Loading...
HomeMy Public PortalAboutC-21-169 - COUNTY SANITATION DISTRICT OF LA STORMWATER AGREEMENTDoc. 6111654 1 11/1/2021 O&M SUPPORT AGREEMENT – STORMWATER CAPTURE FACILITY (Carriage Crest Park) This Operation and Maintenance Support Agreement for the Stormwater and Runoff Capture Facility at Carriage Crest Park (“Agreement”) is entered into as of the date of the last signature set forth below (“Contract Date”) and is between County Sanitation District No. 2 of Los Angeles County (“District”) and the City of Carson (“City”). The District and the City are referred to collectively as “Parties” or each separately as a “Party.” A.The District is organized and exists pursuant to the County Sanitation District Act, California Health and Safety Code Section 4700 et seq. The District is the administrative district for the Los Angeles County Sanitation Districts (“Districts”), including County Sanitation District No. 8 of Los Angeles County, the district in which the project is located. Senate Bill 485 (“SB 485”), effective January 1, 2016, and codified as Health and Safety Code Section 4730.68, authorizes the Districts to provide certain stormwater services. The Districts do not have an independent source of revenue to devote to stormwater projects, and any District work on stormwater projects must be funded by the requesting parties. B.The City is a municipal corporation that is required to manage stormwater within its boundaries and has decided to implement a project to construct a stormwater capture and diversion facility at and underneath Carriage Crest Park (“Park”) in order to improve the water quality in the Machado Lake Watershed (“Project”). C.Under the Project, a Water Capture Facility is in the process of being constructed to divert stormwater and urban runoff, primarily from an existing storm drain culvert, to a below- ground water storage area located at the Park and then pump it to a sanitary sewer. The Water Capture Facility (sometimes, “Facility”) includes the structures, mechanical and electrical equipment, and instrumentation between and including, the diversion structure at the culvert and the junction structure on the sanitary sewer. It includes the electrical equipment and control panels directly related to equipment associated with the Water Capture Facility. It does not include the electrical building itself, equipment such as the security system or air conditioner located within that building, or structures related to the Park or ball fields. D.The Project also replaced the ball fields and landscaping areas affected by the construction. Those areas and improvements such as sidewalks, fences, and site lighting are not part of the Water Capture Facilities. E.The City entered into a Cooperative Implementation Agreement with the State of California, Department of Transportation (“Caltrans”) effective June 8, 2016 for the implementation of the Project (“Caltrans Agreement”), attached as Exhibit 1. Under the Caltrans Agreement, Caltrans contributed $13 million to the City for the Project. Under the Caltrans Agreement, the City will be responsible for all management, maintenance and operation, including costs of the constructed Water Capture Facility. F.The Parties subsequently entered into a Stormwater Project Services Agreement effective July 19, 2016 to provide project management, preliminary engineering study, 5414 Doc. 6111654 2 11/1/2021 environmental documentation, permit applications, design, and construction management for the Project (“Project Agreement”), attached as Exhibit 2. G. Using contract documents prepared under the Project Agreement, the City solicited proposals for the fabrication and delivery to the job site of precast stormwater storage units to be installed by a construction contractor. The City subsequently entered into a contract with StormTrap on November 14, 2017 for the supply of the precast stormwater storage equipment. H. The City entered into a Memorandum of Understanding with the County of Los Angeles (“County”) effective February 5, 2018, to construct, operate and maintain Water Quality Improvements at the Park (“County MOU”), attached as Exhibit 3. Under the County MOU, the County agreed to contribute up to a total amount of $5,720,000 in Fiscal Years 2018-2019 and 2019-2020 to finance the capital cost of the Project and annual funding of 44% of the Operation and Maintenance costs of the Water Quality Improvements (also referred to herein as Water Capture Facility or Facility). I. As required by the County MOU, the City entered into a Use and Maintenance Agreement with the Los Angeles County Flood Control District (“County Flood Control”), in July 2018, to construct, operate and maintain approximately 200 feet of a storm drain owned and operated by County Flood Control as a means of diverting stormwater and urban runoff into the Water Capture Facility (“Flood Control Agreement”), attached as Exhibit 4. J. An Industrial Waste Discharge Permit (“IW Permit”) was issued by the Districts on January 17, 2019 to allow the Water Capture Facility to discharge to the Districts’ sanitary sewer. The IW Permit was amended on April 28, 2021 to reflect the specific equipment installed on the Project and is attached as Exhibit 5. The IW Permit has an expiration date of January 16, 2024 and may be renewed, revised, or amended in accordance with Districts’ policies. K. Using the contract documents prepared under the Project Agreement, the City advertised an Invitation to Bid for the project construction, which included the construction of a diversion structure at the County Flood Control culvert, the supply and installation of a pretreatment device, installation of the City-furnished precast stormwater storage units, construction of a below-ground pump station, construction of a junction structure to connect to the Sanitation Districts’ trunk sewer, restoration of the ball fields and landscaping directly affected by the construction, and all additional civil, mechanical, and electrical work associated with the Project, including the installation of a new electrical transformer and meter to supply power to the Water Capture Facility. L. The City subsequently entered into a contract with OHL USA for the Project construction on April 19, 2018. A Notice to Proceed with construction was issued in May 2018. At that time, the Project was scheduled to be completed in December 2019. M. Due to construction challenges, the Project has been significantly delayed, with an anticipated completion date not earlier than December 1, 2021. The challenges to construction completion include: Doc. 6111654 3 11/1/2021  Rain delays occurring primarily in the winter of 2018/2019;  Delays associated with the contractor’s design and implementation of the shoring system associated with the main excavation;  Characterization and management of contaminated soil;  Various contractor-related productivity issues. N. The Project Agreement was amended in January 2020 to increase the project budget as a result of the construction delays and noted that the City expects to receive municipal return funds from Los Angeles County’s Safe Clean Water Program, some of which may be used for this Project and operation and maintenance expenditures related to the Facility. Amendment No. 1 to the Stormwater Project Services Agreement is attached as Exhibit 6. O. The County MOU and County Maintenance Agreement both require the City to prepare an operation and maintenance manual (“O&M Manual”) describing in detail the operation and maintenance requirements of various components of the Water Capture Facility. P. The Water Capture Facility is owned, and will be operated, and maintained by the City in accordance with the O&M Manual and IW Permit upon completion of the Project construction. Q. The Parties intend by this Agreement for the District to assist with the startup and initial operation and maintenance of the Water Capture Facility, as described herein. In general, the City intends for the District to assist with or perform O&M services on the pump station and control elements related to the Facility and intends to use City contractors for maintenance of the gravity storm drain portions of the Facility. R. The Parties intend that all work performed under this Agreement will be paid for by the City, which will apply for reimbursement from the County of Los Angeles under the County MOU and the Safe Clean Water Program. Therefore, the Parties agree as follows: 1. Scope of Services. The District shall, on a time and materials basis, assist the City, at the City’s direction, in providing operations and maintenance (“O&M”) support for the Water Capture Facility at Carriage Crest Park in the City of Carson. The District shall perform the following services for the City in connection with the Water Capture Facility: 1.1 Initial Startup. The District shall provide support services related to the initial startup of the Water Capture Facility. 1.2 Preparation of O&M Work Plan. The District shall assist the City in defining the scope of the O&M requirements for the Water Capture Facility, including preparing an O&M Manual for the Water Capture Facility in accordance with the requirements of the County MOU, the County Maintenance Agreement, the IW Permit, and other relevant requirements. Doc. 6111654 4 11/1/2021 1.3 Preparation of O&M Contract Specifications. The District shall assist the City in preparing contract documents for the City’s use in procuring the services of an O&M contractor(s). 1.4 Interim O&M Services. If required due to the timing of the project startup and the City’s contracting for O&M services, the District shall perform, or hire and manage the work of contractors to perform operation and maintenance services at the Water Capture Facility on a short term basis. The timeframe for direct O&M services provided by the District shall end no later than April 30, 2022 unless extended by mutual agreement. All portions of the Project that are not directly related to the Water Capture Facility, such as lighting, fencing, irrigation, landscaping, or ball fields, shall be understood to be outside the scope of this Agreement. 1.5 Interim Discharge Sampling. If required due to the timing of the project startup and the City’s contracting for O&M services, the District shall perform, and/or hire and manage the work of consultants, contractors, or laboratories to perform sampling and associated laboratory analysis of discharges from the Water Capture Facility to the sanitary sewer, as required by the Industrial Waste Discharge Permit, and furnish that data to the City. The City shall be responsible for recording the flow data required under the IW Permit and submitting the analytical, flow, and maintenance data, and make all required payments in accordance with the Facility’s IW Permit. 1.6 Controls and Telemetry As a condition of the IW Permit for the Water Capture Facility, the Facility includes a local control panel and cellular telemetry link to allow the Districts to remotely access the operation of the pumps that discharge to the sanitary sewer. Ports and a workstation have been provided for the City to install a similar parallel system to remotely access the facility. The District shall assist the City with operation and maintenance of the telemetry to Districts’ facilities required by the IW Permit. The City shall be directly responsible for all costs associated with both telemetry systems. 2. Duration of Agreement. This Agreement shall become effective on the Contract Date and shall be effective through June 30, 2022 unless terminated early. This Agreement may be extended by mutual written agreement for a period not to exceed three years from the Contract Date. 3. Coordination with Project Agreement. This Agreement shall be understood to be a separate agreement from the Project Agreement. Regardless of the effective date of this Agreement, work will be performed under the Project Agreement through the end of project construction or until the expenditures approved by the City for that Agreement are reached, whichever is earlier, at which time work may immediately continue under this Agreement. 4. Coordination with Other Agreements. This Agreement is intended to cover technical assistance and other miscellaneous services which may be supplied by the District and its various departments and consultants. In the event that the District and the City are either parties to or subsequently enter into a separate contract for specific services included within the scope of this Agreement, those separate contracts shall control with respect to the scope of the duties of the Parties thereunder unless such contracts adopt the provisions of this Agreement by reference. Doc. 6111654 5 11/1/2021 5. Facility Ownership. The Water Capture Facility is and will be owned by the City. The City shall be responsible for reviewing and approving the O&M work plan and bid documents and for advertising, bidding, and awarding the City’s contracts for O&M service at the Water Capture Facility. The District will not own any part of the Water Capture Facility, such as the sewer junction structure at any time, unless otherwise specified in a separate agreement. 6. Deposit and Payment. The City shall pay the District on a time-and-materials basis, not to exceed $250,000, without further authorization from the City. The City shall deposit with the District an initial payment of $50,000 to be used toward any allowable costs of the Project. 7. Costs. Costs to be incurred by the District under this Agreement may include any of the following: 7.1 District staff costs, based on the Schedule of Fees provided in Exhibit 7 and subject to annual adjustment consistent with the District’s salary and cost increases. Staff charges incurred prior to the Contract Date are reimbursable under this Agreement. 7.2 Materials costs, including supplies, copying, and mileage. 7.3 Equipment costs, including reasonable rental rates for equipment or tools used in directly performing O&M services. 7.4 Consultant, laboratory and legal fees, on a pass-through basis. 7.5 Any other costs incurred by the District directly related to the work performed under this Agreement. 8. Specific Exclusions. The following are specifically excluded: 8.1 Preparation and submittal of industrial waste reports or payments related to the discharge of captured water to the Districts’ Trunk Sewer. 8.2 Costs to modify, alter, or repair any part of the Water Capture Facility or its components. 8.3 Costs associated with electrical power at the Water Capture Facility and costs related to telemetry equipment and service. Those payments shall be made directly by the City. 8.4 Operation and maintenance of any improvement not associated with the stormwater management function of the Water Capture Facility, such as: maintaining the exterior of the associated electrical building, security cameras, or landscaping. 8.5 Management or oversite of any contractors hired by the City. 8.6 Any sort of security at the site. Doc. 6111654 6 11/1/2021 9. Invoices. The District shall maintain itemized and detailed work or job records covering the cost of all functions and services performed under this Agreement, including salary, wages and other compensation for labor, supervision and planning, plus overhead, the reasonable rental value of all District-owned machinery and equipment, invoices for consultants, materials and supplies, reasonable handling charges, and all additional items of expense incidental to the performance of such function or service. The District shall furnish to the City an invoice for all work performed and expenses incurred during each calendar month. The invoice shall be itemized to show subtotals for each task that was active during the invoice period. The invoice will reflect the current overall balance, the charges to date for each task, and a work progress statement for each task, any payments made by the City to date, any outstanding invoices and an amount due for replenishment of the balance. 9.1 Return of Deposit. Upon termination of this Agreement, the District shall prepare a final invoice. The District will, upon payment of the final invoice, refund to the City the balance of the deposit after deduction for any outstanding amounts due the District under this Agreement. 10. Disputes. The City shall independently review each invoice submitted by the District to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement and the applicable task. In the event any charges or expenses are disputed by the City, the invoice will be returned by the City to the District within 14 calendar days from date of receipt by the City for correction or clarification and resubmission. Review and payment by the City for any invoice provided by the District shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 11. Payment Terms. The City shall pay the District within 45 days after invoice. The City’s duty to pay the District is not contingent upon reimbursement from any other party. The City shall be solely liable for all charges incurred by the District for the Project. 12. Termination. Notwithstanding the provision of Section 2 of this Agreement, either the City or the District may terminate this Agreement at any time by giving 30 days prior written notice of termination to the other Party. 13. Indemnity, Performance Warranty, and Limitation of Liability. 13.1 Indemnity. The City shall indemnify, defend, and hold harmless the District and its elected and appointed officers, employees and agents from and against any demands claims, actions, fees, costs and expenses (including attorney and cost of expert witness fees and costs of litigation) arising out of or relating to the Project or Water Capture Facility. Such indemnification will not cover any claim due to the sole negligence or willful misconduct of the District or its agents. The District shall indemnify, defend, and hold harmless the City and its elected and appointed officers, employees and agents from and against any demands claims, actions, fees, costs and expenses (including attorney and cost of expert witness fees and costs of litigation) arising out of or relating to any services provided under this Agreement, including, but not limited to, any services performed by its officers, employees, agents, subcontractors, or subconsultants. Such indemnification will not cover any claim due to the sole negligence or willful misconduct of the City or its agents. Doc. 6111654 7 11/1/2021 13.2 Warranty and Limitation of Liability. The District warrants that all services will be provided in accordance with industry professional standards by similarly-qualified professionals. The City shall notify the District within 30 days if any services are claimed to be deficient. For any breach of this warranty, the City’s exclusive remedy will be the District’s re- performance and correction of the deficiency at District’s cost. In no event will the District be liable to the City for the payment of any indirect, incidental, special, punitive, or consequential damages. The District’s maximum liability for any damages arising out of or related to this Agreement shall be the amount paid by City to the District for the District’s staff time and materials under this Agreement. 14. Insurance. Unless the District is self-insured in which event District shall provide City letters of self-insurance sufficient to evidence the coverages required in this Section 14, the District shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance which shall cover all elected and appointed officers, employees and agents of City: 14.1 Commercial General Liability Insurance (Occurrence Form CG0001 or equivalent). A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury, personal injury and property damage. The policy of insurance shall be in an amount not less than $1,000,000.00 per occurrence or if a general aggregate limit is used, either the general aggregate limit shall apply separately to this contract/location, or the general aggregate limit shall be twice the occurrence limit. 14.2 Worker’s Compensation Insurance. A policy of worker’s compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for the District against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the District in the course of carrying out the work or services contemplated in this Agreement. 14.3 Automotive Insurance (Form CA 0001 (Ed 1/87) including “any auto” and endorsement CA 0025 or equivalent). A policy of comprehensive automobile liability insurance written on a per occurrence basis for bodily injury and property damage in an amount not less than either (i) bodily injury liability limits of $100,000 per person and $300,000 per occurrence and property damage liability limits of $150,000 per occurrence or (ii) combined single limit liability of $1,000,000. Said policy shall include coverage for owned, non-owned, leased, hired cars, and any other automobile. 14.4 Subcontractors. District shall include all subcontractors and subconsultants as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor and subconsultant. All coverages for subcontractors and subconsultants shall be subject to all of the requirements stated herein. 14.5 General Insurance Requirements. The comprehensive general liability and automobile policies of insurance shall be primary insurance and shall name the City, its elected and appointed officers, employees and agents as additional insureds and any insurance maintained Doc. 6111654 8 11/1/2021 by City or its officers, employees or agents may apply in excess of, and not contribute with District’s insurance. The insurer is deemed hereof to waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. The insurance policy must specify that where the primary insured does not satisfy the self-insured retention, any additional insured may satisfy the self-insured retention. All of said policies of insurance shall provide that said insurance may not be amended or cancelled by the insurer or any party hereto without providing thirty (30) days prior written notice by certified mail return receipt requested to the City. In the event any of said policies of insurance are cancelled, the District shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 14.5 to the City. No work or services under this Agreement shall commence until the District has provided the City with Certificates of Insurance, additional insured endorsement forms or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. City reserves the right to inspect complete, certified copies of and endorsements to all required insurance policies at any time. Any failure to comply with the reporting or other provisions of the policies including breaches or warranties shall not affect coverage provided to City. 14.6 Sufficiency of Carriers. The insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated “A” or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City’s Risk Manager or other designee of the City due to unique circumstances. 15. Notices. All notices pursuant to this Agreement must be addressed as set forth below or as the Party may designate by separate written notice to the other Party. Notices must be sent prepaid through the United States mail with a courtesy copy by email. Notice will be deemed given two days after postmark. The Parties may also provide notices to each other by personal delivery or overnight courier and any notice so given will be deemed to have been given upon receipt. If to District By Personal Delivery or Overnight Carrier County Sanitation District No. 2 of Los Angeles County 1955 Workman Mill Road Whittier, CA 90601 Attn: Water Quality Section Courtesy copy by email to: kruffell@lacsd.org By U.S. Mail County Sanitation District No. 2 of Los Angeles County P.O. Box 4998 Whittier, CA 90607-4998 Attn: Water Quality Section Doc. 6111654 9 11/1/2021 If to the City City of Carson 701 E. Carson Street Carson, CA 90745 Attention: Eliza Jane Whitman. Courtesy copy by email to: ejwhitman@carsonca.gov 16. Authority. Each signatory of this Agreement represents that he or she is duly authorized to execute this Agreement on behalf of the Party for which he or she as signatory executes this Agreement. Each Party represents that it has the appropriate legal authority to enter into this Agreement and to perform all obligations under this Agreement. 17. Construction and Interpretation. Each of the Parties has been represented by counsel in the negotiation and drafting of this Agreement, which has been arrived at through negotiations. Each Party has had a full and fair opportunity to revise the terms of this Agreement. As a result, the normal rule of construction that any ambiguities are to be resolved against the drafting Party will not apply in the construction or interpretation of this Agreement, but instead the Agreement will be interpreted based on its fair meaning. Specific provisions of this Agreement will take precedence over conflicting general provisions. 18. Amendment. This Agreement may be amended or modified only by a written instrument executed by each of the Parties to this Agreement and approved by their respective governing boards unless otherwise specified herein. In the event one Party wishes to amend this Agreement, it will notify the other Party, and specify the section or sections it seeks to amend. The Parties will meet and confer in good faith concerning any proposed amendment. 19. No Partnership/No JPA. The District is acting as an independent contractor for the City for the purpose of this Agreement and the Project. The Parties do not intend by this Agreement to create a joint exercise of powers agreement, and the Parties do not intend by this Agreement to create a partnership or a joint venture of any sort. 20. Necessary Actions/Further Assurances. Each Party shall execute and deliver any necessary documents and instruments, and take any additional actions as may be reasonably required, to carry out the purposes of this Agreement. 21. No Third Party Beneficiaries. This Agreement does not create any right or interest in any non-Party, or in any member of the general public, or other governmental entity as a third party beneficiary, and the intent and effect of this Agreement is not to create any other private right of action or enforcement in any person not an express Party to this Agreement. 22. Severance. If any part of this Agreement is invalidated, set aside, modified or disapproved as a result of a judicial or administrative ruling or determination, the remainder of the Agreement shall remain in full force and effect, and the Parties shall fulfill their obligations under this Agreement consistent with the remainder of this Agreement. 23. Successors and Assigns. This Agreement will be binding on and inure to the benefit of the Parties’ respective successors and assigns. No Party may assign its interests in, or obligations under, this Agreement without the written consent of the other Party, which consent may be Doc. 6111654 10 11/1/2021 withheld at the sole discretion of either Party. No attempted assignment will be valid for any purpose unless approved by the other Party at its sole and absolute discretion. 24. Waivers. Waiver of any breach or default under this Agreement will not constitute a continuing waiver or a waiver of any subsequent breach either of the same or of another provision of this Agreement, and forbearance to enforce one or more of the remedies provided in this Agreement will not be deemed a waiver of that remedy. 25. Delegation to the Chief Engineer. The District’s Chief Engineer is authorized to take all actions on behalf of the District in connection with any approvals, consents, or actions required of or by the District under this Agreement, including modifying the agreement duration or amendments thereto. 26. Counterparts. This Agreement may be executed in one or more counterparts, each of which will be deemed to be an original. Ad<S~ '~,'-· Dr. Khaleah K . Bradshaw, City C lerk · ··' APPROVED AS TO FO RM: Aleshire & W y nder, LLP .A&~& By: ___ ~_J_ ) __ .Y--_____ _ Sunny K. S o lta ni, City Attorney [ rjl] A PPROVED AS TO FORM: Doc.6 111 654 I I CITY OF CARSON ' \ ·'· .~ I i .; ,.~ I } Lula Davis-Holmes, Mayor COUNTY SANITATION DISTRICT N0.20FLOSANGELESCOUNTY By ~ ~ I 1/1/202 1 June 8, 2022 Doc. 6111654 Exhibit 1 Cooperative Implementation Agreement between the City and Caltrans City ol'Carson CIA No. D43CIACA0001 Page 12 of 12 SECTION IV- SIGNATURES Signatories may execute this AGREEMENT through individual signature pages provided that each signature is an original. This AGREEMENT is not fully executed until all original signatures are attached. PARTIES are empowered by California Streets and Highways Code (SHC) sections 114 and 130 to enter into this AGREEMENT and have delegated to the undersigned the authority to execute this AGREEMENT on behalf of the respective agencies and covenant to have followed all the necessary legal requirements to validly execute this AGREEMENT. AGENCY By: Albeft Robles, Chairman ATTEST: By: Donesia L. Gause, CMC Agency Secretary APPROVED AS TO FORM: Aelshire & Wynder, LLP acs 'F nAe.Ior Sunny K. Solta i, Agency Counsel (Prni- G•w, ) DEPARTMENT TRANSPORTATION Signa .J • Print Name yls • Vcridttt< Date (— Z ) Title k),./1247. The Carriage Crest project will initially involve an evaluation of how to best achieve the objective of capturing the most runoff using the space and budget available. A cost -benefit analysis of treating the water on -site versus sending the water to the JWPCP will be performed. The Carriage Crest Park site (see Figure 1) would capture discharges from approximately 1,118 acres of the Wilmington Drain subwatershed of the Machado Lake Watershed. A water capture facility at this site could greatly assist Caltrans and the municipalities to come into compliance with the applicable TMDLs by reducing the transport of pollutants downstream to Machado Lake. A water capture facility at this site with a capacity of 11-13 acre-feet would capture wet -weather discharges equivalent to a site of approximately 232-275 acres. Figure 1. Carriage Crest Project Capture Area Eliari x..' IF7tll+krJrr 'rw tiin'':? Torr -- rance -- j LosiAng,` ele�s4. , -- Storrn Drain . Open Channel City Boundaries [� 180 -acre Capture Area 938 -acre Capture Area Q Site Parcel 0 0.L 02 0.3 0.4rni r Site ln_formatio_ n Land Owner Street Address Latitude/Longitude Assessor's Identification Number (AIN) Watershed Management Area Receiving Water City of Carson 23800 Figueroa St, Carson, CA 90745 33°48'32.2"N/118'17'5.1"W 7330007905 Dorninguez Channel Watershed Wilmington Drain/Machado Lake The project involves initial engineering and geotechnical assessments, detailed design, environmental compliance, permitting, construction of a diversion structure and piping, construction of a pre- treatment facility, excavation and construction of a high void underground storage/infiltration Doc. 6111654 Exhibit 2 Stormwater Project Services Agreement between the City and Los Angeles County Sanitation District No. 2 SIGNATURES PAGE CITY OF CARSON ATTEST: 4Ac AlikksiA4tpay. (,€ 4, Clerk APPROVED AS TQ7FORM: Aleshire & Wynd?fr, LLP , By: COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY AT EST: j. Secretary t"L'4441' th Board APPRO ED AS TO FORM: Lewis Bris ois Bisgaard & ri4 LLP By: District Co nsel ‹* 4818-33446-0020.4 302357.3 Doc. 3763480 8 JUL 13 2016 See Exhibit 1 to this O&M Agreement for Exhibit 1 to the Stormwater Project Agreement   'RF ([KLELW 0HPRUDQGXPRI8QGHUVWDQGLQJEHWZHHQWKH&LW\DQGWKH &RXQW\RI/RV$QJHOHV  MEMORANDUM OF UNDERSTANDING This Memorandum of Understanding (MOU), made and entered into as of the date of the last signature set forth below by and between the CITY OF CARSON, a general law city (hereinafter referred to as CARSON) and the COUNTY OF LOS ANGELES, a political subdivision of the State of California (hereinafter referred to as COUNTY). Collectively, these entities shall be known herein as PARTIES or individually as PARTY. WITNESSETH WHEREAS, CARSON and the COUNTY propose to improve the water quality of stormwater and urban runoff from their respective land areas; and WHEREAS, CARSON proposes to design, construct, operate, and maintain the Carson Stormwater and Runoff Capture Project at Carriage Crest Park (hereinafter referred to as the PROJECT), which is comprised of WATER QUALITY IMPROVEMENTS and restoration of RECREATIONAL FACILITIES; and WHEREAS, the PROJECT will be designed to provide capture of stormwater and urban runoff from four hundred fifty-five (455) acres within CARSON and three hundred nineteen (319) acres within the COUNTY; and WHEREAS, the PROJECT will be designed to provide treatment of the eighty-fifth (85th) percentile, twenty-four (24) hour storm event runoff volume of twenty- seven (27) acre-feet through constructed WATER QUALITY IMPROVEMENTS; and WHEREAS, the twenty-seven (27) acre-feet of treatment will be achieved through a combination of physical storage of 13.46 acre-feet and diversion to the sanitary sewer at a rate that will capture a total of twenty-seven (27) acre-feet over the course of the eighty-fifth (85th) percentile, twenty-four (24) hour design storm event; and WHEREAS, of the total twenty-seven (27) acre-feet of runoff volume treated by the PROJECT, fifteen (15) acre-feet is from CARSON and twelve (12) acre-feet is from the COUNTY; and WHEREAS, the PROJECT is in the Machado Lake Watershed, and is identified in the Enhanced Watershed Management Program for the Dominguez Channel Watershed Management Area Group; and WHEREAS, the PROJECT will be constructed at the Carriage Crest Park located 900 S. Figueroa Street, Carson, CA 90745, which park is owned and operated by 'IN; and Page 1 of 11 WHEREAS, CARSON has received thirteen million dollars ($13,000,000) in funding from the California Department of Transportation through a Cooperative Implementation Agreement to fund the PROJECT; and WHEREAS, the COUNTY desires to provide an additional not -to -exceed amount of five million, seven hundred twenty thousand dollars ($5,720,000) to Carson to account for planning, engineering design, and construction costs associated with upsizing of the previously planned PROJECT to capture the eighty-fifth (85th) percentile, twenty-four (24) hour storm event runoff volume from the COUNTY's three hundred nineteen (319) acres tributary to the PROJECT; and WHEREAS, PARTIES desire to enter into this MOU to establish each PARTY's responsibilities and financial obligations for the PROJECT; and WHEREAS, CARSON has retained the services of the Sanitation Districts of Los Angeles County (SANITATION DISTRICTS) to manage the planning, engineering design, and construction of the PROJECT; and WHEREAS, the PROJECT will be designed to discharge the captured stormwater and urban runoff to a sanitary sewer for treatment under an Industrial Waste Permit from SANITATION DISTRICTS; and WHEREAS, CARSON has applied for a permit from the Los Angeles County Flood Control District (DISTRICT) for modifications to the DISTRICT's infrastructure; and WHEREAS, CARSON will enter into a separate long-term Operation and Maintenance Agreement with the DISTRICT for the PROJECT; and WHEREAS, PARTIES will jointly fund the operation and maintenance of the WATER QUALITY IMPROVEMENTS of the PROJECT; and WHEREAS, CARSON will solely fund the operation and maintenance of the RECREATIONAL FACILITIES of the PROJECT; and WHEREAS, the PROJECT is in the joint interest of PARTIES and will improve water quality and quality of life for citizens and provide opportunities for water conservation. DEFINITIONS The following definitions shall apply to this MOU: CALTRANS shall refer to the California Department of Transportation; RECREATIONAL FACILITIES include, but are not limited to recreational fields, irrigation systems, and landscaping; Page 2 of 11 SANITATION DISTRICTS shall refer to the sanitation districts of the County of Los Angeles existing under Health & Safety Code Sections 4700, et seq.; O&M shall refer to an Operations and Maintenance, the operation and maintenance requirements for all PROJECT components based on the final PROJECT design, and the operation and maintenance responsibilities of CARSON, including but not limited to clean out of pretreatment system, maintenance of telemetry system, maintenance of pumps and piping and treatment surcharge fees paid to SANITATION DISTRICTS; O&M MANUAL shall refer to an Operations and Maintenance Manual, a document that describes in detail the operation and maintenance requirements for all PROJECT components based on the final PROJECT design, and the operation and maintenance responsibilities of CARSON, including but not limited to clean out of pretreatment system, maintenance of telemetry system, maintenance of pumps and piping and treatment surcharge fees paid to SANITATION DISTRICTS; PROJECT refers to a storm water and runoff capture project located towards the south-westerly section of the City of Carson within the Carriage Crest Park located at 23800 Figueroa Street, in Carson, California, which will include WATER QUALITY IMPROVEMENTS and restoration of RECREATIONAL FACILITIES. The PROJECT will involve the diversion and pretreatment of stormwater from an existing storm drain system at a rate of forty-five (45) cubic feet per second. The storm water will then be diverted to a subsurface storage reservoir located under Carriage Crest Park and ultimately discharged to the sanitary sewer for treatment at the Joint Water Pollution Control Plant or returned to the storm drain system on an as -needed basis; and WATER QUALITY IMPROVEMENTS include but are not limited to a storm drain diversion system, a catch basin diversion system, pretreatment devices, an underground storm water storage facility, a dewatering system to sanitary sewer, including a pump station and a discharge line, a telemetry system, and a storm drain return pipeline. NOW, THEREFORE, in consideration of the promises and mutual covenants set forth herein, PARTIES hereby agree as follows: 1. CARSON AGREES: a. To prepare plans, specifications, and cost estimate for the PROJECT. b. To utilize thirteen million dollars ($13,000,000) in funding from CALTRANS to design and construct the PROJECT. c. To prepare, as lead agency, and obtain approval of any necessary environmental documents as required under the California Environmental Quality Act for the PROJECT. Page 3 of 11 d. To obtain and comply with all applicable regulatory permits, approvals, and requirements for the PROJECT; to advertise the PROJECT for construction bids; to award and administer the construction contract; to modify approved plans and specifications for the PROJECT necessitated by unforeseen or unforeseeable field conditions encountered during construction as necessary to ensure the PROJECT is constructed as intended; to cause the PROJECT to be constructed in accordance with the approved plans and specifications; and e To prepare an O&M MANUAL, a document that describes in detail the operation and maintenance requirements for all WATER QUALITY IMPROVEMENT components based on the final PROJECT design, including but not limited to clean out of pretreatment devices, maintenance of a telemetry system, maintenance of pumps and piping and treatment surcharge fees paid to SANITATION DISTRICTS and to provide the COUNTY the opportunity to review and provide comments on the O&M MANUAL prior to finalizing the O&M MANUAL. f. Upon award of a construction contract by CARSON for PROJECT, to notify PARTIES of any request for a change order related to the construction of the PROJECT that exceeds five percent (5%) of the total contract amount within ten (10) business days of receipt of the request, and to further notify PARTIES of CARSON's approval thereof, or if it does not so approve, the reasons therefor, within ten business days of receipt of the request. Any change order that will result in the total cost of the PROJECT to exceed eighteen million, two hundred thousand dollars ($18,200,000) will require approval of all PARTIES prior to CARSON's approval of the change order. To invoice the COUNTY based on actual expenditures of the engineering design and construction of the PROJECT no later than June 30, 2019, for expenditures incurred in Fiscal Year 2018-19 and no later than June 30, 2020, for expenditures incurred in Fiscal Year 2019-20. The total invoiced amounts to the COUNTY shall not exceed five million, seven hundred twenty thousand dollars ($5,720,000). This amount includes a 10% contingency as shown in Table 2 of Exhibit A. g. Within ten (10) business days of CARSON's receipt of written notice that PROJECT is complete, to notify PARTIES that CARSON approves the construction work for PROJECT or, if it does not so approve, the reasons therefor. h. Upon completion of the PROJECT, to assume ownership, operation, and maintenance responsibilities for WATER QUALITY IMPROVEMENTS and RECREATIONAL FACILITIES. Page 4 of 11 Upon completion of construction of PROJECT, to provide as -built plans to COUNTY. Upon completion of the PROJECT, to operate and maintain WATER QUALITY IMPROVEMENTS pursuant to the O&M MANUAL. k. Upon completion of the PROJECT, to provide COUNTY with contact information for person(s) responsible for the operation and maintenance activities set forth in this MOU. I. Upon completion of the PROJECT, to invoice the COUNTY for the operation and maintenance of WATER QUALITY IMPROVEMENTS based on actual expenditures at the end of each fiscal year starting in Fiscal Year 2019-20 according to the cost allocation formula in Table 3 of Exhibit A and provide an explanation if expenditures exceed the annual cost estimates. m. Upon completion of the PROJECT, to maintain and comply with all applicable regulatory permits and requirements associated with operation and maintenance of the PROJECT. 2. COUNTY AGREES: a. COUNTY agrees to provide CARSON with a total, not -to -exceed amount of five million, seven hundred twenty thousand dollars ($5,720,000) in Fiscal Years 2018-19 and 2019-20 to finance the capital costs of the PROJECT, in excess of CALTRANS' contribution to ensure capture of the 85th percentile, 24 -hour storm event runoff volume from COUNTY. b. COUNTY agrees to approve or disapprove of any change order to the construction of the PROJECT requested by CARSON within ten (10) working days of receipt of written request from CARSON. Approval shall not be unreasonably withheld. In the event of a disagreement, the issue shall be mutually referred to sequentially higher administrative levels within the PARTIES until the issue is resolved. If the PARTIES are still unable to resolve their disagreement, CARSON and the COUNTY reserve all rights and remedies at law and in equity. c. COUNTY agrees to provide CARSON annual funding for the operation and maintenance of WATER QUALITY IMPROVEMENTS, starting in Fiscal Year 2019-20 according to the funding allocation shown in Table 3 of Exhibit A. d. COUNTY agrees to pay CARSON within sixty (60) days of receipt of invoice. Page 5 of 11 e. COUNTY agrees to provide CARSON any comments to CARSON's proposed O&M Manual within ten (10) business days of receipt. 3. IT IS MUTUALLY UNDERSTOOD AND AGREED AS FOLLOWS: a. This MOU shall become effective on the last date of execution by a PARTY and shall remain in effect until the COUNTY has paid all outstanding invoices for costs associated with the PROJECT incurred up to June 30, 2022. b. PARTIES shall have no financial obligation to any other PARTY under this MOU except as herein expressly provided. c. PARTIES may elect to partner in the pursuit of grant funding opportunities for the PROJECT. d. The term of this MOU shall be 4 years. e. Each PARTY shall indemnify, defend, and hold harmless each other PARTY, including its special districts, elected and appointed officers, employees, agents, attorneys, and designated volunteers from and against any and all liability, including, but not limited to demands, claims, actions, fees, costs, and expenses (including reasonable attorney's and expert witness fees), arising from or connected with the respective acts of each PARTY arising from or related to this MOU; provided, however, that no PARTY shall indemnify another PARTY, which has committed negligent or willful misconduct for that other PARTY'S own negligence or willful misconduct. GENERAL PROVISIONS Cooperation. The Parties shall fully cooperate with one another to attain the purposes of this MOU. Good Faith. Each Party shall use reasonable efforts and work in good faith for the expeditious completion of the purposes and goals of this MOU and the satisfactory performance of its terms. Voluntary. This MOU is voluntarily entered into to attain the purposes set forth in this MOU. Relationship of Parties. The Parties are and shall remain at all times as to each other wholly independent entities. No Party to this MOU shall have power to incur any debt, obligation, or liability on behalf of another Party unless expressly provided to the contrary by this MOU. No employee, agent, or officer of a Party shall be deemed for any purpose whatsoever to be an agent, employee or officer of another Party. Page 6 of 11 Binding Effect. This MOU shall be binding upon, and shall be to the benefit of the respective successors, heirs, and assigns of each Party; provided, however, no Party may assign its respective rights or obligations under this MOU without prior written consent of the other Parties. Amendment. The terms and provisions of this MOU may not be amended, modified or waived, except by an instrument in writing signed by all the Parties. Waiver. Waiver by any Party to this MOU of any term, condition, or covenant of this MOU shall not constitute a waiver of any other term, condition, or covenant. Waiver by any Party to any breach of the provisions of this MOU shall not constitute a waiver of any other provision, nor a waiver of any subsequent breach or violation of any provision of this MOU. Governing Law. This MOU is made under and will be governed by the laws of the State of California. In the event of litigation between the Parties, venue in the State trial court shall lie exclusively in the County of Los Angeles. No Presumption in Drafting. All Parties have been represented by legal counsel in the preparation and negotiation of this MOU. Accordingly, this MOU shall be construed according to its fair language. Any ambiguities shall be resolved in a collaborative manner by the Parties. Entire Agreement. This MOU constitutes the entire agreement of the Parties with respect to the subject matter hereof and supersedes all prior or contemporaneous agreements, whether written or oral, with respect thereto. Termination of O&M Portion of MOU. The COUNTY and CITY agree to annually review and agree upon annual O&M costs; if they do not reach agreement on annual O&M costs, they agree to proceed through a meet and confer process and non -binding mediation to reach agreement on the annual O&M costs. Should the parties not reach agreement through such dispute resolution procedures, the CITY and COUNTY reserve the right to terminate the O&M portion of this MOU for any reason upon one -hundred twenty (120) days' prior written notice. In the event of such termination, CARSON shall be entitled to a prorated portion of the COUNTY's annual contribution for the calendar year in which the COUNTY terminates the MOU hereunder. In addition, upon COUNTY's termination, CITY would receive the TMDL compliance credits to which the Parties would be entitled for performance of this MOU. Severability. The provisions of this MOU are severable, and the invalidity, illegality or unenforceability of any provision of this MOU will not affect the validity or enforceability of any other provisions. If any provision of this MOU is found to be invalid, illegal, or unenforceable, the Parties shall endeavor to modify that clause in a manner, which gives effect to the intent of the Parties in entering into this MOU. Page 7 of 11 Counterparts. This MOU may be executed in counterparts, which together shall constitute the same and entire MOU. Notices. Any notices, bills, invoices, or reports relating to this MOU, and any request, demand, statement or other communication required or permitted hereunder shall be in writing and shall be delivered to the Representative of the Party at the address set forth below. Parties shall promptly notify each other of any change of contact information, including personnel changes. Written notice shall include notice delivered via email or fax. A notice shall be deemed to have been received on (a) the date of delivery, if delivered by hand during regular business hours, or by confirmed facsimile or by email; or (b) on the third (3) business day following mailing by registered or certified mail (return receipt requested) to the address set forth below. Administration. For purposes of this MOU, the Parties hereby designate as their respective Party Representatives the persons named below. The designated Party Representatives, or their respective designees, shall administer the terms and conditions of the MOU on behalf of their respective Party. Each of the persons signing below on behalf of a Party represents and warrants that they are authorized to sign this MOU on behalf of such Party. CARSON: Dr. Maria Williams -Slaughter Director of Public Works City of Carson Department of Public Works 701 East Carson Street Carson, CA 90745 COUNTY: // // // // // // // // // // // // // // // Mr. Paul Alva Principal Engineer Los Angeles County Department of Public Works P.O. Box 1460 Alhambra, CA 91802-1460 Page 8 of 11 IN WITNESS WHEREOF, the PARTIES hereto have caused this MOU to be executed by their duly authorized representatives and affixed as of the date of signature of the PARTIES: COUNTY OF LOS ANGELES By tor • Pu.lic orks APPROVED AS TO FORM: MARY C. WICKHAM County Counsel Page 9 of 11 Date CITY OF CARSON Title APPROVED AS TO FORM: Page 10 of 11 Date EXHIBIT A Funding Contributions for Carriage Crest Stormwater and Runoff Capture Project Table 1. Project Capital Costs Tasks Planning Engineering Design, Permitting, and Environmental Documents Estimated Cost* $400,000 $1,200,000 Construction of Water Quality Improvements and Restoration of Recreational Facilities, including procurement of precast storage modules Construction Management and Inspection Total $15,600,000 *Estimated cost for each task is subject to change. Table 2. Project Capital Cost Allocation Jurisdiction Amount beginning in Fiscal Year 2018-19 City of Carson $13,000,000 County of Los Angeles $5,200,000** Total $18,200,000 **With prior approval from the County, this amount may be increased by a 10% contingency ($520,000), for a total not -to -exceed amount of ($5,720,000). $1,000,000 $18,200,000 Table 3. Operation and Maintenance Cost Allocation for Water Quality Improvemen Jurisdiction Design Capture Volume Percentage Estimated Annual O&M Cost (Starting Fiscal Year 2019- 20)*** City of Carson 15 acre-feet 56% $180,000 - $235,000 County of Los Angeles 12 acre-feet 44% $140,000 - $185,000 Total 27 acre-feet 100% $320,000 - $420,000 Page 11 of 11 Doc. 6111654 Exhibit 4 Use and Maintenance Agreement between the City and the Flood Control District AGREEMENT No. 003424 PROJECT 1201, LINE A FIGUEROA STREET — NORTH OF SEPULVEDA BOULEVARD THOMAS GUIDE NO. 794-B2 SECOND DISTRICT USE AND MAINTENANCE AGREEMENT This USE AND MAINTENANCE AGREEMENT (hereinafter referred to as AGREEMENT), is made and entered into by and between the Los Angeles County Flood Control District, a body corporate and politic, (hereinafter referred to as DISTRICT), and the City of Carson, a municipal corporation, (hereinafter referred to as CARSON). The DISTRICT and CARSON are collectively referred to as PARTIES. RECITALS WHEREAS, the DISTRICT owns and operates a flood protection facility, Project 1201, Line A (herein referred to as STORM DRAIN), a double 10 foot -9 inch wide by 6 foot -7 inch high reinforced concrete box, located near the intersection of Figueroa Street and Sepulveda Boulevard in the City of Carson; and WHEREAS, CARSON desires to implement the Carson Stormwater and Runoff Capture Project at Carriage Crest Park (hereinafter referred to as PROJECT); for the purpose of improving urban runoff water quality and stormwater capture, the PROJECT will divert dry weather and stormwater flows from the STORM DRAIN into the nearby Los Angeles County Sanitation Districts' treatment plant; and WHEREAS, a portion of the PROJECT, consisting of the drop inlet (hereinafter referred to as DIVERSION), is to be located within the STORM DRAIN, as shown on Exhibit A; and WHEREAS, the construction of the PROJECT is estimated to be completed in or about December 2019; and WHEREAS, the County of Los Angeles and the City of Carson have entered a separate Memorandum of Understanding concerning the financing of certain planning, engineering, design, and construction costs associated with the PROJECT and described in said Memorandum of Understanding; and NOW, THEREFORE, in consideration of the foregoing recitals, the mutual agreements contained herein, and for other good and valuable consideration, the receipt of which is hereby acknowledged, the PARTIES agree as follows: Page 1 of 13 01007.0005/491739.2 SECTION 1: Authorized Use 1.1. CARSON is authorized and permitted to use the STORM DRAIN between Stations 4+34 and 6+34, for the construction, operation, maintenance, and repair of the DIVERSION in accordance with the terms and conditions of this AGREEMENT and of the permit obtained from the DISTRICT as described below. CARSON is authorized and permitted to take access to and from the DIVERSION via the STORM DRAIN and access ramp to the STORM DRAIN located immediately south of Sepulveda Boulevard. Any other use of the STORM DRAIN or any portion thereof by CARSON is expressly prohibited. 1.2. CARSON's use of the STORM DRAIN in connection with the PROJECT shall be nonexclusive and shall be subordinate to the uses of the STORM DRAIN by the DISTRICT, and CARSON's use of the STORM DRAIN shall at no time interfere with the DISTRICT's use of the STORM DRAIN or the DISTRICT's use of its adjacent property and/or improvements. 1.3. This AGREEMENT is valid only to the extent of the DISTRICT's jurisdiction. CARSON shall be responsible for the acquisition of permits required by other affected agencies or agencies with regulatory jurisdiction over the PROJECT, and the consent of any underlying fee owners, as applicable, hereinafter collectively referred to as THIRD -PARTY APPROVALS. CARSON shall be responsible for all costs associated with obtaining and complying with the requirements and conditions of all THIRD -PARTY APPROVALS, including, by way of example, permit fees and compensatory mitigation expenses. CARSON shall provide the DISTRICT copies of all THIRD -PARTY APPROVALS. SECTION 2: Construction and implementation of DIVERSION 2.1. Prior to commencing any construction activity on the DIVERSION, CARSON shall apply for and obtain a permit from the DISTRICT. The permit application and fee shall be submitted to the County of Los Angeles Department of Public Works, Land Development Division, Permits and Subdivisions Section. 2.2. Upon completion of the construction of the DIVERSION, CARSON shall provide to the DISTRICT a complete set of the as -built plans for the PROJECT in an electronic format. In addition, CARSON shall provide shape files for all maps depicting the PROJECT. Page 2 of 13 01007.0005/491739.2 SECTION 3: Operation and Maintenance of DIVERSION 3.1. CARSON shall, upon completion of construction, be responsible for the operation, maintenance, and repair of the DIVERSION in accordance with the terms and conditions of this AGREEMENT and of the permit obtained from the DISTRICT. The operation and maintenance of the DIVERSION shall include, but not be limited to, the following activities: 3.1.1. CARSON shall prepare a maintenance manual (hereinafter referred to as M -MANUAL), describing the operation, maintenance, and inspection practices, required regulatory permits, procedures, and standards for the DIVERSION including maintenance schedules, identification of any specialty maintenance service providers, equipment usage, and a maintenance log sheet. 3.1.1.1. CARSON shall submit a draft version of the M -MANUAL, to the DISTRICT not later than September 15, 2019, or such later date as may be mutually agreed to by the PARTIES in writing. 3.1.1.2. The DISTRICT shall provide CARSON with comments on the draft M -MANUAL within forty-five (45) days of submittal. 3.1.1.3. CARSON shall incorporate any and all reasonable comments submitted by the DISTRICT and shall deliver a final version of the M -MANUAL to the DISTRICT within forty-five (45) days after receipt of the DISTRICT's comments. If the PARTIES cannot agree as to whether the DISTRICT's comments shall be incorporated, the PARTIES shall meet and confer in good faith to resolve such disagreement. 3.1.2. DISTRICT shall not be responsible for costs associated with the operation and maintenance of the DIVERSION, including but not limited to necessary repairs and/or replacement of DIVERSION components and obtaining, complying with, and renewing as necessary all required regulatory permits. CARSON and the County of Los Angeles have entered into a separate Memorandum of Understanding setting forth their respective responsibilities for costs associated with the operation and maintenance of the DIVERSION, including but not limited to, necessary repairs and/or replacement of DIVERSION components and obtaining, complying with, and renewing as necessary all required regulatory permits. Page 3 of 13 01007.0005/491739.2 3.1.3. CARSON shall operate and maintain the DIVERSION in a safe, clean, and orderly condition, and in compliance with the M -MANUAL and all applicable Federal and State laws, local ordinances (including the Los Angeles County Flood Control District Code) and applicable regulatory permits. 3.1.4 CARSON shall be responsible to inspect the DIVERSION and clear any obstructions that may interfere with the proper functioning of the DIVERSION and the STORM DRAIN, as described in the M -Manual. 3.1.5. CARSON shall provide the DISTRICT with 24 -hour contact information for person(s) responsible for the operation and maintenance activities related to the DIVERSION. DISTRICT shall provide CARSON with 24 -hour contact information for person(s) responsible for maintaining the STORM DRAIN. 3.1.6. CARSON shall coordinate and communicate with the DISTRICT in regard to operation, maintenance, and repair activities related to the DIVERSION. 3.1.6.1. CARSON shall notify the DISTRICT a minimum of thirty (30) days in advance of any major (nonroutine) proposed maintenance activities related to the DIVERSION except for trash removal, routine cleaning, and minor repairs within the DIVERSION; provided, however, that in the event CARSON becomes aware of the need to perform any such maintenance activities less than 30 days from the date it proposes to perform said activities, it shall notify the DISTRICT immediately upon determining to perform the activities. 3.1.6.2. CARSON shall notify the DISTRICT a minimum of forty-eight (48) hours in advance of any routine maintenance activities related to the DIVERSION including trash removal, routine cleaning, and minor repairs within the DIVERSION. 3.1.6.3. CARSON shall provide the DISTRICT with an annual summary report of its operations and maintenance of the DIVERSION and status of all related regulatory permits. The contents of the summary report shall include at a minimum the following information: a. Name of Project; b. Location description of Project; Page 4 of 13 01007.0005/491739.2 c. Project contact information; d. Description of the Project and its function and direct impact to the STORM DRAIN; e. Summary of operations within the reporting year, from July 1st to June 30th of the following year, type of activities (i.e. routine, nonroutine, and emergency), date and time of activities, and description of work performed; f. Summary of major repairs completed, including but not limited to, type of repairs, location of repairs, pre- and postrepair photographs, date and time of repairs; g. Summary of public inquiries and complaints related to the PROJECT and CARSON's response; h. Summary of volume captured or discharged from PROJECT; i. Status of any regulatory permits affecting the operation or maintenance of the DIVERSION; j. Status of any specialty contractor agreements required for ongoing maintenance and repairs of the DIVERSION; 3.1.6.4. This survey and status report shall be mailed to: Attention: Area Engineer Los Angeles County Flood Control District Department of Public Works, Stormwater Maintenance Division 5525 East Imperial Highway South Gate, CA 90280 3.1.7. DISTRICT shall coordinate and communicate maintenance activities related to the STORM DRAIN with CARSON. 3.1.8. If CARSON fails to perform any maintenance activities as provided for in this AGREEMENT in a timely manner, the DISTRICT reserves the right to remedy any such maintenance deficiency that the DISTRICT determines impairs the DISTRICT's flood protection activities. However, prior to taking any action to remedy any such maintenance deficiency, the DISTRICT shall first notify CARSON of the deficiency and allow a reasonable time for CARSON to correct it. If CARSON fails to correct the deficiency within a reasonable time, the DISTRICT shall thereafter be entitled to correct the deficiency. Notwithstanding the foregoing, if the DISTRICT determines that Page 5 of 13 01007.0005/491739.2 immediate remedial action is required to prevent or mitigate a dangerous condition, DISTRICT shall be entitled to implement the remedial action(s) without prior notice to CARSON if there is insufficient time to give notice due to an emergency as defined in Public Contract Code Section 1102. The DISTRICT shall prepare and send to CARSON an invoice for all work reasonably undertaken by the DISTRICT to remedy any maintenance deficiency, and CARSON shall within thirty (30) days from the receipt of the invoice reimburse the DISTRICT for all costs and expenses reasonably incurred by the DISTRICT to remedy said deficiency. Should CARSON dispute that any remedial action by the DISTRICT was occasioned by CARSON's failure to perform any maintenance activities provided for in this AGREEMENT, CARSON shall promptly notify the DISTRICT and the PARTIES shall meet and confer in good faith within such thirty (30) day period allowed for payment. 3.1.9. CARSON shall be responsible for all community relations related to the PROJECT (including the DIVERSION), including responding to public inquiries, complaints, etc. DISTRICT shall forward to CARSON any community relations, public inquiries, complaints, etc., related to the PROJECT or DIVERSION. 3.1.10. CARSON shall not discharge any nonstormwater from the PROJECT to the STORM DRAIN or to any other storm drains owned or operated by the DISTRICT. SECTION 4: Termination of AGREEMENT 4.1. The DISTRICT shall have the right to terminate this AGREEMENT by giving CARSON at least one hundred twenty (120) days prior written notice, under the following conditions: 4.1.1. The DISTRICT proposes a project for flood control, water conservation, and/or any other use or purpose authorized by the Los Angeles County Flood Control Act; and 4.1.2. The DISTRICT determines, in good faith, that the DIVERSION or any portion thereof, would be substantially incompatible with the DISTRICT's proposed project; and 4.1.3. The DISTRICT has notified CARSON of the basis for the DISTRICT'S determination that a substantial incompatibility will exist and has provided CARSON with a reasonable opportunity to propose modifications to the DIVERSION that will eliminate the incompatibility; and Page 6 of 13 01007.0005/491739.2 4.1.4. After consideration of any such modifications proposed by CARSON, the DISTRICT, in its sole but reasonable discretion, determines not to incorporate any such modifications or determines that, notwithstanding any such modifications, the DIVERSION will still be substantially incompatible with the DISTRICT's proposed project. 4.2. The DISTRICT shall have the right to terminate this AGREEMENT in the event CARSON breaches any term or condition of this AGREEMENT and fails to cure such breach or breaches within a reasonable amount of time from the date the DISTRICT provides written notice of said breach or breaches to CARSON. 4.3. The DISTRICT shall have the right to terminate this AGREEMENT if construction of the DIVERSION has not been completed within five (5) years from the date this AGREEMENT is fully executed. 4.4. The DISTRICT shall have the right to suspend or terminate this AGREEMENT in the DISTRICT's sole discretion, in the event the DISTRICT determines, in good faith, that it is necessary for the DISTRICT to enter and take exclusive possession of the DIVERSION or any portion thereof in order to respond to an emergency as defined in Public Contract Code Section 1102. 4.5. CARSON shall have the right to terminate this AGREEMENT for any reason, by giving the DISTRICT at least sixty (60) days prior written notice. SECTION 5: Removal of Improvements and Restoration of the STORM DRAIN 5.1. Upon termination of this AGREEMENT, the DISTRICT may, in its sole discretion, provide a written notice to CARSON to remove all or any improvements constructed or installed by or on behalf of CARSON in connection with the DIVERSION, and to restore the STORM DRAIN to a condition similar to or better than that which existed on the effective date of this AGREEMENT (including sealing off the diversion inlet). If the DISTRICT provides such notice, CARSON shall comply with said notice within a reasonable time, but in no event exceeding one hundred eighty (180) days from the date of the notice or such longer period as may be mutually agreed to by the PARTIES. If CARSON cannot remove all improvements within one hundred eighty days (180) for reasons outside its control, it shall give prompt notice to DISTRICT when it learns it cannot meet this deadline, and the PARTIES will meet and confer in good faith concerning the obstacles to meeting the deadline and concerning a proposed mutually agreeable timeline for removal. Page 7 of 13 01007.0005/491739.2 5.2. Prior to commencing the removal of any improvements, CARSON shall apply for and obtain a permit for the removal activities from the County of Los Angeles Department of Public Works, Land Development Division, Permits and Subdivisions Section and shall also apply for and obtain any and all other necessary local, State, and Federal permits applicable to the removal of the improvements. 5.3. If CARSON fails to comply with the DISTRICT's notice referred to in subsection 5.1, the DISTRICT may, in its sole discretion, remove any or all improvements referenced in the DISTRICT's notice to CARSON. 5.4. If the DISTRICT removes any improvements pursuant to subsection 5.3, the DISTRICT shall submit a billing invoice to CARSON indicating the costs and expenses reasonably incurred by the DISTRICT in connection with the removal of the improvements and CARSON shall reimburse the DISTRICT all such costs and expenses within thirty (30) days of CARSON's receipt of a billing invoice from the DISTRICT. SECTION 6: Miscellaneous Provisions 6.1. Damage to STORM DRAIN or DIVERSION 6.1.1. If any components of the DIVERSION are damaged by any negligent act or omission of the DISTRICT, the DISTRICT shall repair and replace those components within a reasonable time frame after discovery or notice thereof. The DISTRICT shall be responsible for all costs related to these repairs and/or replacements. 6.1.2. If any components of the STORM DRAIN are damaged by any negligent act or omission of CARSON, CARSON shall repair and replace those components within a reasonable time frame after discovery or notice thereof. CARSON shall be responsible for all costs related to these repairs and/or replacements. 6.1.3. As owner of the STORM DRAIN, the DISTRICT shall continue to be responsible for operation, maintenance, monitoring, upkeep, and improvements of the STORM DRAIN, and nothing in this AGREEMENT alters the DISTRICT's ownership status concerning the STORM DRAIN. CARSON shall not become responsible for costs associated with the regular operation and maintenance of the STORM DRAIN, including but not limited to necessary repairs and/or replacement of STORM DRAIN components and obtaining, complying with, and renewing as necessary all required regulatory permits for the STORM DRAIN. Page 8 of 13 01007.0005/491739.2 6.2. The DISTRICT shall not be responsible for the expense of any relocation, alteration, or modification of the PROJECT, the DIVERSION or any portion thereof requested by CARSON. 6.3. Indemnification and release. 6.3.1. CARSON shall indemnify, defend, and hold harmless the DISTRICT, the County of Los Angeles, and their respective officers and employees from and against any claims, demands, liability, damages, costs and expenses, including, without limitation, attorney fees and costs of litigation and claims alleging violations of the California Environmental Quality Act (CEQA) or CEQA Guidelines arising out of the PROJECT or DIVERSION, and including, without limitation, attorney fees and costs of litigation and claims involving bodily injury, death or personal injury of any person or property damage of any nature whatsoever, arising out of or in any way connected to the construction, operation, maintenance, repair, modification, or removal of the PROJECT, the DIVERSION, or any portion thereof, except to the extent caused by the negligence or willful misconduct of the DISTRICT, the County of Los Angeles, or their respective officers, employees, or contractors. 6.3.2. The DISTRICT shall indemnify, defend, and hold harmless the CARSON and its respective officers and employees from and against any claims, demands, liability, damages, costs and expenses, including, without limitation, attorney fees and costs of litigation and claims involving bodily injury, death, or personal injury of any person or property damage of any nature whatsoever, arising out of or in any way connected to operation and maintenance of the STORM DRAIN, exclusive of the DIVERSION, or any portion thereof, except to the extent caused by the negligence or willful misconduct of CARSON or its respective officers, employees or contractors. 6.3.3. CARSON releases the DISTRICT and waives all rights to damages for any loss, costs, or expenses CARSON may sustain as a result of any damage to, or destruction of, the PROJECT, the DIVERSION, or any portion thereof, attributable to flood or stormwaters, or any other runoff tributary to the STORM DRAIN, except to the extent such damages are caused by the negligence or willful misconduct of the DISTRICT or its officers, employees or contractors. 6.4. Cooperation. The Parties shall fully cooperate with one another to attain the purposes of this Agreement. Page 9 of 13 01007.0005/491739.2 6.5. Good Faith. Each Party shall use reasonable efforts and work in good faith for the expeditious completion of the purposes and goals of this Agreement and the satisfactory performance of its terms. 6.6. Voluntary. This Agreement is voluntarily entered into to attain the purposes set forth in this this Agreement. 6.7. Relationship of Parties. The Parties are and shall remain at all times as to each other wholly independent entities. No Party to this Agreement shall have power to incur any debt, obligation, or liability on behalf of another Party unless expressly provided to the contrary by this Agreement. No employee, agent, or officer of a Party shall be deemed for any purpose whatsoever to be an agent, employee, or officer of another Party. 6.8. Binding Effect. This Agreement shall be binding upon, and shall be to the benefit of the respective successors, heirs, and assigns of each Party; provided, however, no Party may assign its respective rights or obligations under this Agreement without prior written consent of the other Parties. 6.9. Amendment. The terms and provisions of this Agreement may not be amended, modified or waived, except by an instrument in writing signed by all the Parties. 6.10. Waiver. Waiver by any Party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any Party to any breach of the provisions of this Agreement shall not constitute a waiver of any other provision, nor a waiver of any subsequent breach or violation of any provision of this Agreement. 6.11. Governing Law. This Agreement is made under and will be governed by the laws of the State of California. In the event of litigation between the Parties, venue in the state trial court shall lie exclusively in the County of Los Angeles. 6.12. No Presumption in Drafting. All Parties have been represented by legal counsel in the preparation and negotiation of this Agreement. Accordingly, this Agreement shall be construed according to its fair language. 6.13. Severability. The provisions of this Agreement are severable, and the invalidity, illegality or unenforceability of any provision of this Agreement will not affect the validity or enforceability of any other provisions. If any provision of this Agreement is found to be invalid, illegal, or unenforceable, the Parties shall endeavor to modify that clause in a manner which gives effect to the intent of the Parties in entering into this Agreement. Page 10 of 13 01007.0005/491739.2 6.14. Counterparts. This Agreement may be executed in counterparts, which together shall constitute the same and entire Agreement. 6.15. Notices. Any notices, bills, invoices, or reports relating to this Agreement, and any request, demand, statement or other communication required or permitted hereunder shall be in writing and shall be delivered to the Representative of the Party at the address set forth below. Parties shall promptly notify each other of any change of contact information, including personnel changes. Written notice shall include notice delivered via e-mail and U.S. Mail. A notice shall be deemed to have been received on (a) the date of delivery, if delivered by hand during regular business hours, or by confirmed facsimile or by e-mail; or (b) on the third (3) business day following mailing by registered or certified mail (return receipt requested) to the address set forth below. 6.16. Administration. For purposes of this Agreement, the Parties hereby designate as their respective Party Representatives the persons named below. The designated Party Representatives, or their respective designees, shall administer the terms and conditions of the Agreement on behalf of their respective Party. Each of the persons signing below on behalf of a Party represents and warrants that they are authorized to sign this Agreement on behalf of such Party. 6.17. Notices Any correspondence, communication, or contact concerning this AGREEMENT, and all notices including permits, that are to be given or that may be given by PARTIES shall be directed to the following: Los Angeles County Flood Control District Department of Public Works Stormwater Planning Division, 11th Floor 900 South Fremont Avenue Alhambra, CA 91803-1331 Attention: Keith Lilley Phone No.: (626) 458-4309 Fax: (626) 457-1526 Page 11 of 13 01007.0005/491739.2 Los Angeles County Flood Control District Department of Public Works Stormwater Maintenance Division, Annex Building Second Floor 900 South Fremont Avenue Alhambra, CA 91803-1331 Attention: Nandini Moran Phone No.: (626) 458-7810 Fax No.: (626) 458-4165 City of Carson Department of Public Works 701 East Carson Street Carson, CA 90745 Attention: Dr. Maria Williams -Slaughter Phone No.: (310) 952-1700 ext. 1754 mslaughter carson.ca.us The PARTIES shall promptly notify each other of any change of the contact information specified in this Section 6.16, including personnel changes. // // // // // /I // // // // // // /I // /I // // // // // // // // Page 12 of 13 01007.0005/491739.2 IN WITNESS WHEREOF, DISTRICT and CARSON have caused this AGREEMENT to be executed by their respective d aut orized officers, by DISTRICT on , 2018; by CARSON on f✓ , 2018. LOS ANGELES COUNTY FLOOD CONTROL DISTRICT, A body corporate and politic By Chief Engineer APPROVED AS TO FORM: MARY C. WICKHAM County Counsel By Deputy CITY OF RSON By City Mayor APPROVED AS TO FORM: By ,Ikr. City Attorney Page 13 of 13 01007.0005/491739.2 Doc. 6111654 Exhibit 5 Industrial Wastewater Permit No. 22253              !"! #$$ %& '(   !"!)*'( +",- "*)' &$ ,!! . /0 +",- !(*',,'  112  3345 6 3 1 743 515 8  38 5  3 9:  5;  349<5  ; 6 3 9:  515 8  5 3  3 3  551;:  3$ 365; 25 6 515 8 3 53 34 9 3411   353 8 743$ 365; 25 8 533 6  4 6 8 65 3: 9;  3139 51; 665   3 533 ; 22  34933 6  8:3    265 9;  353 132$ .4  51; 8  3   74 3 54:  3 3156 23 3 112  3345$ 2 6 3 1 8 34  ; 6 3 9:   9 1: 84  2 1  349<5   3545 6 38 3253 6 43 13$ # 5 '! 6  353= 38 5 3 1 3  369$               ; 6 3             >4; " ,!,' ,') ,,,? 1 ,( ,!,  43 3 *     !" #$%&%'#() ' * +,+-. !" #%#'%'#&) ' / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' (  !" #8%8%'#&) $"*2. "-"1-+1 !" #'%$%'#) ( / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' & , " +1- !" #%#%'##8) 9  +- , " !" #%#%'##8) 8"-"-,"1- +1-"11*" !" #%#%'##8) 7  +1. 2+.0 !" #%#%'##8) $ / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' :0.. -+/+*-+1 !" #'%'(%'#') & / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' #; . "<3+"2  353 74  45 64* 664 68 34 3;3 6 ; 51; 83 43 838 35: &53 ! !!! :3 1 ;  !! :3 1 4 1 68$  3;3 43 12 5 5:  @ 6 68   55 534 :: 25 85 5 9 43  52 353A   45 313$ 55:   353 53  1A3 68  &53 ! !!! :3 1 ;  !! :3 1 4$ 6  8 9 533;  3  68 : 3;3 3 5 92$  3;3 34 9 6  1 5 ;1 +$:$B 64  8-$ 53*11 3;3 +$:$B  :5 68 - ; 3 9 551 4 5 554353$  3 6  5345 8:3 6  35: 68 : 3;3 43 9 349 6 353A 112 1  5345$ 3 8:3 3 5 2 11 313 23  53 33 ;13  5 6 34 3 6 68 : 3  3 68 : + 4 &4  2:-  413  83 11: 34543  253 85 54 645 68 4:  68 $ 4654A3 5543 5: 543   33 3 9 54 8  5345 8:3 6 ; 4654 741  9 3 3 1 6  68 : 3;3$  68 : 3 3 54  ; 55 534 143 3: :: 25 85 5 9 43  52  45 31 519 6 ::   64 143 3:3 6 5 68 24 742  ?! 43 35:   2: 68  4:  1: ; 6  65;$ 3: 6 68 : 33 3 9 16 4  34123 6  6 :3 1633 : 51  3 6$ 3:  5345 8:3  5543 3 9 31 8  4@ 3 6  34123: 1633 :  3: 2 3 :3 49  5 3 28  112 6  8$ .  6  743 13 6   353A 893  130CC888$53$:C838C43D83C8153C68D34$31 6  51; 6  353A 43 38 .8 34 743$  74 13  335 543 43 9 349 8 (! ;3 6   6 3 1 112$ ;  +4-+1  74 68 : 3;3 3 9 11; 3  59 1  55 6 35:$ '; "=  > +,+- ( +.-+*-.? ".1" *+ +-0 **"..  1 43 12  353A 13 4549 5533    345 6 18   53   35: 141 3  23 ; 9 41 34  31   3  554 413  34 ;  2 554  ; 23; 15   353A 38: 3;3$ .53 54:  31: 24   55 94: 85  1 743  9 5 43 9 7411  8  353A 12 ,) 5   3 ; 12 9;  1$ 9 / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' $+1>-"; "1" !" #%#%'##8) &3 1-"-"2 + . 13 6 35 3   1<5=3 94; :     9 35:   38$  1 3 3139 6 514:  4: 345 313   : 313 3$ 53 6 345 4 3 43 9  9;  1   29 6 28 9;  353= 13 41 743$ 9 + 1-+1,"1-; "1" !" #%#%'##8) 8 + 1-+1,"1- @4= !" #%#%'##8) 73 1-"-"2 + . !" #%#%'##8) 8 / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' :13 0 *-3-"2 3, !" #%#%'##8) '# 3@ +.*A@" 1-  1 2 !" #$%&%'#() ' 3@ +.*A@" 2+/+*-+1 2 !" #$%&%'#() '',43.-+4 " . 0.-", % +@+- "*2" : +$$ 1133- 5 43 5 5443;$  5: 6745; 3 9 3   1 4$ 1 3453 6 5:   43 9 13     : 5$  3453 43 9 15 6  8 +$:$ 9; -$ 6   132 6  1 8 3 6 8  1 6  : 5 43 9 29   3  333  353A 366  ; 5533 2  28 54  35 53 6 59439 23   3$  5 43 : 354 55   5 9 6    3 34665 ; 6  4 6 3&; +"!- ;3 6 $  64  51; 8 3 743 ; 533  3 6  11 5 5$ '( +.*A@" +<3+2  . !" #9%#$%'##) 7 / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' '$,43.-+4 " . , "" . !" #%#%'##8) '& ; "1" ! 0%"-A" +".+1 *+ +-0) 3 ;*8 23 65; 433  6 5C33  339;   59439 :3$ :4 5  59 354 6  59439 :3 : 3;3 3 9 393 9;  51; 93 41  4654=3 315653  53 6  ;1   35$ 4 5 6  59439 :3 : 3;3 3 9     674 933$   4  @ 55C<43 3 9 16 ;$ '9,43.-+4 " . +1-"11*" "*2.  13 74  3 59439 :3 : 3;33 43 1 554 53 6 ; 5  59    3;3$  53 34 9  6  1 6 64 ;3  513 34 9 :4; 349   353  555 8  68: 7430 - 5 5 * 5 43 9 1   6  1 6 64 ;3 6  5 16   59439 :3 5 3;3$  E9439 F3 : ;3 5 53E 6 +29  10CC888$53$:C838C43D83C8153C835:3 $31G9439-   3 6 34 9 43 6 3 1413$  E@E 2 6    5 34 9 55 :4;  34 11 1$ ; 5 85 3 16 ;   6 ; 9 3 3 E4E   6$  5 5 6 34 9 1   59439 :3  5 4   5 3; 55339 6 315 9; 1323 6  353$ 9- 9 5 *  31 55C<43 34 9 16   :4 933 + 33  ;-  34 11 1  54 5545;$  593 16 34 9 5   E9439 F3 5  9 5 5E 6 +64  10CC888$53$: C838C43D 83C8153C835:3$31G9439 -$ 3 6 34 9 1 8  5 5$ 5- 6 49 .745; * 13 6 3& 3 6  59 55   5 5 63   9 349   353 34;  >4; ?  >4; ?$ - 9 6  9439 F3  6  11  2 5 *     :4 59 354 6  411  2 +,! 15 - 3 5  59439 :3  43 9 59  34  54 11 1 6  4$ 59  34 9 12  43    34 11 1  54 5545; 6  3 59439 :3 : 3;3 433  43 325 55 3 12$ : / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' '8 ">" "/ > ""1-+1 6 35: 6  1<5 5433  38  68  :  (H 1    <45 3454 38  8: 3 *  6   353 2 553 6  1 66543  89 68  ; 9 53$ '7"1 -+". !" #%#%'##8) ': 22+-+1 "-"-,"1- 2+.0 !" #%#%'##8) (#A+4+-"2 +.*A@" -+/+*-+1 !" #%#%'##8) # / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' ( 3*A@" ".-+1@ !" #%#%'##8) ('*+-0 1+- 1*"." 2+.0 !" #%#%'##8) (( 3*A@" ".- "<3+","1-. 3 65; 3 349<5   345: 3: 743 6 55 &;:  +-  3431 33 +-$ 45: 3: 6745; 3 ; 93   ;; 5442 68  3 5443 C $ %543 3 65; 23 38  49 466 683   33  6 315; :4  24  68: 345: 3: 6745; 6    3 11;  12 838 ;33  74; 13 35:3   38 3;3 4: ;  8 8 130 I   1: .4 3 2 313 3 9 55 4;$ 5 31 3 9 55 6  349 3 2  343   54 35: 6 38  683  15: 349 3 2$ I ;  1: ; 8 31: 6745; 3 9 93   J45: 3: .745; 6   K 9 12 6  45: 3 743 6   $ ($0,"1- 4 +@-+1 !" #'%(%'#'#) (& 3*A@" 0,"1- 4 +@-+1 !" #'%(%'#'#) (9 --3. A1@" -+/+*-+1 !" #%#%'##8) (8'& "*"1- A1@" % " "< !" #8%#%'#)  / +-0 / .1 123.-+ .-" ",+- 3,4"5 '''&( ",+- "25 $6'76'#' (7.-" 3 " "-. !" #%#%'##8) (:<3+,"1- A1@". !" #%#%'##8)                           !  "## $% &'    ! ()&' *!+, !)(& %# + -./ *!+,  ')&++& "0 12 " 12 +++3 (33 ) ()       -04 +&( " 4516 6 )  -04  4 7 6 '60 -04 66 +3' # -81  6   (& 6 $6# 9 (&: + ;1 9<<-04 " 0 5 123 )+)( 12 7 546 6 86 14 5 7 "120 6 0 804/  # - =1 2  ' 3 804 66/      16 6 608 " 16 55=  %5  5 +' + + "">  ;14 ! + +&          !"# $% &'%!"# " % &'%!"# +++3%"#!   )  6 & 3188? -??  12 177 = 7 $ 661 "@0 + )    ? 012 58 00 266  -81   6 51= $1=#       - 81/ & - " & 3 9 " 816 0 81/   )  6 "() !"( *"# !"+$,-.-/ #$'*!%*!!'01  ,       * !"# " !"# !&" " !"# " !"#!!'* 080 870 - 7710=) )" A1 +++3 $?)81 658 =1 0   6 6 7  608  158 7  @10 6101 008  ;BB  $   61?6 0 7  8 6 "# "#!"( "## !"#!"2 3* % " !"#+3' # -81  6   (& 06   606C ;  $ 1 ?  -81   1          % " !"#+++3 *$?)81 658 =1 0   6 6 7  608  158 7  @10 6101 008  ;BB  $   61?6 0 7  8 6 "#, 4'# %!3"$#!*  4'#! 8: 14 56 1  8: 14 56 1  8: 14 56   8: 14 56 55  8: 14 56   8: 14 560  8: 14 92 D 96 ##14 925E 8: 14 56=  8: 14 566 165 8: 14 9217 12 8: 14 92 4 8: 14 56F0  5&###&$!"(#6!4'$ "!#&"$;14  + +  7   % " !"#+++3 *$?)81 658 =1 0   6 6 7  608  158 7  @10 6101 008  ;BB  $   61?6 0 7  8 6 "#, "() !"( *"# !"+$,-.-/ #$'*!%*!!'01 !#  6' '0*!#  % +& 6' !#  #' &'%!"#% !3"$ +& 6'8   !" # !  $  $ # ## 56-5E # ##92-5E !# ## 56 05E !# ##92 05E ! 8# 56--6 " ! 8# 92--6 " ! 8# 56 0-6 " ! 8# 92 0-6 " & 8# -92 051  6 165  6  66=  8: 56 0 4  8: 92 0 4 # 8: 92 017 12          D 96 3 8: 56 060  3 8: 92 060   8: 56 0 1   8: 92 0 1   8: 56 0 1   8: 92 0 1   8: 56 0 55   8: 92 0 55  & 8: 56 0   & 8: 92 0   + 8: 56 0014  + 8: 92 0014  + 8: 56 00  + 8: 92 00   8: 56 0=   8: 92 0=  + 8: 56 0F0  + 8: 92 0F0   18: 56 0  18: 92 0  18: 56 0  18: 92 0  18: 56 0  ,"() !"( *"# !"+$,-.-/ #$'*!%*!!'01  18: 92 0   18: 56 0%5  18: 92 0%5  18: 56 0 E E  18: 92 0 E E  18: 56 0 0 6  18: 92 0 0 6  18: 56 0 02   18: 92 0 02   18: 56 0 02 " $6  18: 92 0 02 " $6       14 12606   61 12606 )  6  616 66 6 2= 1% " !"# "!%! !0%''0*!#  55C) 55C)55C) "!%! !0% 5*''0*!#  0 +&+0 +&0  ! 0 ++ 0 +3+ 0 +&' 0 +!  )   +++3 *$?)81 658 =1 0   6 6 7  608  158 7  @10 6101 008  ;BB  $   61?6 0 7  8 6 "#, % " !"# %"2#!* %"2 !9%'#$!! %"2! ! 9"=84 =8 -? &3  85%1)1 " -? 3 1"() !"( *"# !"+$,-.-/ #$'*!%*!!'01  .   %   &  2162 96 8!!#!" ** 4'#! 4'#! 6*,)A18:58 771 8!!#!" ** 4'#! 4'#! 8 06 *+,8:58 80 -? -? 8 6 =!!#!" ** 4'#! 4'#! 12)58 06 " E440 5"  :      "&!!'*'!%#"+$! 2162 96 46 55= ) 0= 2162 96 8 ':!:+ ' -?  55= ) 0=-? 8 46 ? 55= ) 0= ? -? =6 46 ':!:+ '  /  &'      4'$'0**"#*- "%!"#*'!   %05 6 0  5 A1 66  612666  706 7 056 61 2  / 14  606 7 6 86 14 16 6 0 G 1 "## $% &'    ! ()&' "  A166 61 2 0 / G 1 !+) ')&+'' %# +& G 1H06#8 7"() !"( *"# !"+$,-.-/ #$'*!%*!!'01 -? 8 A166 61 2 0 /  $ !+) ')&+'' %# +' 2H06#8 )"() !"( *"# !"+$,-.-/ #$'*!%*!!'01  8        "6 A1  612 67)8 56 5 0  7 6 "    612@0   7?8 601/  8        #%** 4'#  "!#&"$ '! 14 ;14  ) ;1 3 ;14  * 7?8 4, )14 ;14  ) ;1 3 ;14  ) 02 3 ;14  ;14  I14 ;14  ) 0 3 5  ) ;1 3 ;14  ) 52 3 02  ) 02 3 5  ;14  02  ;14  4 4  ) 4 3 7   4  * 7?8 ,  24  6*6, 7 0 466 57 18  58 5 16 2 01 ?  7 ) 8 5 7# E?= 4  616 7  6 0 65 00 18  58 5 61 2 0   7)8 5 7# + 7)8 5 7 4 2 612 27  1  6 8 6  65 6  18  555 58 5#    ;  16 166 5058    606C 108 "8 4 2 612@0   67)8 A16 266 6 6507   5 06# 108 68 56 01 0 %48  * ,  6165 66 *,# - 056  7 8 - 108 6  68 7A104 7    6 26  7? 6 6?   2 2?# 108 ?6? 466 16 A14 56  =8 4 608   6? 646   616 16 2 612 14 ?  ?6?  6108 6  000 ? 0 4C6 B610 7 -8  8 - 6?  108 #B ' 3& !*! 4'#!*  #$#$#!"(!3*%(8"#!"#&"!4'#!*#     ;     <'*!0,83"' ""*!%*= % ''%!+ %"2(" 3'!%! <#%%"#&%%"#*= 4'$*!#& 4'#  66  #  65 5 3 6 #   & #  65 5 + 6 & #    # + 656 5   #   + #  65 5 ?   + # + 656 5 ? CITY OF CARSON PROJECT NO. 1515 CARSON STORMWATER AND RUNOFF CAPTURE PROJECT GENERAL NOTES ARA R NA. CO P• O. PC TA R OAR NO ROM1. ANA PROPPARNECA., Alp 1 01oxrF.. MNON N 401. 11Nn0xw•.o 4•A.b p yp 4n40Pr. I1. k11nr MANN • w 0 •111.6 raP •4.11.040! .001.10. MN.. MA • •E 4oN'rcro0►Wl nom fie 1.11w4A0A*O.0A666N a114ef Ni0A t4 w1•An*lcrtl noA ,IEe • 441 ..11... ... c0..ww l NM. N.• MOW.. •1.09/1. M.Am4 .4M ARAv1 4a.R00 AAA Ma rl14 *.1.41001 x0 w Ay VANN A6 rin lcwn NA . Pe w1. u. 6 E•A l4 t 00 1•* 0(w Poo• 04. o•.wia .,w 11 w1•.w•.n >`.rq 4 11140 roe 1�N. 1.c11.4 W m,. M • 1.q d " TIE v an+4Aarc • nu 0 041 rwve r a. cuaro en urwle 0094001o.NAD I6 u.RER0[0 NAG to Ai ••nc/0ll00t • *0901* 1•A0y*.tto N ANO 114 0[Ob1Y1411al.W1440Ve.aM441100 Yrr.,•;r•yro 6n o=W�Na, ...or[ N.. .141* 0011* 4.019.04 0*041• awe. • 4 141 0 r .16 C.A.0rmAL•L *nIT♦t WTI 1••4 1L'N.N.00 • 1004 0900[,00 • MIKLM.AIMMGM 1.. Je4/14t 4o u•1t 1[ 14410410 4(0.0 NA00 , 4*: n01 WAN cm CN AA1.04494.s4rt 10Ao 40101 .44 e440A nw.erc 01004 [4.I' a1�C4r..weNnl. 0(1 .0 ea0 1a .Crww41101 1P 44x9 *10.0 001 NAPA N 11W10( W04 w,. WN .r4C 1040004 •. 1E MA RNA MY1109*e w..,.. 0 [4..N9 a4M wF.•P1.xM 4 441Ew1.1 T.. or, • PArn Np 400E1 r. .c00000 ERR 4400141 TAN POFE 1el•E Mute • ,q ,rr<.1 0 1011 *0 4910 Foc 43 µa •110 [4 41E A AR.10 .. 9 4411cµ11 r ea riMe ro. .wl MAMMO N or M P44w. o14nw•n •64• NO•w1 ALA,. I, 44.10 4140410000, TO ME 94A 1Tu. .4•01111 to 41 00.1.40140.114 •lI000. Man, 40R0vailw Ar A4*' ewnl.cla. I•[4*o«Earn NA AAa mb....a11.mrEa.tE LY NN AA ALMow!11t,ARC-1. 1. PA. c*,n IN NNwtrt lr ,N 0!0 004 940401 PAC. R ECARa0N4N0'NM he AR .101YY4 090.X ,440104 ,04( 1•eeulr14ot 021111ACT OPAo 9Yeavrl[4.E•E140 AR TA.0 .P 94rlg• ✓ IIaA1l.1,Au �CI.I. Crr4M 40 t. .[e1 e1• •M•4 F xIL 1010 04141 ueM.e•A t 101E 3611, ineakIALN6K .1/.1. N .1•. r. W144NKNWYO4010191.* 1100100 N A11 -100110 1,4 10 , mom .. I0...N.co.a0l000 o ArrAr • *4 �ANNI.• CT004A�•io e. 640641,66 ADAN Ne 14000411 e1.° merrAN ANAKAI• AN N N6 1 ,e1.11 c4.11.A.IELLEP.A-il a. �• 04 w. 01 11' 90 AAA., ,1 IA COARA CMAIN AL • (0 4 .WOx fa. 101 *4 cowmen' N an., 94004110001N AN. o •I,r 1N. iAC I A CrA.AP I. l 0p0sr 9190. ew 440.400410.41 •rE n .etesp wrw 1.1!µ pre ▪ Al p•. kh0 14/1 1144 00 r•..1.111C1 ttw. A AAR .0 0.61.1•1,.....10A 0 449 MPH P OW. TA o4 *PAN 90 (1140, 44u*M*C10 000(1 .0 o .•OFOAP rr. .0a'J1.014+1n•i9N+P.•N'A4uWa0a1061,.4N14 a 4v xA•66 AN P. .An. 00 0.1 4*.41V w An1.1/0 O R1..a. xrrW 1P r/ RACACAAP EE 0000100 001110N0x 019 41 0& NAN A 44 wow AAA, PM9 W L*441x 11011 10404 W ' . wce°bf 1iss4.4 Lr.*. .111113 R4wv 44.14S Mm 14111* 1 o1r yn co . wT9._4r= 144aMx1a4. 111.4 LANPATE P AN 0101 a 1N.9 F.N lna wtle wr P9 a..._1=•n11®x x IA O BER AC OPRIA.C.1 Tn41 * x11. 4.1 411 1 ewxnev i . 114101004 co wer*. NEW. AAA IEAK IA. 0 ..PR 4 041.r•n 0940..1..E 4n1.,11040*0 91401101441 Mao 000 1/0114 N on .l•w0.r.*E ,•1 ca n•Pa*[Lux 10 1.9071. 114 ..Leer•11EA'M4941 1.• 111..1 meive5 01El,.1ma , 41 ..ax,wrAP 4*•9ow1.v. L1P ~ W.I.'009110 .0.OyC Y M OI A...am. k. N 1r 01.1004 1401141 ANA:1P.pe.A0.001.. 1Ee• 1•. ,00114K01146.14 01.•41.111.1.1'µ I•l tc4111•xaedn Nce 001, MNANC14NO .Mloa*.4.r111Wi NN 60.11v MAN904 % 44. 10 4 .91110.19.444 rwma4r0ti a A AA. r4 N1*Co•KdW.04.IL. MOWN RM. reWpf In0 0.0,0w1 90.91 TIE 41 1.1.. .• 11..1 00010 11 41 *u mum4410%4110w.M.Oiu YMM..w4.0*1 14 lrn vr0•.T &0110 001 wOR . 0(0 RATAN AAA. A n10,.41.•1 091m0104ia4 4.la c0rew .a.rrlun1IPA RN AI•0N10114.a 1. 1r 1190. 40.0 94090 1[Ann0 ,n... • EARTA A * 941 1 10410418*14AA RRON H OF 1 1404 ' 00 .ERN 0Ee op .4[40.14. waEra.E�wlnm a x11mow* VIVA ►4144 No u• eremr.Ma 110 .04491 ANN To KAN T 1N*41E14,10. A 00•10010. PNM II NORAPP IN.PA G•1 .fLv .ew19..W 0 090*Ne•4®0al1L,mleceCON APLen4n 0.10.cttafwy 0.4 94411010. C0 1.01.,100yrt0 441[4* ANAN NH Ill al.. cnlnx ae1e 41 1 WA la N .A../x•144 1...111 .44041L,, 44 4...41400 [*.M 941.1e fe11 ▪ 94. 00404 *b . 141011 pNa.17.1404940'l 141.,p11w TIM C001.Kr94 AAA 10 1N AMT. 941 W10 0*404 WppA r01 .c4.AO Io .** 74 M44111*lril 1040 W1'rn 11, 1O0V10tCN WALL IN ACME. N AN An or 94 14 md141 to rr< [4.000, 140 ,.0 4Nn. 11w1P11t1 r AI1A1•u4..O.L .mn ar0.4 on • 940 040 PUM l 1E11m Id llt 41R111ceFi.WFFflwm44lluta, lYFn liaucl[D,At'41M,ea.4 ACROL IV APECl iN AAA r e-10010 d .. PnUCTED MW 40N111e.oTM.N II0 0M1HP 0. 401140111411 0004441441 nou s. 001x 0 .400. 11 114. **,001µ1.00,E to, 0 0 ARAN 01009.0E 2.0 POW aO P w... Nm1.r m1* .•1r9 ,I+ 11 14 01 .•1+. II x944. Ed *1110141 ...n9. N9414 44. r 11 1.04 rn, *•aulrsncry nlrP ••4 41,1.1.004940: .1. A NN 901.10 ` iFm ISO( 'E AMA. wv4400*0*.nA cr.nw+ +el•xrWNW. 1 11.0 *.0110 44. P. xrw ONN ANw . 10 e4. EG TA 10 E. EE 10 140010 gi+l AMA 110 .11.0 V 4100141: 119 0*.1. e*1•r. .rFu.1 AA A b 0 4u cra.•O4a.0/1NNIAT1.41 Ra10 A40 ILnOn e,1.111w 1,OR M b wolaa, .aox 194rt04 M ▪ 0 011494k1µ 911.E 10E VAR* 114N0 0,0P40 1NANul4 mm6LcNo u n10gL:FwavBT VMM'M1 .,a • _ •E .441 ,AN ,.11 +1N0[arrnacn al 014 con nnoran snoi .....nonornano AA N AY 14 100x04 rl orulwwlN . 1MEr.•11 n „u A .4 Al NI14 0* 0% 40 0040 11' wnallws,r0 F 1.4 01 P ROW 100 1 •rw µ4n R 0111x4011 . Nwfu W04, 11.n,.1..r1a•PP 4t■M4 494(44,.1 x•nra*a r 1104 094, 04.4 .14414 x.0(... 1AR.*4aEvlr ur 4001..1 14141 . AWN 11/4 /2C 1. VICINITY MAP CARRIAGE CREST PARK uwE K a LOCATI ON MAP AA 13300101 -PAN TRAGTRA RGEL 401040 ]x31 10 4 l01F 44.04 *0.90, A LA COUNTY BUILDING AND SAFETY NOTES o• 0 NM▪ _ _ r.oLo`� uw01 'ww.. w *.* .u.+4419.• 11.1 ne 0 111 r ay. rrm.ln.w140. 1vAP.[y1P41.3.1•11,4• 0.1 ez.m.to,011 NE N.,nlraewlu , ,940,11101µ0r A1Ar.0 Ne w,•4ar00r1Y.100•E1..•p•11/ 044••4 xnNaurn on zr onAr •w NANMAL4 04A*P•M n1 AAA 61,1 11.0141•11. 0OL*110 "D A 04,4r WI N N 400401 444141 4 •04 44!001 pv0 10 09 *Ma •AW 101 11 110001.044944 RAO. ryd q 1 00 0tl1•000444104YO N. 1 NEN n[or�1001610 011Mc uw0o, 01 .01 •1*.4..- •�1(0*4 nom. P AP A.M01Y NA N Mt .1440.4404 P4Y40.E *4140,00 Yue0441 1111r. .4A 4 ANA OfEA4, n0.* 410 ear, moot Onw0l4l a nO rnon hoE rn o 41 mow. neortua Former woo. 11O RPHOW OVR AMSO AINO RMODI . M* 1• 1011.4Tr 01*441.MNI6A•,b101 .106•N •14 INW *Tnir.lrb.M,IWvCM. M Ca „�c1. 4a1ei worm•••• N4NN .1.w1. 114 Nk ,p lOm A,r AnA1..r4ANYP10+11.914 1•A.01.1.0 .09.4 NaW1P nr0p,4nnwNaF,tx AM .1 ,1r1.ee•rinalwMmEl APE MA a R-1.M4411x.n.1r 141a10ApAR emlrn xiAA°� ;ew w 01we P`Explonr.1n,1E110. 011011.19 *Oa NA N AN 11 4.0111,11011 10 AAA .raan04 -I ANNA OE AEr* 4L P1x •*aNa 1.r• 00es0N1 M. r.kems. wh10N1e1 • oh s11. . 1....caaoo0 11A0NONAA PIwa4.1.04000•nn.4011 04044 r.1 k40ab 1,1.940.1.1 IL 4..101w411*n ANN • 40* 01 AR .a4i041 10 eE 101 PAN.. 00991 41*114 a* 014 14AA 148441 NARA. . 104 0nmw0.004M 444 00044 *00 U rn 1.rn11;wein 4 .044.40440.11E amOA001 :CAL 11.5 • 1r fern m..l ,..11 r4r.. Rrra wa .1.• 1.9001 41 Na• Afe10.1I4I p 1•.01.1104 00,114• noo.o.o no SCOPE OF WORK STREET ADDRESS .6 .000 .1900 NA *190149101.0 l4c••11 *4Iii 4141 •,rr ...1 LEGAL DESCRIPTION CIVIL ENGINEER w 41014:(0 .119,. OE 401 A ... •••• Fe . y 4'I 010 NCO 4 PAIN...1001 4.4 00 EA u lawn ny O. IIWAN,w BASIS OF BE ARINGS � (40'•. *145.001.1. . e10a1041000 tre wlwr41i 0094,4 4 [,•,.0,00 1 1 0 1104 wMI..0111,1 01 1440011"10441 v.CN040.66,6666 44•44; :.90.90• BENCHMARK . ...1.-E.v9••.1* 1A AAA,. •1,40 9.! 041 ow n. 01/ 0 00 W 4 NA. 4E.'41 ..AAPRA 9491 WFu0 •1a,11 [•1041 .91 [.41 •00 01 WA. _ NAME0•P4.9.l MEll n4'w1150.101 1u1N1.a914400 P o. 1E01 PA rn•1.,•pi NAY RA N. A PE : 400. MAN LA 901E W ARM. ELECTRICAL ENGINEER AMA AMA MANN MA NN RA 0.01E 191 AAA u. roe 1M...A S OIL ENGINEER ,ll'4YM>`c'aa44s0,400 NN In. AAA 119 MARA 101' u• 1P•nw 9110 A GENERAL INFO LA COUNTY BUILDING AND SAFETY NOTES (CONT_) ...N.. 1Aa,SWAM WAR P. P PE P• Ware *: N0.1„9IPACT O RA • 4Yi1wT4,0 4Ett uo thr.01LEANw ... WTI 1.010 P R.arc 11 ATEAt 4NAT. Own ,. .rar.e A 0 104, MANNA. W AW14. Irs.4w.w.w41..w..E1 w. l04014prl.eurn x*0l1Rl 1 rvl.wa A• rr441 0.1 Ac 4• E ¶0a rr4.r 91 1 nog, 6. moo.. .. goon 441. Ea•n•4%,00444 PA AR AN 41.0.w WAW A, Nol an RNrnlun4 A P "`v'•1. .11rr 4914.1• 41•9101.... AR A IM •1 1* •MAMA •0041(P eal AMPAPR9 100 ..11 1.0(.* II1pM•y10 •I ' Nen0001 14040 Nan a. 1194110 401001 AP.•..110144 1(l. 14• 411!• 1 4.04.1 lTll010? •mm+ MA TI 6O *�I1 •1o0 WAVES a100 0A1.0 SM1 4410494 P one• 1 Y11 •01 10. 1 1 .4044,1r/ 0c R MC.. MA R AA WM 1, 82 01.1•MCiapp Tli a. 70111 Woo 4 a. 101,1x,n .lwl E+r ,•rt rAr••••*•10170t 9MA NI 14 •d,NIW0 0l U o n. 144941010 d lwnnd100.0Am uPo mou: L•oo n.00 ,xE ...r4,1...po i won*.01..4L.1r04 ANA x000 1.11111411 Ir404*r 1-104 4 9. 40? 01 x1a4:741.1 1010.wn44, 11 ,1 TA AGR . rar ,me•AI M EW, C4N 410r 4.1 1n1.A •11x 4•. sloo p •wra. Par 19001000 en1440141d 11 1. 4111..4 n. 04(00 . A1..r90 . 149 [@'100 Y0i*w4. 4114 >r11 •.410140 1 P1e 4111n v'ix1'Plfl*01.. M. AAA.wv110•1011.001.01 . 0( [0 S ,.04. .0 499.WIMP1, 010 01E /001.4491/ MP 149 TO 104I4 0n,1OO ,.* ML 04 Amenx.•L RAN10.114 0 100 crua.r /4r•n1E w 014 RPe.51110 F 01. O'*000 •..'11 41 P f w10A00. . ,0eawavl r4 AN C.PM•1A Y41 1.[0014441101. 1 4u1wn0A00.11.11.1.1.ev l RNAI RO I4L • 00094 A 1./100/14 F1u111N 04 .44..uIetrtf r0 n RA 1 a0 0np,raN4i n 1°R1041410* •I.e1.1e1,M 4N MrOWn e.4 01 Mu .+ua ME [M OP 1, N00..4 W401100LE 1•ok 9441o wxM .l4e10011o10010ONlvAM ON 10¢ 141191.001.0 VLF PIM44110411111 CA AA0,1L /masa ;AA ra m no ®wo morm P FII44 010011 PA 0+9 410041 40 AT4t 10Wd0 Ma 04,16.1 n60i 1 1 0Y1rtarlrar 0100.10116. CANN A RA u 1M011A01Ap,erw 4.90W. p1r.}1.9Y11 er 1•M 0040144 NAY NIL NA P. A1n0I CAr 01101.1, 1110104 NASA. AN CR000(40411 00 4.1 er .t190 41 IA. 0ARIARAN .t ..FN .w•e [10 44401 144 0114 .14+ •!0 4,•.1µ.11a19 ,1ew044A11 .. 010.wIw 10111* 41•Aa1a1111M AL1.arm•.I1w° ew N OOREwa cP.HI PI w9.a 4 Ao19414N.0�n FAA 4,t 1K 0A0,s111.110:•'100410'[4 1 1.4440.9 E ""1° n9. 1r<L° i`134 ,001 u1 TOO AB A. A : :ne.W0414�01 011Gr *004 101. w4_w04 REAM AN NA l x110000410 l0 AMNR A,Ar�IN411. 1111 *`t uhv000 EA PE R .4(1101ANNA. 10 09 ]IRPLIA •400• ANI*0001 11 0 010000 ,1.« rr,,. 1 ,O1011 0mrw411 POEOa0 11 on 0W0caN.A. N.A... A sr op. Acrt. NimAe pirdrr..1 1.00 440,, 010 ,04.1 ro 4 :*0r 1l4v00w,ea u,x ANA0 10404' ! 0.041 rec0[11 ••••, 94 4 Iw NV. D40114 0(4101111141111 0 1 010 410 .a wv4. sr . •0 1. _ ,.4144 9 41.9' 0 1011 1._L0 .• 0n.1 .-. µ. .-14_1 r• 1.0.lttl40 EAr o'A'�r 0 410'-419 404 0 Aw 1*WU444,10 11011 ■F 1C/A uAn11 `m OMAN 1Ee4101.14F P1aw 1.0.4,1 91 100• 01 er11 •AANAA 0, it4.wn.1n CITY OF CARSON E NGINEERING SEROc* 00 ORS ION CARSON S7 ORM R'ATER ANP RUN OFF CAP TURE PROTECT J AAR1AU E CREST PARK- PROJE CT NO. 1515 TITLE SHEET MAP • 1 0183 G-01 Pr o j e c t N o . 1 5 1 5 Re f e r t o D M # 4 8 2 7 0 9 5 f o r B i d S e t w i t h Co v e r S h e e t S i g n e d b y C i t y o f C a r s o n In f l u e n t L E L S e n s o r (s e e S h e e t C - 0 9 ) El e c t r i c a l C o n t r o l Bu i l d i n g Le g a l S a m p l i n g P o i n t IW # 2 2 2 5 3 (s e e S h e e t s C - 1 1 & D - 0 5 ) Ef f l u e n t L E L S e n s o r (s e e S h e e t C - 1 1 ) In f l u e n t L E L S e n s o r (s e e S h e e t C - 1 2 ) Fl o w M e t e r (s e e S h e e t C - 1 1 ) AP P R O V A L O F P L A N S F O R I N D U S T R I A L W A S T E W A T E R D I S C H A R G E 6D Q L W D W L R Q  ' L V W U L F W   1 R   B B B B B B B B* U D F H  5 R E L Q V R Q  + \ G H   & K L H I  ( Q J U    * H Q ¶ O   0 J U   'D W H  B B B B B B B B B B B 6 D Q L W D W L R Q ' L V W U L F W V  , Q G X V W U L D O  : D V W H  3 H U P L W  1 R  B B B B B B B B B B B B   $S S U R Y D O  L V  F R Q W L Q J H Q W  X S R Q  F R Q W LQ X L Q J  F R P S O L D Q F H  Z L W K  D O O  D S S O LF D E O H   2 U G L Q D Q F H  U H T X L U H P H Q W V  D Q G  Z L W K     & R U U H F W L R Q V  V K R Z Q  R Q  W K H  G U D Z L Q J V      6 D Q L W D W L R Q  ' L V W U L F W  / H W W H U  RI  W K L V  G D W H   B B B B B B B B B B    ) D F L O L W \  , '   B B B B B B BB B B B B B B B B B B B B B B B B B   5 H Y L H Z H G  E \  B B B B B B B B B B B B B B  & K H F N H G  E \   B B B B B B B B B B B B B B B B B B B B B   $ S S U R Y H G  E \  B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B B   ) R U  *U D F H  5 R E L Q V R Q  + \ G H  & K L H I  ( Q J U   * H Q ¶ O  0 J U    3 H U P L W  I R U  V H Z H U  F R Q Q H F W L R Q  PX V W  E H  R E W D L Q H G  V H S D U D W H O \          8 92 5 4 5 5 7 KL u o 22 2 5 3 01 - 1 7 - 2 0 1 9 01 - 1 7 - 2 0 1 9 STABS 51'00 S A•550 90. 00 LINE E PROFILE rN rlaax xxx Xmoot c.a USA? 811 `'• r' . ,1 �Ixnc aA lP ll 0 108 pr0lplyg_f e .a01.L0.ta 0o 1LI i I0/ 1�8CQ! aac lxl-cis ur 9 GOalaE I6 .6, R6 1.06 _ _ em 0.008 ..ee•ul »010. .0 r rvvvr 1 L • morn 1..it kW...c+ am. mle !Norm •En d IMS WEE ufF MRIS redw.w.. .,.•• wr ca we ICI ? 71.13 .e 0 uil �.wrz«w� I LAep. e v. H.n ' acrd AR HEI 61 .00 Erump vrrxwsELV I 6. 66 .51 F.1 6616►►�,_1 6_.1 96.50 66.0D LINE F PROFILE .r.? --r FQHSTRUCTIQN NOTES: 00 a.c x s,N, ,E a- a `'M,n 9 ...PA 1104.161.1040,11/40,4,40. Ant, 11100,00 0 PER DET.3.13012 Er o-.1. ru CoGnonmi oui. ww4s m .W.0 ,03151)00 011 Waor.m0.CAN 01 0V0. nWrwn 101 Dv. i u.¢i e.6 MaeE n KA N ra A criAT® 01 1'h 10] OAu1£11..1. E 190 CET. R a-0Zi1 MST ALL la. '40004 ManIC JRIt M OET+'kl AlRGJ3NO .az . xxxx xxa maul xxx LCra .Ya10 UM: * 01a011A01 • A. g uff,., 0C -0.C, wnme PM .. 6,4161.0-,,, 77 LEGEND Bp. _�'`�� EI�aN60A spel •a Cl- .501.4.13.16 i a' er N 044 ',APED BV TETRA TECH VY+.11 01.gap 6004 hti10 oh Ir.' E 5 00 o. iw00 06Eo [.lp.OAaO a.w�..:ti 00 w . •S0.111�10. 00 I]9o -30, .0.0 00 0M.ar 130010 00 010 1808 a ix 0pr xga olP 00nti 0o.[ M NtlTES: • 1an.t,005.0011.41 .osoxrv .0l.nov ua 1.6-L 00 ...MC. rrr ar ciwc0lai ou sm.w. .000rasw aan MD....q y, • Ioureo N roe CE• ne1 v r.,E 3muc nnle I A ...c cxe•0co rtO6a1w+r n.0 o 18... .0.. 0,40.. ?04(01001, .b00 011000 ms10ry1.e0411. 7•17.0.10 01 04 013 cprrrAppi G.la 000x1,011-0.101.00 MECe .. B ELCH, MP ' Or 0 PPE i x, mce x,ww[s:X C aM 00 0 E ,1Ereu. Id N.Or.g111Xa UMW. nw lacrg0t0 Wow*0110404N. 0001 x.0101000,0? PSE 0;9 r • 000 1.vt0 ",- .4 iu,m.a,a...100 00 0.nnrr011,101 [ 1E0om pro torn : oll:vvgw 00.wa xr yromp s L•16.642 0q 00,c0. ,1wow., warl acip, L A. c or n.?, 1t A.1000 sa:n 61nn u..e oew awas.wn •aOCLL °ntee�'. 66e w.wrwa. wnw.cron 4900. sa1804. 0c x T.E w0 ve1•o-.s DIESCAI PTI ld Q -?,04.00401 SEPULVEDA BOULEVARD BENCw .IAI0K ArN100, 410.00010? 00 6.111. MI TH UM uce aCG t 400 a 4 000 raw, we PLOP. as I0,u0a N CITY OF CARS ON ENGINEERING SERVICES DNI510N CA RSON STCIIL11 0 ;TER 1111 Nl SIll k i 11'1 ['NE: F'ROJEY'I ' C AR RIA GE I RES! I' .11lK..PR[1J1:1 1 NT). [ SIa STORM DRAIN PLAN AND PROFILE IV LINE E AND F 18 of83 C-12 111 00 3. r' h-- 661 11190 101-50 LINEA PRO FILE 1F PO 4aF a-PPE9.5.1E, r 11 l _4_ 0 •"I ^ 9Wl'!l4Er,•J 10100 - NI` 1E, 1aPsa m _ 1 lefo 1r ▪ -�Ma l w,tiE palEarE ue,°+6cwEn1 "1 nrrgq•Y P1c1Dz OnN e,E lf,rEsr I. Pa. jpe as 410 1.55 E 11D1410.01, ,no canin,6um Lail OM E 646540$1 Erna . Wa• air E ra 1x,.�A�. : 11 rv. bl 6 55. Dr DP .Er1.a.s4L 0. w 3t n .c Tt•.CY . 916.0 .E ^l ,.__lit S..tiRLIEJ:.e L1NE 1Es 50 n3m,o.3. _ \ PLAN S PRFP 666 Ell 6 TET RA TECH .14 140,1 z 1 20 1LI kl, 4 1c 7C r-• eEP• l Re7 br5 21 00 ...44, 66 w.ar 1 ° ~.a 1,. 31. :.a 111 163,.,1" aEN G1MAR 01 ME NJITME NT 16. .11,4 516.6 am▪ enu. N[ 5 l 66 ▪ 6aenx E.'m. Et 101,15 ,n • aE6-5 .0 .5655 70 .50 20100 LINE B PROFILE CONSTR UCTIO N NOTES: o n,t ©fia .iz '66 ol:/n aet it RSPh.CK11µ 6)45,5 im ,w6E,!fl1 61RE. Mr., 10 C oe arcataadaard 13.1.1.9 •06 64611 0E Pee „5561 61. ¢656 5E'i6 • t I WR 6 pt. rite 1110. ... 6 5m.11 E,E 1 56L eer..1EErn SDau 6 561 6 .4111c,U. •EDra.n 665411 ,EPE, 1111 11 •nuT6.1a :VON w,c,r +l1156104 .11 Alma 1 134.0 641441,111 554,164151 a...1,.wa a..°O, 1160 55.51.1141 We nt c 1.61Et c.t wwuh1 [r5 .6E33.66 W. % C #16 )4 .µ i ..sea 616106T eM* OCTC . Pd. .N Wm. s !1416 a.. I, yyQ wares: .0.1_ 1TD,AW 55.651161 160 Poari anw.., ..r 441611 r 1,m 550.101 55a11Alra p 1. hei6 11 Ela n vEleo, Du. lia.ur Ea_. ,01twh6 55,0 eM+,01.gM1 ¢ 1DCo.i1D 4 n.l Ctlil. ¢1 M trmacrimE 1ca.• WM!°1..W, Ya I1 a.s. N 11 kWia M!¢ WT.1 . Gras• i .:04011 :04064..aa.. Dfeci r..Ina, wan.a°R. .a ax Al WrtRACa d.to PROW! alumna, yoRar6 a; comm . D ¢m166p4i1tr01. 3 .A . 6561." 66,156..0601'556 0-4-1612 4.11,1 ra pw!10 Iw.ia 0145 pawl... 615501 6664I S.i vy 5556 ert,yw 6l froDn.rr6,e11ata kra wag 5ar et a 1 6p0 i,g16 •ryl66paigyawp. gsall u6ms�e1 t.! Wr, ga! AT . oc,1161 6.)401116.. ...Etar .,,.t.at,,,. 1„.,,,rtt n 65neh 6. ra1 E lceua016W5 MING 55 6.5•.160106.1 . Q1 c y▪ Mau{i*N6D!065105•lrou14Mt Gal %sw'n1 611CG. ar116 Ai...E i.wacn0 `c.ecw`a'o1a u 1l 6 4°6566 5,, ECr s 11. 3..16 A v�E666 1ana 1u, .. aq.n.A Pont 1!04616 Rl6.6 .1N 6r6,ht. saint, 1006. 610C3 aaat6S Dnhl,.S1 .666 0 Ala 501 ac,w .w,Ki .rP, .66 rp m Dun. awn am 650 64114 3akalipeol.55614 053.411 Er rioaa4E Dlnuy ne 644 • v<t w0• 36156 54 0 Wn. 105 Efu Tn55. 4 555 6 .D14a4 ®•.51..,06 .4 416 66611!16 56.1 631...41, 3,.n.WOr,vul 10,60!05#154, s4 CITY OF CARSON ENGINEERING SERVICES 351510N 5'1156414 4 r 641116-.1 FF:R.n Ha Hl KhFF a:Ai'f1'kF. 1.151701 .5 1 r .lkkLtC: P:[ 15f.N1 1'dkl..6RO.1Er-1 56.16166 STORM DRAIN PLAN AND PROFILE 1 LINE A AND B .5 08015, gF0051 ,0! 15of83 C-09 4 Le g a l S a m p l i n g Po i n t I W # 2 2 2 5 3 CS D J u n c t i o n St r u c t u r e w i t h L e v e l Se n s o r ( s e e S h e e t s C- 2 2 a n d E I - 0 4 ) IT i'JE' • �.3r MA SCO. ii5E ow..N EI IEo fE.EEM 9R e' PF nb! 't!' N• EEe... PIPER ne Er, P IP E CM •REIFYE L.. .oakere.. E.4N SHALLA LE OW UTLITY TREN CH Epp, Elv. PP.. ..[ ED IT.[: EEPv.a Te .;M a nTM . iT C Tx aI To c+r .eon.si... .01.00 rPA PERI EW I r,. x. r_ -Kw E F. •a... pulp PP PEE T.At0TWIETT TRENC H DETAIL • iI pESElEiE L€ ETP ft iv En a cts W s.cKE EL 004.051 NoeTN.e<4ENrtw® rc 05 LEA F, I ERR EP F .[ a .. uan a= ,n EcatlOt A oow0T5c m E. LE EAWT rur Ilu Pp+ PEW,,0•OM , i- rf raCSE5*o S �Ws. II. Pi p :+, R R.EpEREPR nEr+n .A PEo4e_AI Nw.i To o.r of r .Ilon ET4Nwe n.e ee. n 'DI 3 EL ART S.c w. PER C ET._ t Tmvnhi *rH1005 .w -- 4..5 4 HOPPi•TEPP TOITO R,01 4VA ...EES5.. . {NM. u" fa 5 Ur 3S 35l E LFTGfe e. 05 5 awe* w w pm wrro. Ime E &PCPP saoF,osr I. W.I. IF-v.ED[ 4E..,1•04 OVI LIN ' ,PERM PAP WMFp.r uAT4lE amni a ELTTcv oPE. o.n ceiexetol pea MWMUTEDM um Cow EBflSW , eNc .p+i, 4. wem pE . 4Ne•, . m,E.Iu o0'. wtu.uE e .E.rin1 ,t- 0 00000 000666 000 000060 0000900060 9000 0000000 70000 000 60O0O 0000 000 ❑ O6 0❑ 0000 090 0000 000 0000❑ 0000000 000060000006 000 0000000000 080 00 0000[7 0❑0 000 006 0 000O06O 000000 O ❑O0 00 000 O00 00 O00 00 990 00 006 0000 0 CURB -OPENING SCREEN 41P141,4,1 P-EIT pro .rr u. 4.'r• am s. EITTawePEU F rc.!IS H gc!noc caletnw. AND LW e0IHFT 57 d• 10MFN E aa0Ce`i005 ro., 4m.eo. au rnt l .MEEERNE ENwT =EPNET.t• kin-,, •. w`rtiofcc.,r Iv 40.+[ ou E.tt REP o p4REEN R PEE f' •rve.t*RP R.), 4 STORM SEWER M ANHO LE WITH BAFFLE Pr o,. Ni!tN 44LES REY.,-EUE•. E we..urn w„ xa,E. ccE[ECvhh. /P l. i SCI ![.mic s-xnM n ,Y OPTE PEPNEr4 L 30. . ' !!ETREIA! .. .PP W' PE4Y .n. YVEE, PER MN !EE MN - PE. SPEW ulm,tl,GEM10NW53Een, p 9CeEi.II EIRT c.• -EE 1EEI EE pp DE II3Iploll ppEE EEEpfNC MTAL I `� mw E T«n.4 RELar PE R 0E70.4 3 &LEE , s tr.cO .CPETI ,gl n me • m, V CENE4t ffar.IN EE .N%t ewJ. FG. WTI1 NOTE R Er b., LASSOS aumPk. ,4.4P.E PAIIEN IN lpru.LL ERMA . OC n.P . 'A .TE .ppopS. p• RE LETP R pop pfl u . oil 04.0 4 n*CE4G.WTE ro 3E &L .W Lm0EE0 CA I4P ert RE' K Eou rtt, PPP RAN V IEVY WE. ER Twin RETIE i*a 1 ACEE ssc oow, Pup p E4 ptr.. :DE RAVI il Een¢1 N...EPA O E Egnem. EP Gr FELE pm EL,GRATED CATCH BASIN WITH MAINTE NANCE SH AFT NTI .eEErEh cE PEET c -I, —NY PTPEEP 13 [I A a TETMA TECH Ear. ISO .,. A RE PEAn a iaromw5s:5 aCh CN 6YiiM I CO ANCE.n Evs0 Sw,T d Mk; 0. 6R. *55405550' 10404,,I[M,l wo e. l0woo ft!01m CITY OF CARSON FJER EERING SERVICES ENVISION C 'XS0 1 ti I ❑R5ItN 'ATF-R 1111 Rl; NOFF C APT1 RE PR W E[ T i '.1NRI.IGF' CRF_41 I'1RIC- P ROJECT N -13.1515 - DETAILS MI 10 21 of 83 C-15 Cu r r e n t l y N o t U s e d mNtt IM21.44 M.0 t0 AVAUI.e 1400IP.- 0131 P PS 1! u 1bIP W 1 .05511 .114 . t,510 1 1..114 1.5115 AMU 414 .51-5A4 ER-� I.IAf iw�� 11.'10 * 40[11 gel i Nfte 4441 t VP, u 141. 10• S10AL .+wry .1�-•4.1.04 .-Jer GRACE 3,0 0* 4140 OW, ..c 184.00 f011o45,r>� 41100 1(4, 1114.455 ,tl�10 40pvt0 3K a.41mr., Maros 1111E s ./Y alo'v ma.. 421, 441'-1O. SECTION A• A SCALE#'/ T S. HYDRODYNAMIC SEPARATOR 0 ~13 434,,344([1144 4,04.0340, /44.411 345 rvrm vir• M 311550,04 rwnewuJw 1a5r .mlM.ss,Tr n xarwm.awl. 4,545. 43.4 .4 .44•16 31an n01.I0,444. 00 14, NAM mw r! .a v • V% 11.30, aw l WEAL 0 013+40[1 µ0 W 4 4. G: r 01l. wn.+¢aI gry7. CO •.A DAUM 14..,. 5 14 40, 0140011* 1u4p1 0T g4n•AWN.111.13.111141 OW,. 0 cn W11,.4 #ONCm.4413OLa MAf RAm LAP 1.0113. LC.w1 E! P ooTa •+-,�44343 *w0404*3. 141443. 1 40. 0,1 14344ili1( AA1 0Iwmn o: ere Arw_ois .* . 4o.0I1 O& ATMM N n. 144,130 W11•JAIM •4.0.1.tl0' 1AI!C 40•µ•1041w111 9 LA 551, Aso 141150 W 4.7Eh40. @.• 111 011 0 01.0 045 0P STEM 1.1120.I.MM MO E [0µ},131G OM 111103.,.0 44 w 1 *10414 O.pM 3 01 � 212M2A r • 100. 10441q..I.0 COMM of T1b 5•. .00.e. tT1, 151•1 41 01 a 1440 3µp ^.10 0,0111011 4 431 A 04 111.14 014e1P.11 5..Mu1n 0111wRP1.4,,43,* 104. 1 •m • 0Y.M .1 er pTall1' 1.10 C.1W1, CA111r1M.1n 11.134E • 10Avo•d 01u3An la(( • 1.T YETI. • M/1151* . 10,0[0001, 1.-11.1.141 E ima a.11. 001141, PIP m ow 4-0 [405111 01411114r. 0a441 Fro .41444 Ir 10.541 41141 . @311,,011 ere* L 1454 . Hw 4{sf a 0.10 41 I1wT0.0 0010 1 .1 e0J 1.44@.1 eels .11. •344, f .0µ1 Ei11YE 0 40114.' 14*00Y •1 5. • 4 :4 . 1- 2 tr. 41434 4111.. 1ui14 SECTION i]$ SCALE.N,T,S. AY0144LLHr- Ree11{1214W I41H[ I 4.4 504303153.54.1 41 5.144. 4.341.5 4.4. 4c11.54111.4 4.1 43 44J CWRAV444115,000 0,1( e yo3 P e,O40To454 44/ 4•„T+• +1>�0* AWN/ 4.5 4.a. 1oA•oe . 043 34.• 1041 0110114 3T 01Ks MAMA, 5.10. ra11011F . 441 * 0 430 431 4Apg 03411. 1 •u, µSOMME10414 SOMME 0 /0111010 1 morn] .L 10 4a 14 5.50.4 T ex 51..54.411.1 .41.44541,11,14/15 140 4 1.1 3 .1 404 0.1pt 4I 4tSrTem54 . i L OAF .1,YM0A01. 1. CE6w 105 ay4 Wou, oll4T00010 10145 e .u .n131004WAIT2 Cwq04Rn, 0.11w,i1o,waovl.nw3010111FImnw•11 • Eo144404,E 035.4.143* P1 ao 1c, 3.,00«.1.0. CM.4:1MUM ma.w h..M n IrTLIM .1.01.0 5T01a1ITEn a111E1u T O04 01 01 PA L 14411141 u 1.001' ,RM. 0114,110, 3.4 , .C.fo �• 3 a1•Y2 OP1041 41 11 11510. 011111114 4511 MITA rvl1A114 441.4. 2.A•newela Tree , 1.00q To,AW 0.443113 m1Ai10 nON WOn: W,11..g1.. 441411//0 now [ WIL1 4..4.000141 4u., .w¢44111 55 .44 401 811.A .5111 .153.115 0 .31/.1 .4111314 004 447E.1.111 To IE.r., @341 40 4 105. 15,111.1515.1...41, ..1•0151.4,44.1.11 [ 1. 71. 01 0 .1 0 Dean 4•l POE 41[0013 144 MCA, 014451,( 0 .1.01.5'141,0,.1 4 4 10154.1, I 0.W11 VS1p01040x3.1hi0Alg,V 44140Iw0m e.w•mn.. l,0x44 440 I II Gwrt.4w.IM1 w 1 w, 411pr1,0 t,5,p.la 7. II bI . o.vdrolrs14*11 T 0Oulwer T0P1 OlvwTuy3. 1354( C_ 414144 1 011101 1,51,011 AND BASE EMI 411 E13.511 ,01.11. 8/11 0141010 4004 + 11* O 441¢ • .y P4e[OIT 1o.3013.414404113,191*01,441.1•441401.0.1.14...Z., 411.110, 111. e,MPo.o ruroc.,NY• P.aveP .15 .11014 I144r •0.41µ014 03w4 l oll A.a(. ..,1..0 To . 43111 . 414e 4411.3 41.3.1 4444 114401 [ 0m4C 401 ma,e 4001vul e lw4Rav .04.1 04tt R11Ir # Olyll 0 41110* x.. 14 0 1M,l.c en . R0 0 SW 0 . 44434 0001.•4410 1 I 14 04 E eM EPn. El.P1 MOM 3. 15A. [Io. 044010,111+ .444 Mel Aria c44Tk00lor 7150417 MUC K FPR II1C 11 010 A WLb10N1YMm C0'ry4[I AIIE4 OF`II 540 3 AFRO. 10, 10141!$1 111434 IIT"n li `6@,f3 540044«15 VaN'11 ➢ 0110 OM TIm1AT 101 110101 .9.01(006 wore."1"'001X4 EYl 11 0!11 Tlg00r IIT'21 1_`-3.1, 40110 IA!) 4RGA11q 3144140,(1 A1I1tlt 41 ^11 1121 ' 1!@104 '4 401 A40.I u1 71 4[01 44.11% 11T Y1 31010 131 0IsO'011iTl A 1171 1 *1 -11 A WTI 0 LIM .44 ITTI 1FT A [011 0 1101 • 21 1 Li 14 3] 01 li 01 Il 04 l.4 II OA 00 1! 04 el 4 .0,1 I1 IA 3A li IS Ii Z. 11 00 117 414 1 .5 1 .? We 15 ID 115 14 I.] 14 41 SA @1 IA 13 145 I IF 1 .1 23 ].1 11 0.1 11 111 .] 4-1 II 45 IS 24 120 14 le el IA 114 31 ifi 13 44 14 11T.e 1 44 41 LI , 01 11 013 41 1.1 04 5A 15 45 10 15 43 . II 301.1 5 Z1 15.1 1.1 ae 5:15 44 31 • IIJ 44 fa 9.14 10 11 }P II 2511 30 141 11 10 CV *7.3 54 11 146 1.4 II ,4 5! I.r ,4 :0 114.1 1 .1 SA 11.6 'l151 Ct 314 14 34 loo ' 14 0.1 02 43 1-i 92 14 4524 _4 CV 314 `1211 [Y 42 11 ItA CT 3.0 I1 44 11 3 51 -e IIi ialkOLT VII4d) PL AN VIE W .3 t 14.0.3, 04 IE%4 uP 1lw SECTION X - X BENDS & TEES PLAN TEES Jr 41-31 41. Ill !MEATY . L AMMAL111'-0 PLAN DEADM AN 111 0411.11.13 1 1161 ' I ] 4.45541 Fr 44. 43.4r15 on THRUST BLOCK DETAIL { 444 e.� Ea44�PE 4 410 SECTION X - X DEAD MAN BLOCKING WI 4 .4Ill mum: t ot 05.55 4 4.11414..4µR.. nrr0,05i I04.1144..40,151[.; =o IC CAM® 7. 1Ar n1*01 4weu.o ..30113.00ffi 101E rem A1 414. 113 0 0.1µ1.04 41.0 0 alri vre 4 0414 et ove44i 140 T414wYM151e..1061r4.r p0 nOert044 A, P4Err•Ar, a 0010 Pw0 0050 n401349111 TO YIP 4.44 01141•uuYOIOOITE R094 9 1 40 .41* • 4µm1w ra 4.11.11.110 I0WI et 0013..01,•,10 4.441 001,.1 .50.4 0*0* 00a�` T4n .2.3/121P0 0114..E .,, COMO V. .013, 031.1 ' Mme1,1E71. 5.11 441-04:3110.1,0 IN1, 1035. 45((11a-13-1 ' 41 ree 5 omen s.0.04 00 .0481[40 w .101140 To 400011101 T10R1rt' •.ROE 50+4, 1111411441103. 11 4 1401'4 R ANS PAE .AMED 11 TET RA TECH Sea -44401 m•1 MOM} 9 EHP1MA0 M 103 ...Gals 4d0 R1.1M *.,1413; 0n4441 11.1.111. 12.11. .Y 413111.4•EAF. C°e 44* .Fw*n0e 411 101 0•;1100,431013 CITY OF CARS ON ENGINEERING SONDES DIVISION f A IRtiLI� 411 0143140 sI'I .R .34 P R 4' 4,[11} CAPTURE A AoJFCI I" .3HRI11:1 f' RI. 515. 51 K' 1'000JEL1044 7 .1515 DETAILS VII IMMO 25 of 83 Vin" C-19 CS D J u n c t i o n S t r u c t u r e Le v e l S e n s o r (s e e S h e e t C - 1 1 ) a. W ail .:1. OP*, TIE ici rnr, a+cuw 0-.901 K.M N0..0.0a 'a r wR .1110131. 10.1,4 Wr•l• WT I caeW.E[. 1 I l- \ t i pxda .[i- 5S HINGED SWIN G AR M MOUNT DETAIL 10.11..650 ..0 .-V E. SEIi60R H31116. Cpnr.. &:1.11 Loll. wVr1UCO", .M 9C M u.11. 'Or{ uH..yp11V C" W11M MI Iasi REEY.1mb eiel Iq q,E. . .{ 1•111.11.7 1. 0.111.0.2 an. MryW .1,.p1p AM. i /IRC. tl CC&J.GMEww� C.rn101 cTtW .gwf.v. WW1= Freely unq. Animal•. 1.0.11.+1 a.vnn 510.5 1 i a,a naI.�m WO .q Ha rar1 a . R. MR, 1ELLar1.EC 1.50 it ULTRASO NIC LEVEL SENSOR - ELEVATION MALE 1.0 3 PLAN [INVERTED? -+IO CA 11•aoe w..oeo YdmlMpliOda ,en.-� 4R'-NW1 ,11..t.l SECTION n CON. .C.MillyW. ettwp/..1Er- Er..+aEnv r..ae rhal .n1.M r.1awE1WEu Eo/... E1r* 11Eo u.1E HEy,E aoc P. l.an.a z CABLE TI E BRACKET C.z 1.1 a } SAMPLING VAULT- ELEVATION T 1=111=11 ITIIii � � 11111 i 2 11T l r 1-11 Cf7HSTR1/CT/7H HOTES. ®0 ®psi SERVICE SADDLE .ckt 1C Miu'.3ERn e1 MASS . 15•'w.u.x1 1.Nw a 1,EE,1.., &h` SAMPLING VAU LT PLAN KALE w rE P RE BY n T ETRA TECH • 9ENC1a4 IC CO L1/4"011..0210• rl'iAr45CC lai C I!CLt wFr, eu. 11,. .5. /4 CGV8FRlICEON N OTES .07 KIM . ,t=.1R N. rm .lof .G1. F REl 0. PuLIS 5x1 CO w 14. rn E r elc.1E! ok aa......YN.+ R 00 15 1 x R•.i 'A NNE *R1n es1.1.6.ln Nm 10 .r WAN.. .11r. . cu. 9a4 C. el CO..3 111.4.•11 411.E 011 4145,: a,...«1„15, CELO E c.-r •imi.. ue•rw n 5- PLAYA 014!5K. kW/ 111. ..515 0 1r▪ r 447 1 S ARLFA IBTEn. S.w, ,.xuSI o. mJ llS 1o r1101.4.0.,440*ain .bxla, NRE wry n.wati . EJI orm a i MEEr uw 0 0 .f o BEALAVi P £11 • 041011•11T/11.1.79.11.1...k 11ns[Rw.x in.c a1r•W+a.14 .W4d 1,11.K. LK. (';� 1+r.s,Ki vaR TNN.fWb.i.. u1C•5 11 �..% 1 59 41 i0E1EC111c.. 401 0 DW.E..Eit 1. A 7. 15..1'5.71 MIEe1 . [ Cm ..nat 111111c cox.iW �Y..EWE D.RER1. aco.1E& R. M D..' 11. ...{,a. f5I a w 514'41 II CITY OF CARS ON Ds lMEERINC SEAMS OMSICH C 11t%7Y5 f4)R51W 1II:H.1511 RI'\ 0FF 1'•/1'1 1.141.1.14f11{7 '1 f 41441.[: F"l Rl:4.I 1' ..111:. PRODI.CT '41.1515 PUMP STATION DETAILS II Er I 56 of 63 D-05 CS D J u n c t i o n S t r u c t u r e (s e e S h e e t C - 1 1 ) Doc. 6111654 Exhibit 6 Amendment No. 1 to the Stormwater Project Services Agreement between the City and District 01007.0006/632989.2 $0(1'0(1712 7267250:$7(5352-(&76(59,&(6$*5((0(17 7+,6 $0(1'0(17 72 7+( 67250:$7(5 352-(&7 6(59,&(6 $*5((0(17 (“Amendment”) by and between the CITY OF CARSON (“City”) and COUNTY SANITATION DISTRICT NO. 2 of LOS ANGELES COUNTY (“District”) is effective as of the 14th day of January, 2020. 5(&,7$/6 A. City and District entered into that certain Stormwater Project Services Agreement dated July 19, 2016 (“Agreement”) whereby District agreed to support planning, design, and construction management for Project No. 1515 – Carson Stormwater Capture Facility at Carriage Crest Park (“Project”). B. The Project funding in the amount of $13 Million Dollars was secured from Caltrans through a Cooperative Implementation Grant Program Agreement (“Grant Program Agreement”) between Caltrans and the City. Under the Agreement, the Parties intended that work performed under the Agreement would be paid for by the City which would apply for reimbursement under the Grant Program Agreement. C. The Agreement provided for the City to reimburse the District for its services on a time and material basis an amount not-to-exceed $2,851,000 from the Grant Program Agreement funds. District’s hourly rates are attached to the Agreement as Exhibit 2 to the Cooperative Implementation Agreement, which is in turn attached to the Agreement as Exhibit 1. D. The Project commenced in July 2016 and included project planning; providing assistance with CEQA requirements, coordination and permitting with Los Angeles County Flood Control for connection to their storm drain system, coordination and permitting with the Districts for connection to the sanitary sewer system, and identifying funding sources; and using the District-contracted Tetra Tech, Inc (Tetra Tech) to performing preliminary design, detailed design, and the preparation of construction drawings and technical specifications for the Project. E. The construction of the Project commenced in May 2018 and included the construction of a stormwater diversion and capture system, using OHL, Inc. as the contractor, StormTrap, LLC for the storage units, and the District-contracted Tetra Tech, Inc. (“Tetra Tech”) for construction management. F. The construction was initially expected to be completed in December 2019. G. Due to early construction challenges, construction of the Project has been significantly delayed, with an expected completion date not earlier than September 2020. The challenges to construction include: x Rain Delays. Due to significant rainfall during the winter months of 2018 and 2019, the Project has experienced approximately 50 days of delay due $CSD CONTRACT NO. ____________ 01007.0006/632989.2 to unusually rainy conditions, and additional time to pump out the rainwater and to allow the soil to dry. x Shoring: Due to movement at the main excavation area, additional time was required to perform remedial actions to stabilize the shoring system. x Soil variability: Due to contaminated soil discovered during excavation which did not initially appear during boring, additional time is required for additional soil testing and hazardous waste management. H. The District is requesting that the authorized maximum cost be increased by approximately $925,000 for the additional services to be provided for the extended Project period, including but not necessarily limited to construction management work, geotechnical work, submittal review, excavation monitoring, and special inspection costs. The extended Project period may include other additional time caused by additional rain delays, additional soil contamination, and conflicts with existing utilities I. City expects to receive more than two million dollars ($2,000,000) in municipal return funds by Summer of 2020 from Los Angeles County’s Safe Clean Water Program, passed as “Measure W” by the voters in November of 2018, some of which may be used for project costs under this Amendment. City may also apply for Regional funds under the Safe Clean Water Program’s competitive process for future expenditures for this project. J. City and District now desire to amend the Agreement to increase the total not-to- exceed compensation by $925,000 for the services to be provided by District. 7(506 1.&RQWUDFW&KDQJHV. The Agreement is amended as provided herein. (a) Section E, is hereby revised as follows (additions in bold italics, deletions in strikethrough) The Parties intend by this Agreement for the District to provide or oversee design, environmental review, and permitting support for the Project. The District may also provide or oversee construction management services to the City for the Project. The Parties intend that all work performed under this Agreement will be paid for by the City, which will apply for reimbursement under the Caltrans Agreement, and which will use Los Angeles County’s Safe Clean Water Program municipal return funds, as well as regional funds if awarded. (b) Section 4, Deposit and Payment, is hereby revised as follows (additions in bold italics, deletions in strikethrough): The City shall pay the District on a time-and-material basis, not to exceed $3,776,000 $2,851,000 without further authorization from 01007.0006/632989.2 the City of Carson. The City shall deposit deposited with the District an initial payment of $250,000 to be used toward any allowable costs of the Project. 2.&RQWLQXLQJ (IIHFW RI $JUHHPHQWExcept as amended by this Agreement, all provisions of the Agreement shall remain unchanged and in full force and effect. From and after the date of this Amendment, whenever the term “Agreement” appears in the Agreement, it shall mean the Agreement, as amended by this Amendment to the Agreement. 3.$IILUPDWLRQ RI $JUHHPHQW :DUUDQW\ 5H $EVHQFH RI 'HIDXOWVCity and District each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement. Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein. Each party represents and warrants to the other that the Agreement is currently an effective, valid, and binding obligation. District represents and warrants to City that, as of the date of this Amendment, City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. City represents and warrants to District that, as of the date of this Amendment, District is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. 4.$GHTXDWH&RQVLGHUDWLRQThe parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment. 5.$XWKRULW\The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound.  >6,*1$785(62))2//2:,1*3$*(@      -! -  #-( - + '! -"-   #--# - $ -  -, - %) -*#& -                 ! !!     ! !! !  ! ! !  ! ! ! ! Doc. 6111654 Exhibit 7. Districts’ Cost Schedule for FY 2021-22 Position Hourly Rate ($/hr) Division Engineer 228 Supervising Engineer 196 Senior Engineer 177 Civil Engineer 160 Engineering Associate 150 Engineering Technician 101 Secretary 83 Senior SCADA Coordinator 148 Senior Electrical and Instrumentation Technician 132 Electrical and Instrumentation Technician 125 Asset Management Technician 122 Senior Mechanic 120 Lead Maintenance and Construction 113 Vacuum Truck Driver 97 Maintenance & Construction Worker 90 Treatment Plant Operator I 108 Treatment Plant Operator II 120 Supervising Treatment Plant Operator 146 Labor billing rates are subject to readjustment by the Sanitation Districts’ Chief Engineer and General Manager no more frequently than annually to reflect the cost of such service. Revised rates will become effective on the first day of the month following notification that rates have been revised.