, then north to Nevada state line, then continuing NW back
to start at the point which is the NW corner of Section 1,
T17N, R14E, SBM
$1.00 additional per hour for portions of SAN LUIS OBISPO,
KERN, SANTA BARBARA & VENTURA as defined below:
That area within the following Boundary: Begin approximately 5
miles north of the community of Cholame, on the Monterey County
and San Luis Obispo County boundary at the NW corner of T25S,
R16E, Mt. Diablo Meridian. Continue south along the west side
of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW
corner of T30S, R17E, MDM. Continue S to SW corner of T31S,
R17E, MDM. Continue E to SW corner of T315, R18E, MDM.
Continue S along West side of R18E, MDM as it crosses into San
Bernardino Meridian numbering area and becomes R30W. Follow
the west side of R30W, SBM to the SW corner of T9N, R30W, SBM.
Continue E along the south edge of T9N, SBM to the Santa
Barbara County and Ventura County boundary at that point whch
is the SW corner of Section 34.T9N, R24W, SBM, continue 5 along
the Ventura County line to that point which is the SW corner of
the SE quarter of Section 32, T7N, R24W, SBM. Continue E
along the south edge of T7N, SBM to the SE corner to T7N, R21W,
SBM. Continue N along East side of R21W, SBM to Ventura County
and Kern County boundary at the NE corner of T8N, R21W.
Continue W along the Ventura County and Kern County boundary to
the SE corner of T9N, R21W. Continue North along the East edge
of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue
West along the north edge of T12N, SBM to the SE corner of
Agreement No. 7524
T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM
and T32S MDM]. Continue North along the East side of R21E, MDM
to the Kings County and Kern County border at the NE corner of
T25S, R21E, MDM, continue West along the Kings County and Kern
County Boundary until the intersection of San Luis Obispo
County. Continue west along the Kings County and San Luis
Obispo County boundary until the intersection with Monterey
County. Continue West along the Monterey County and San Luis
Obispo County boundary to the beginning point at the NW corner
of T25S, R16E, MDM.
$2.00 additional per hour for INYO and MONO Counties and the
Northern portion of SAN BERNARDINO County as defined below:
That area within the following Boundary: Begin at the
intersection of the northern boundary of Mono County and the
California state line at the point which is the center of
Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then
SE along the entire western boundary of Mono County, until it
reaches Inyo County at the point which is the NE corner of the
Western half of the NW quarter of Section 2, T8S, R29E, MDM.
Continue SSE along the entire western boundary of Inyo County,
until the intersection with Kern County at the point which is
the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM.
Continue E along the Inyo and Kern County boundary until the
intersection with San Bernardino County at that point which is
the SE corner of section 34, T24S, R40E, MDM. Continue E along
the Inyo and San Bernardino County boundary until the point
which is the NE corner of the Western half of the NW quarter of
Section 6, T25S, R42E, MDM. Continue S to that point which is
the SW corner of the NW quarter of Section 6, T27S, R42E, MDM.
Continue E in a straight line to the California and Nevada
state border at the point which is the NW corner of Section 1,
T17N, R14E, San Bernardino Meridian. Then continue NW along
the state line to the starting point, which is the center of
Section 18, T10N, R22E, MDM.
REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE
IRON0433-006 01/01/2025
Rates Fringes
IRONWORKER
Fence Erector ...............$ 45.78 26.51
Ornamental, Reinforcing
and Structural ..............$ 50.70 35.15
PREMIUM PAY:
$9.00 additional per hour at the following locations:
China Lake Naval Test Station, Chocolate Mountains Naval
Reserve-Niland,
Edwards AFB, Fort Irwin Military Station, Fort Irwin Training
Center -Goldstone, San Clemente Island, San Nicholas Island,
Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine
Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB
Army Defense Language Institute - Monterey, Fallon Air Base,
Naval Post Graduate School - Monterey, Yermo Marine Corps
Logistics Center
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
Agreement No. 7524
LAB00300-001 07/01/2024
Rates Fringes
Brick Tender .....................$ 41.53 22.54
LAB00300-003 07/01/2024
Rates Fringes
LABORER (TUNNEL)
GROUP
1.....................$
50.73
24.70
GROUP
2.....................$
51.05
24.70
GROUP
3.....................$
51.51
24.70
GROUP
4.....................$
52.20
24.70
LABORER
GROUP
1.....................$
43.88
25.15
GROUP
2.....................$
44.43
25.15
GROUP
3............ ........$
44.98
25.15
GROUP
4.....................$
46.53
25.15
GROUP
5.....................$
46.88
25.15
LABORER CLASSIFICATIONS
GROUP 1: Cleaning and handling of panel forms; Concrete
screeding for rough strike -off; Concrete, water curing;
Demolition laborer, the cleaning of brick if performed by a
worker performing any other phase of demolition work, and
the cleaning of lumber; Fire watcher, limber, brush loader,
piler and debris handler; Flag person; Gas, oil and/or
water pipeline laborer; Laborer, asphalt -rubber material
loader; Laborer, general or construction; Laborer, general
clean-up; Laborer, landscaping; Laborer, jetting; Laborer,
temporary water and air lines; Material hose operator
(walls, slabs, floors and decks); Plugging, filling of shee
bolt holes; Dry packing of concrete; Railroad maintenance,
repair track person and road beds; Streetcar and railroad
construction track laborers; Rigging and signaling; Scaler;
Slip form raiser; Tar and mortar; Tool crib or tool house
laborer; Traffic control by any method; Window cleaner;
Wire mesh pulling - all concrete pouring operations
GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger
mixer and handling bulk cement); Cesspool digger and
installer; Chucktender; Chute handler, pouring concrete,
the handling of the chute from readymix trucks, such as
walls, slabs, decks, floors, foundation, footings, curbs,
gutters and sidewalks; Concrete curer, impervious membrane
and form oiler; Cutting torch operator (demolition); Fine
grader, highways and street paving, airport, runways and
similar type heavy construction; Gas, oil and/or water
pipeline wrapper - pot tender and form person; Guinea
chaser; Headerboard person - asphalt; Laborer, packing rod
steel and pans; Membrane vapor barrier installer; Power
broom sweeper (small); Riprap stonepaver, placing stone or
wet sacked concrete; Roto scraper and tiller; Sandblaster
(pot tender); Septic tank digger and installer(lead); Tank
scaler and cleaner; Tree climber, faller, chain saw
operator, Pittsburgh chipper and similar type brush
shredder; Underground laborer, including caisson bellower
GROUP 3: Buggymobile person; Concrete cutting torch; Concrete
Agreement No. 7524
pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or
longer; Dri-pak-it machine; Gas, oil and/or water pipeline
wrapper, 6-in. pipe and over, by any method, inside and
out; High scaler (including drilling of same); Hydro seeder
and similar type; Impact wrench multi -plate; Kettle person,
pot person and workers applying asphalt, lay-kold,
creosote, lime caustic and similar type materials
(""applying"" means applying, dipping, brushing or handling
of such materials for pipe wrapping and waterproofing);
Operator of pneumatic, gas, electric tools, vibrating
machine, pavement breaker, air blasting, come-alongs, and
similar mechanical tools not separately classified herein;
Pipelayer's backup person, coating, grouting, making of
joints, sealing, caulking, diapering and including rubber
gasket joints, pointing and any and all other services;
Rock slinger; Rotary scarifier or multiple head concrete
chipping scarifier; Steel headerboard and guideline setter;
Tamper, Barko, Wacker and similar type; Trenching machine,
hand -propelled
GROUP 4: Asphalt raker, lute person, ironer, asphalt dump
person, and asphalt spreader boxes (all types); Concrete
core cutter (walls, floors or ceilings), grinder or sander;
Concrete saw person, cutting walls or flat work, scoring
old or new concrete; Cribber, shorer, lagging, sheeting and
trench bracing, hand -guided lagging hammer; Head rock
slinger; Laborer, asphalt- rubber distributor boot person;
Laser beam in connection with laborers' work; Oversize
concrete vibrator operator, 70 lbs. and over; Pipelayer
performing all services in the laying and installation of
pipe from the point of receiving pipe in the ditch until
completion of operation, including any and all forms of
tubular material, whether pipe, metallic or non-metallic,
conduit and any other stationary type of tubular device
used for the conveying of any substance or element, whether
water, sewage, solid gas, air, or other product whatsoever
and without regard to the nature of material from which the
tubular material is fabricated; No -joint pipe and stripping
of same; Prefabricated manhole installer; Sandblaster
(nozzle person), water blasting, Porta Shot -Blast
GROUP 5: Blaster powder, all work of loading holes, placing
and blasting of all powder and explosives of whatever type,
regardless of method used for such loading and placing;
Driller: All power drills, excluding jackhammer, whether
core, diamond, wagon, track, multiple unit, and any and all
other types of mechanical drills without regard to the form
of motive power; Toxic waste removal
TUNNEL LABORER CLASSIFICATIONS
GROUP 1: Batch plant laborer; Changehouse person; Dump
person; Dump person (outside); Swamper (brake person and
switch person on tunnel work); Tunnel materials handling
person; Nipper; Pot tender, using mastic or other materials
(for example, but not by way of limitation, shotcrete, etc.)
GROUP 2: Chucktender, cabletender; Loading and unloading
agitator cars;; Vibrator person, jack hammer, pneumatic
tools (except driller); Bull gang mucker, track person;
Concrete crew, including rodder and spreader
GROUP 3: Blaster, driller, powder person; Chemical grout jet
person; Cherry picker person; Grout gun person; Grout mixer
person; Grout pump person; Jackleg miner; Jumbo person;
Agreement No. 7524
Kemper and other pneumatic concrete placer operator; Miner,
tunnel (hand or machine); Nozzle person; Operating of
troweling and/or grouting machines; Powder person (primer
house); Primer person; Sandblaster; Shotcrete person; Steel
form raiser and setter; Timber person, retimber person,
wood or steel; Tunnel Concrete finisher
GROUP 4: Diamond driller; Sandblaster; Shaft and raise work
----------------------------------------------------------------
LAB00300-005 07/01/2024
Rates Fringes
Asbestos Removal Laborer ......... $ 43.88 25.13
SCOPE OF WORK: Includes site mobilization, initial site
cleanup, site preparation, removal of asbestos -containing
material and toxic waste, encapsulation, enclosure and
disposal of asbestos- containing materials and toxic waste
by hand or with equipment or machinery; scaffolding,
fabrication of temporary wooden barriers and assembly of
decontamination stations.
----------------------------------------------------------------
* LAB00345-001 07/01/2025
Rates Fringes
LABORER (GUNITE)
GROUP 1.....................$ 55.88 23.77
GROUP 2 ......... ....— .....$ 54.93 23.77
GROUP 3.....................$ 51.39 23.77
FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a
Bosn'n's Chair or suspended from a rope or cable shall
receive 40 cents per hour above the foregoing applicable
classification rates. Workers doing gunite and/or
shotcrete work in a tunnel shall receive 35 cents per hour
above the foregoing applicable classification rates, paid
on a portal-to-portal basis. Any work performed on, in or
above any smoke stack, silo, storage elevator or similar
type of structure, when such structure is in excess of
75'-0"" above base level and which work must be performed in
whole or in part more than 75'-0"" above base level, that
work performed above the 75'-0"" level shall be compensated
for at 35 cents per hour above the applicable
classification wage rate.
GUNITE LABORER CLASSIFICATIONS
GROUP 1: Rodmen, Nozzlemen
GROUP 2: Gunmen
GROUP 3: Reboundmen
----------------------------------------------------------------
LABO1184-001 07/01/2024
Rates Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling Crew Laborer ... $ 45.34 20.06
Agreement No. 7524
(2) Vehicle Operator/Hauler.$
45.51
20.06
(3) Horizontal Directional
Drill Operator ..............$
47.36
20.06
(4) Electronic Tracking
Locator .....................$
49.36
20.06
Laborers: (STRIPING/SLURRY
SEAL)
GROUP 1.....................$
46.65
23.17
GROUP2......... _ _ ... _ .$
47.95
23.17
GROUP 3.....................$
49.96
23.17
GROUP 4.....................$
51.70
23.17
LABORERS - STRIPING CLASSIFICATIONS
GROUP 1: Protective coating, pavement sealing, including
repair and filling of cracks by any method on any surface
in parking lots, game courts and playgrounds; carstops;
operation of all related machinery and equipment; equipment
repair technician
GROUP 2: Traffic surface abrasive blaster; pot tender -
removal of all traffic lines and markings by any method
(sandblasting, waterblasting, grinding, etc.) and
preparation of surface for coatings. Traffic control
person: controlling and directing traffic through both
conventional and moving lane closures; operation of all
related machinery and equipment
GROUP 3: Traffic delineating device applicator: Layout and
application of pavement markers, delineating signs, rumble
and traffic bars, adhesives, guide markers, other traffic
delineating devices including traffic control. This
category includes all traffic related surface preparation
(sandblasting, waterblasting, grinding) as part of the
application process. Traffic protective delineating system
installer: removes, relocates, installs, permanently
affixed roadside and parking delineation barricades,
fencing, cable anchor, guard rail, reference signs,
monument markers; operation of all related machinery and
equipment; power broom sweeper
GROUP 4: Striper: layout and application of traffic stripes
and markings; hot thermo plastic; tape traffic stripes and
markings, including traffic control; operation of all
related machinery and equipment
----------------------------------------------------------------
LAB01414-001 08/03/2022
Rates Fringes
LABORER
PLASTER CLEAN-UP LABORER .... $ 38.92 23.32
PLASTER TENDER ..............$ 41.47 23.32
Work on a swing stage scaffold: $1.00 per hour additional.
----------------------------------------------------------------
PAIN0036-001 07/01/2023
Rates Fringes
Painters: (Including Lead
Abatement)
(1) Repaint (excludes San
Diego County) ...............$ 29.59 17.12
(2) All Other Work .......... $ 38.52 18.64
Agreement No. 7524
REPAINT of any previously painted structure. Exceptions:
work involving the aerospace industry, breweries,
commercial recreational facilities, hotels which operate
commercial establishments as part of hotel service, and
sports facilities.
----------------------------------------------------------------
PAIN0036-006 09/01/2024
Rates Fringes
DRYWALL FINISHER/TAPER
Antelope Valley North of
the following Boundary:
Kern County Line to Hwy.
#5, South on Hwy. #5 to
Hwy. N2, East on N2 to
Palmdale Blvd., to Hwy.
#14, South to Hwy. #18,
East to Hwy. #395........... $ 45.20 26.82
Remainder of Los Angeles
County ......................$ 49.33 26.82
PAIN0036-015 01/01/2025
Rates Fringes
GLAZIER ..........................$ 53.05 30.64
FOOTNOTE: Additional $1.25 per hour for work in a condor,
from the third (3rd) floor and up Additional $1.25 per
hour for work on the outside of the building from a swing
stage or any suspended contrivance, from the ground up
----------------------------------------------------------------
PAIN1247-002 01/01/2025
Rates Fringes
SOFT FLOOR LAYER .................$ 45.15 19.43
----------------------------------------------------------------
PLAS0200-009 08/03/2022
Rates Fringes
PLASTERER... ............... 47.37 19.64
----------------------------------------------------------------
PLAS0500-002 07/01/2023
Rates Fringes
CEMENT MASON/CONCRETE FINISHER ... $ 44.00 27.11
----------------------------------------------------------------
PLUM0016-001 09/01/2024
Rates Fringes
PLUMBER/PIPEFITTER
Work ONLY on new additions
and remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
Agreement No. 7524
floor space ...... ........... $ 57.67 25.63
Work ONLY on strip malls,
light commercial, tenant
improvement and remodel
work..................„..».w$ 44.24 23.96
All other work except work
on new additions and
remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
floor space and work on
strip malls, light
commercial, tenant
improvement and remodel
work..„ .............„.......$ 59.48 26.61
PLUM0345-001 09/01/2023
Rates Fringes
PLUMBER
Landscape/Irrigation Fitter.$ 40.20 25.90
Sewer & Storm Drain Work .... $ 44.29 23.28
----------------------------------------------------------------
ROOF0036-002 08/01/2024
Rates Fringes
ROOFER.„ .........................$ 49.43 20.58
FOOTNOTE: Pitch premium: Work on which employees are exposed
to pitch fumes or required to handle pitch, pitch base or
pitch impregnated products, or any material containing coal
tar pitch, the entire roofing crew shall receive $1.75 per
hour ""pitch premium"" pay.
----------------------------------------------------------------
SFCA0669-013 01/01/2024
DOES NOT INCLUDE THE CITY OF POMONA, CATALINA ISLAND, AND THAT
PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS
OF LOS ANGELES:
Rates Fringes
SPRINKLER FITTER...... .............$ 45.31 27.91
----------------------------------------------------------------
SFCA0709-005 09/01/2023
THE CITY OF POMOMA, CATALINA ISLAND, AND THAT PART OF LOS
ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS
ANGELES:
Rates Fringes
SPRINKLER FITTER (Fire) .......... $ 54.29 32.00
----------------------------------------------------------------
SHEE0105-002 01/01/2025
LOS ANGELES (South of a straight line between Gorman and Big
Pines including Catalina Island)
Agreement No. 7524
Rates Fringes
SHEET METAL WORKER
(1) Light Commercial: Work
on general sheet metal and
heating and AC up to 4000
sq ft.......................$ 35.57 10.63
(2) Modernization :
Excluding New Construction
- Under 5000 sq. ft. Does
not include modification,
upgrades, energy
management, or
conservation improvements
of central heating and AC
equpment....................$ 34.17 10.86
----------------------------------------------------------------
SHEE0105-003 01/01/2025
LOS ANGELES (South of a straight line drawn between Gorman and
Big Pines)and Catalina Island, INYO, KERN (Northeast part, East
of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES
Rates Fringes
SHEET METAL WORKER
(1) Commercial - New
Construction and Remodel
work ........................$ 59.31 30.43
(2) Industrial work
including air pollution
control systems, noise
abatement, hand rails,
guard rails, excluding
aritechtural sheet metal
work, excluding A-C,
heating, ventilating
systems for human comfort ... $ 56.95 30.04
----------------------------------------------------------------
SHEE0105-004 07/01/2023
KERN (Excluding portion East of Hwy 395) & LOS ANGELES (North
of a straight line drawn between Gorman and Big Pines including
Cities of Lancaster and Palmdale) COUNTIES
Rates Fringes
SHEET METAL WORKER ...............$ 45.98 29.24
----------------------------------------------------------------
TEAMOOII-002 07/01/2024
Rates Fringes
TRUCK DRIVER
GROUP
1. ....................
$ 39.59
34.34
GROUP
2....................
$ 39.74
34.34
GROUP
3..................„...$
39.87
34.34
GROUP
4._...................
$ 40.06
34.34
GROUP
5....................$
40.09
34.34
GROUP
6...... ..............
$ 40.12
34.34
GROUP
7....................
$ 40.37
34.34
GROUP
8...„................$
40.62
34.34
Agreement No. 7524
GROUP 9....................$ 40.82 34.34
GROUP 10.......... ....»..... $ 41.12 34.34
GROUP 11....................$ 41.62 34.34
GROUP 12.»........ »*.„»...»»$ 42.05 34.34
WORK ON ALL MILITARY BASES:
PREMIUM PAY: $3.00 per hour additional.
[29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB,
E1 Centro Naval Facility, Fort Irwin, Marine Corps
Logistics Base at Nebo & Yermo, Mountain Warfare Training
Center, Bridgeport, Point Arguello, Point Conception,
Vandenberg AFB]
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Truck driver
GROUP 2: Driver of vehicle or combination of vehicles - 2
axles; Traffic control pilot car excluding moving heavy
equipment permit load; Truck mounted broom
GROUP 3: Driver of vehicle or combination of vehicles - 3
axles; Boot person; Cement mason distribution truck; Fuel
truck driver; Water truck - 2 axle; Dump truck, less than
16 yds. water level; Erosion control driver
GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete
truck, less than 6-1/2 yds. water level
GROUP 5: Water truck, 3 or more axles; Truck greaser and tire
person ($0.50 additional for tire person); Pipeline and
utility working truck driver, including winch truck and
plastic fusion, limited to pipeline and utility work;
Slurry truck driver
GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck,
6-1/2 yds. water level and over; Vehicle or combination of
vehicles - 4 or more axles; Oil spreader truck; Dump truck,
16 yds. to 25 yds. water level
GROUP 7: A Frame, Swedish crane or similar; Forklift driver;
Ross carrier driver
GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck
repair person; Water pull - single engine; Welder
GROUP 9: Truck repair person/welder; Low bed driver, 9 axles
or over
GROUP 10: Dump truck - 50 yds. or more water level; Water
pull - single engine with attachment
GROUP 11: Water pull - twin engine; Water pull - twin engine
with attachments; Winch truck driver - $1.25 additional
when operating winch or similar special attachments
GROUP 12: Boom Truck 17K and above
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Agreement No. 7524
Note: Executive Order (ED) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the ED, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the ED
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU.' ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
Agreement No. 7524
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average'of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non -union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non -union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non -union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
----------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHO letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Agreement No. 7524
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
END OF GENERAL DECISION"
Agreement No. 7524
Agreement No. 7524
CITY 6P
ELSEGUNDO
October 2, 2025
ADDENDUM NO. 1
To
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
ATTENTION BIDDERS:
The following additions, modifications, and clarifications to the specifications shall be
included in, and become a part of, any contract which may be executed for the above
project in the City of El Segundo:
1. The bid due date and time is changed to Wednesday, October 22, at 11:00 am.
2. A bid bond will NOT be required. Bidders can remove bid bond pages I-C-7 and I-
C-8 from the proposal pages.
3. At the time of bidding potential bidders must have
a. a valid A or C-10 Contractors State License Board contractor's license
b. a valid Department of Industrial Relations registration per SB 854 requirements
As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge
same in the space provided below and submit this Addendum with the Proposal. Failure
to provide such acknowledgement shall render the proposal as non -responsive and subject
to rejection.
Signature.
Print Company Name:
Date:
350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489
Agreement No. 7524
Agreement No. 7524
CITY OF
ELSEGUNDO
October 14, 2025
ADDENDUM NO.2
To
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
ATTENTION BIDDERS:
The following additions, modifications, and clarifications to the specifications shall be
included in, and become a part of, any contract which may be executed for the above
project in the City of El Segundo:
1. The bid due date and time is still Wednesday, October 22, at 11:00 am.
2. The estimated project cost is $73,100
3. Single -port chargers were selected for the fleet vehicle parking lot stalls because there
are many more product options in that variation. A request to use dual -port chargers for
the fleet vehicles would need to be reviewed by the City's design consultant and
approved before using in place of the chargers proposed by the plans.
4. Requests to replace the Holly Ave. dual -port charger replacement with two single -port
chargers will not be accepted, as it would damage more of the existing infrastructure to
install, and thus may also be more costly.
5. Bonds required from the successful contractor after the project is awarded to them
will be a Faithful Performance Bond and a Labor and Materials Bond. Bond
examples are attached.
As evidence that the BIDDER has read this Addendum, the BIDDER must acknowledge
same in the space provided below and submit this Addendum with the Proposal. Failure
to provide such acknowledgement shall render the proposal as non -responsive and subject
to rejection.
Signature:
Print Company Name:
Date:
350 Main Street, El Segundo, CA 90245-3895 (310) 524-2300 Fax (310) 640-0489
Agreement No. 7524
FAITHFUL PERFORMANCE BOND
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Bond No.
Bond Fee:
("PRINCIPAL")
and , a corporation
incorporated under the laws of the State of _ and licensed by the State of
California to execute bonds and undertakings as sole surety, as surety ("SURETY"), are held
and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of
DOLLARS and cents
(' 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.
PRINCIPAL or SURETY will apply this bond for the faithful performance of any and all of
the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. PW 24-15,
and the Public Works contract executed with such Specifications. In the case of any default in
the performance of the conditions and stipulations of this undertaking, it is agreed that
PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any
damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in
SPECIFICATIONS NO. PW 24-15, a copy of which is on file with CITY's Engineering
Division ("Public Project"). Such performance will be in accordance with CITY's plans and
profiles (CITY DRAWING FILE NO. PW 24-15) 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
I-E-1
Agreement No. 7524
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, 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 24-15 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. 7524
SIGNED AND SEALED this day of 20
PRINCIPAL's PRESIDENT SURETY's PRESIDENT
PRINCIPAL's SECRETARY
PRINCIPAL's
ADDRESS:
NOTE:
SURETY's SECRETARY
MAILING SURETY's MAILING ADDRESS:
(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. 7524
LABOR AND MATERIALS BOND
CITY HALL EXECUTIVE PARKING LOT
ELECTRIC VEHICLE CHARGING IMPROVEMENTS (EVCI) PROJECT
PROJECT NO.: PW 24-15
Bond No.
Bond Fee:
("PRINCIPAL") and
as principal
a corporation
incorporated under the laws of the State of and licensed by the
State of California to execute bonds and undertakings as sole surety, as surety ("SURETY"),
are held and firmly bound unto the CITY OF EL SEGUNDO ("CITY") in the sum of
DOLLARS 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 24-15 ("Public Project"), the Public Works contract executed
for such Public Project, and for all work or labor of any kind performed for the Public Project.
In the case of any default in the performance of the conditions and stipulations of this
undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion
thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies
arising by reason of such default.
BOND CONDITIONS
1. PRINCIPAL will construct the public improvements identified in
SPECIFICATIONS NO. PW 24-15, and the Public Works contract executed for such
Specifications, copies of which is on file with CITY's Engineering Division ("Public Project").
Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING
FILE NO. PW 24-15), 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
I-F-1
Agreement No. 7524
in, on, for or about the performance of the Public Project, and will pay for all work and labor
thereon.
4. This bond is conditioned upon and guarantees due compliance with all
applicable law including, without limitation, the El Segundo Municipal Code ("ESMC").
5. SURETY, for value received, agrees that no changes, extensions of time,
alteration or modification of SPECIFICATIONS NO. PW 24-15, 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. 7524
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