Loading...
HomeMy WebLinkAbout2024-07-09 - AGENDA REPORTS - OLD ORCHARD PARK PHASE 1 IMPROVAgenda Item: 15 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: July 9, 2024 SUBJECT: OLD ORCHARD PARK PHASE I IMPROVEMENTS, PROJECT P2020 - PLANS AND SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Neighborhood Services PRESENTER: Susan Nelson RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for Old Orchard Park Phase I Construction Project P2020. 2. Award a construction contract to Golden Sun Enterprise, Inc., in the amount of $5,917,777 for the base bid, and authorize a contingency in the amount of $1,183,555, for a total contract amount not to exceed $7,101,332. 3. Award a materials testing contract to Kane Construction Services, Inc., in the amount of $318,868, and authorize a contingency in the amount of $31,886, for a total contract amount not to exceed $350,754. 4. Extend the current $300,000 contract and authorize an increased expenditure for construction management support with Pacific Coast Land Design, Inc., in the amount of $181,789, and authorize a contingency in the amount of $18,178, for a total contract amount not to exceed $499,967. 5. Appropriate one-time funds in the amount of $2,531,307 from the Facilities Fund (Fund 723) to the Old Orchard Park Project P2020, expenditure account P2020601-516101. 6. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 188 BACKGROUND Old Orchard Park was constructed in 1968 and is currently one of the oldest parks in the City of Santa Clarita (City). Many of the original improvements, including the irrigation system, play areas, and restrooms are obsolete and no longer meet current park standards, or have deteriorated to the point of disrepair. To address these deficiencies, the landscape architectural firm of Pacific Coast Land Design Inc. (PCLD), was selected in 2014 to lead a community engagement process and develop a master plan for the park. The planning process consisted of an extensive outreach effort that included an online survey and three community meetings. The redevelopment plan was subsequently reviewed by the Parks, Recreation, and Community Services Commission with a recommendation for approval by the City Council. The Old Orchard Park Master Plan (Master Plan) was approved on July 14, 2015. Following approval of the Master Plan, the Old Orchard Park Design Project (Project P1006) was awarded to PCLD on October 27, 2015, following a competitive request for proposal process. This project created a park design based on the Master Plan. The design focused on re- orienting the parking lot, improving pedestrian access and safety, replacing the irrigation system, and enhancements to the overall character and appearance of the park. The design drew from the Lyons Avenue Corridor Plan, and the success of the street improvements on Main Street in Old Town Newhall, to create a sense of place and better pedestrian connectivity. On January 24, 2023, the City Council awarded a contract to PCLD for Old Orchard Park Design Project (Project P2020), to update the existing P1006 plans, specifications and estimates, and provide phasing plans for design, construction, and ongoing operations during installation of each phase of construction. The design was completed and divided into two phases for construction. The Phase I improvements will update and expand the playground area with features including new play equipment for 2 to 5 year old and 5 to 12 year old age groups, climbing rock structure, turf slide hill, rubberized surfacing and shade structure, additional recreation amenities, and addition of a multi -sport court. Phase 1 will also improve the existing multi -purpose room and restrooms, expand the parking lot, and enhance the landscape. Phase II improvements, on the western portion of the park, will be constructed at a later date. Improvements will include upgrades to ball field amenities, additional lighting and enhanced landscape in the western portion of the park, which has been identified as a location for a future underground stormwater infiltration system. An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on May 9 and May 16, 2024. The City transmitted the solicitation to 2,627 vendors on BidNet, of which 70 vendors downloaded materials. Four bids were submitted and opened on June 10, 2024. The results of the bids are shown below. Company Location Bid Amount Golden Sun Enterprise, Inc. Van Nuys, CA $5,917,777 R.C. Becker and Son, Inc. Santa Clarita, CA $6,200,361 Urban Habitat La Quinta, CA $7,393,413 Los Angeles Engineering, Inc. Covina, CA $8,335,000 Page 2 Packet Pg. 189 Staff recommends the project be awarded to Golden Sun Enterprise, Inc. (Golden Sun), the lowest responsive bidder based on the base bid amount only and outlined in the specifications. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found to be complete. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive and responsible bidder. Materials Testing The City conducted a Request for Proposal (RFP) to solicit proposals from qualified firms to provide material testing services, labor compliance services, qualified Storm Water Pollution Prevention Plan practitioner services, and project file and documentation software for the Old Orchard Park Phase I Project. The RFP was published and circulated via the City's e- procurement system, BidNet, on May 20, 2024. The City transmitted the solicitation to 2,582 vendors on BidNet, of which 28 vendors downloaded the RFP. Two companies provided proposals for consideration. These proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. All proposals were reviewed and evaluated by staff based on the evaluation criteria set forth in the RFP. The evaluation team scored the responses based significantly on the responsiveness to the RFP and thoroughness of proposal, consultant qualifications and overall project team experience, proposed methodology and ability to meet the scope of work, project understanding, and references. The results outlined below: Rank Company Location Score 1 Kane Construction Services Inc. North Hollywood, CA 93.7 2 Monterroso Inc. Palmdale, CA 60.3 In reviewing proposals, the evaluation team awarded the highest score to Kane Construction Services Inc. (Kane Construction). The evaluation team determined that Kane Construction's proposal demonstrated an in-depth understanding of the project needs, provided a detailed scope of work, and illustrated their understanding of the needs for the project. Staff has completed a due -diligence review of Kane Construction's professional references and determined its work history meets the City's standards and performance expectations. Based on the above, staff recommends awarding the contract to Kane Construction. Construction Support Services The City Council awarded a design contract, for a total amount not to exceed $300,000 to PCLD Page 3 Packet Pg. 190 at the January 24, 2023, meeting. Pacific Coast Land Design developed the original Project P1006 and was determined to be the most knowledgeable, efficient, and fiscally responsible option to provide an update to the design of Old Orchard Park. Based on this information, a sole source procurement was processed and approved by the City's Purchasing Agent for PCLD to provide the landscape architectural services to update the plans and ensure their compatibility as identified in the Project P2020 scope of work. In order to provide appropriate construction management support throughout the construction period, it is recommended that the existing contract amount with PCLD be increased by a total amount not to exceed $199,967, and the contract term be extended through the end of construction. This increase will allow PCLD to provide construction support during the project, review submittals, respond to requests for information, and address design issues as the project is being constructed. The construction contract amount covers the base bid. The contingency will cover unanticipated project costs due to unforeseen conditions and changes in the scope of work, requested by the City. The remaining project budget will provide for public art components, construction support costs for labor compliance services, staff oversight, construction engineering, inspection, and project management. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, budget will be increased by $2,531,307 in expenditure account P2020601-516101 (Facitlies Fund) for a total construction budget of $7,952,053 to support the recommended contracts and associated project costs. ATTACHMENTS PCLD Proposal Location Map Site Plans GSE Proposal (available in the City Clerk's Reading File) KCSI Proposal (available in the City Clerks Reading File) Page 4 Packet Pg. 191 15.a 11022how Pacific Coast Land Design, Inc. Landscape Architecture • Urban Design • Environmental Planning 461 East Main Street, Ventura, CA 93001 805.644.9697 w pc-Id.com CITY OF SANTA CLARITA- PARKS PLANNING & OPEN SPACE 23920 Valencia Blvd. Santa Clarita, CA 91355 Attn: Katie Knybel, Project Manager e-mail: KKNYBEL@santa-clarita.com June 20, 2024 Project: Old Orchard Park Renovation PCLD Project No: 22-055 SUBJECT: Authorization for Additional Services 03 - Task 7: Construction Phase Support This is a request for additional service fees in the amount of $181,788.20 for Construction Phase Services to be provided by the PCLD and subconsultant team as directed by the City of Santa Clarita during the course of construction. Construction phase tasks as defined in the attached scope and fee table are estimated hourly services based on the expected number of 170 Contractor'Working Days'; which PCLD understands to include 45 days of contractor procurement and pre -construction work as well as a more intensive 125 working day construction period. All construction phase services provided will be billed at the regular office rates not to exceed the lump sum total listed for Task 7. Should additional construction phase hourly services be required, they will first be authorized by the City project manager. See the table (Exhibit W) attached listing proposed hours and fees, totaling $181,788.20 to complete the requested services. Please consider and approve the tasks and fees, when required and directed to proceed, to facilitate the requested work. Agreed to and accepted by: PACIFIC COAST LAND DESIGN, INC. By: Name: Wieke Zielsdorf rifle: Principal Date: �WZDIZa24 Agreed to and accepted by: CITY OF SANTA CLARITA- PARKS PLANNING & OPEN SPACE By: Name: Title: Date: THIS LETTER CONSTITUTES AUTHORIZATION UNDER THE EXISTING CONTRACT. ALL SERVICES PERFORMED UNDER THIS AUTHORIZATION SHALL BE IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF SUCH CONTRACT. r Q "P:\Pacific Coast Land Design, Inc\PROJECTS - Documents\22-055 OLD ORCHARD PARK\DOCS\Legal\CONTRACTS\-03-Add Services -03 CA\2024-06-20-AddServ-03-OldOrchard Park CA.docx" Packet Pg. 192 Date: June 20, 2024 OLD ORCHARD PARK DESIGN EXHIBIT 'A' • pTasklPreliminary PCLD Services • - -A - Lump Sum PUT=]R.T. �!�' ,Mrmmn. Lump Sum Im Lump Sum Sub -Consultants (*Include 10% Administration & Management Mark-up) Frankian Mailman Enviro 91- (Geotech) (Asbestos) • Lump Sum Lump Sum Lump Sum Investigation Task 1 Subtotal JUT,o,a $ 45,206.30 Task 2 I Project Management Task 2 Subtotal = a $ 44,661.80 Task 3 IDesign Task 3 Subtotal = $ 183,761.20 Task 4 jBid Phase Support Task 4 Subtotal $ 3,995.00 Task 5 Additional Services-01 Task 6 Task 5- Additional Services Subtotal Additional Services-02 $ $ Wom S $ 12,860.00 Task 6- Additional Services Subtotal $ - $ $ $ 2,650.00 $ 750.00 $ 6,250.00 Task 7 Additional Services-03 Construction Management Support (170 Working Days from NTP) 7.1 Prepare Materials and Attend Pre -Construction Meeting $ 1,630 $ 1,931.60 $ 1,562.00 $ 1,038.40 $ 396.00 $ - $ - $ 6,558.00 7.2 Attend weekly construction site meetings (Assume 25 meetings) $ 26,210 $ 10,824.00 $ 14,487.00 $ 3,1 15.20 $ 2,288.00 $ - $ - $ 56,924.20 7.3 Review and respond to (RFI) or (CR) $ 7,580 $ 14,740.00 $ 2,541.00 $ 3,1 15.20 $ 2,464.00 $ - $ - $ 30,440.20 7.4 Review and Respond to Submittals $ 10,200 $ 14,740.00 $ 2,860.00 $ 2,076.80 $ 660.00 $ - $ $ 30,536.80 7.5 Review Design Changes and Prepare New Plans As Needed $ 4,820 $ 6,248.00 $ 1,496.00 $ - $ - $ - $ - $ 12,564.00 7.6 Track Changes $ 1,510 $ 1,133.00 $ 352.00 $ - $ - $ - $ $ 2,995.00 7.7 Review Change Orders $ 2,360 $ - $ 704.00 $ - $ - $ - $ $ 3,064.00 7.8 Cost Estimate for Change Order Analysis $ 1,180 $ - $ 352.00 $ - $ - $ - $ $ 1,532.00 7.9 Site Inspection Punch List $ 4,440 $ 4,230.60 $ 2,480.50 $ - $ 1,188.00 $ - $ $ 12,339.10 7.10 Prepare Record Drawings $ 6,900 $ 6,842.00 $ 3,173.50 $ 1,038.40 $ 1,320.00 $ - $ $ 19,273.90 7.11 Hazardous Materials Abatement Site Review (Existing Building) $ 1,700 $ 2,816.00 $ - $ - $ 1,045.00 $ 5,561.00 im Task 7 Subtotal • of $ $ 2,650.00 $ $ 1,045.00 1,795.00 Reimbursable Expenses Public Meeting Materials - Foam core, color printing, scanning, pens and commenting materials $ 1,200.00 Plan Production - Printing and Binding of Final Plans and Binding of Additional Copies if Requested by the City $ 1,000.00 $ 2,200.00 TOTALGRAND :0 m e Location Map „ . ■ .�# Old Orchard a Park ,. ,.: t` �. Project P2020 s EL � r +T �F +�• �` �" _� �' r� r• r- „� � ? �M" p � r� - _ _ � � '` I I 1 w� I � r m°. I. : , 11 - r,�' A LL S* I f• . , .r . AP ily f LI it `� �� � . , " ,r � � , � i I ��� � 1. � � • _ "� -- + u 1kill■+F - y r: i , I , - A � Y• s r t , ' L ! jl •q � r I — _ — .. arq.AE � x-:� ` ,ems'_ •- I _} -r. — _ _ _ -- — -- --- —•— ___ F . -a ,;! -. rt . —: — AM — t• fA 4 \ -Vllvi1 r _ (} IF nI r• � or J t , a' ,ramAftir 4 11 ! 0 Parcel Outlines Street Centerlines Parks Primary City Park Minor 1.2,257 0 0.02 0.04 0.09 mi 0 0.04 0.07 0.14 km OVERALL SITE PLAN OLD ORCHARD ELEMENTARY SCHOOL SITE FEATURES 1. PHASED CONSTRUCTION 2. NEW PLAYGROUND EQUIPMENT 3. POURED -IN -PLACE RUBBERIZED PLAY SURFACE 4. SHADE SAILS 5. EV CHARGING STALLS 6. GAME TABLES 7. CONCRETE WALKWAYS 8. MULTI -SPORT COURT 9. BASKETBALL COURT WITH PICKLEBALL COURT STRIPING (WITH SLEEVES FOR NET) 10.SHADED GROUP PICNIC AREA Pacific Coast Land Design, Inc. Landscape Architecture • Urban Design • Environmental Planning 461 East Main Street, Ventura, CA 93001 805.644.9697 www.pc-Id.com Client: CITY OF SANTA CLARITA 23920 Valencia Blvd. Santa Clarita, CA 91355 J� PHASE II LIMIT OF WORK k i 11. RENOVATED COMMUNITY BUILDING 12. BBQ AND PICNIC AREA 13. EXISTING SCHOOL FENCING 14. BENCH 15. RENOVATED BASEBALL DIAMOND 16. BLEACHERS 17.TRASH RECEPTACLES 18. PASSIVE FIELD LIGHTING 19. NEW PASEO LIGHTING 20. FUTURE STORMWATER STORAGE AREA Project: 21. CONCRETE PINGPONG TABLE 22.CONCRETE CORNHOLE BOARDS 23. REPAVED AND STRIPED PARKING LOT 24. BIKE RACK 25. DRINKING FOUNTAIN 26.ARTIFICIAL TURF SLIDE HILL 27.TRASH ENCLOSURE 28. FITNESS EQUIPMENT OLD ORCHARD PARK RENOVATION 25023 Avenida Rotella, Santa Clarita, CA SANTA CLARITA, CA 93434 7 Q J U aw w > CLQ LYONS AVENUE Plan Title: ILLUSTRATIVE SITE DESIGN 0 20 40 60 FT SCALE: 1" = 30'-0" KEY MAP SANTA c0, o � 'J DECkly" ■ Page No. LP-0 I PHASE II LIMIT OF WORK r-. \ \ u Z Q Uw w > PHASE I (I- Q Pacific Coast Land Design, Inc. Landscape Architecture - Urban Design - Environmental Planning 461 East Main Street, Ventura, CA 93001 805.644.9697 www.pc-Id.com Client: CITY OF SANTA CLARITA 23920 Valencia Blvd. Santa Clarita, CA 91355 LYONS AVENUE Project: SCALE: 1" = 20'-0" OLD ORCHARD PARK RENOVATION 25023 Avenida Rotella, Santa Clarita, CA SANTA CLARITA, CA 93434 0 20 40 60 FT Plan Title: HARDSCAPE LEGEND (THIS SHEET) ID# DESCRIPTION H1 CONCRETE PAVING H2 CONCRETE PAVING VEHICULAR H3 ENHANCED PAVING HS PLAY SURFACING H7 WOOD BRIDGE H8 EXISTING BASKETBALL COURT TO REMAIN H9 LANDSCAPE BOULDERS (TYP.) H10 24'' W PILASTER, MAX. 42'' HT. H11 LOW WALL H12 CONCRETE HEADER (TYP.) H13 EXISTING WALKS H14 EXISTING WALL HIS PARKING LOT, PER CIVIL PLANS H16 SEAT WALL H17 CURB & GUTTER, PER CIVIL PLANS H18 STONE VENEER WALL H19 STAIRS H2O MULTI -SPORT COURT H22 EXISTING SCHOOL FENCE AMENITIES LEGEND (THIS SHEET ID# DESCRIPTION Al BENCH A2 TRASH RECEPTACLES A9 ACCESSIBLE PICNIC TABLE All TRASH ENCLOSURE A13 NEW POLE LIGHT A16 DOG WASTE BAGS A17 BBQ GRILL A21 BIKE RACK A23 LANDSCAPE LOGS (TYP.) A24 LODGEPOLE FENCE A26 BIG BELLY RECYCLE RECEPTACLE EXERCISE EQUIPMENT LEGEND (THIS SHEET) ID# DESCRIPTION E1 ACCESSIBLE CHEST PRESS E2 STAIR CLIMBER SIGNAGE LEGEND (THIS SHEET) ID# DESCRIPTION S1 PARK RULES SIGNAGE (BY CITY) NSION JOINT, TYP. S2 PARK MONUMENT SIGNAGE (EXISTING TO REMAIN) ?E LINE/ CONTROL S3 PLAYGROUND DESIGNATION (2-5 YEAR OLD PLAY) �, TYP. S4 PLAYGROUND DESIGNATION (5-12 YEAR OLD PLAY) CONSTRUCTION NOTES 1. SEE SHEET LC-0.01 FOR DETAILED CONSTRUCTION SCHEDULES AND NOTES. PHASE I ENLARGEMENT ABBREVIATIONS ADJ = ADJACENT (E) = EXISTING PA = PLANTING AREA TW = TOP OF WALL TYP. = TYPICAL R = RADIUS SH = SHEET KEY MAP SANTA c0, o � 'J DECkly" ■ Page No. LP-03 PHASE 1 SITE PLAN Pacific Coast Land Design, Inc. Landscape Architecture • Urban Design • Environmental Planning 461 East Main Street, Ventura, CA 93001 805.644.9697 www.pc-Id.com I OLD ORCHARD ELEMENTARY SCHOOL . PROPERTY LINE EXISTING SITE CONDITIONS TO REMAIN DURING PHASE 1 Client: CITY OF SANTA CLARITA 23920 Valencia Blvd. Santa Clarita, CA 91355 PHASE I PARK RENOVATIONS 1. PHASED CONSTRUCTION 2. NEW PLAYGROUND EQUIPMENT 3. POURED -IN -PLACE RUBBERIZED PLAY SURFACE 4. SHADE SAILS 5. EV CHARGING STALLS 6. GAME TABLES 7. CONCRETE WALKWAYS 8. MULTI -SPORT COURT Project: 'OF WORK 40 e C N 9. SHADED GROUP PICNIC AREA 10. RENOVATED COMMUNITY BUILDING 11. BBQ AND PICNIC AREA 12. EXISTING SCHOOL FENCING 13. BASKETBALL COURT WITH PICKLEBALL COURT STRIPING (WITH SLEEVES FOR NET) 14.BENCH 15.TRASH RECEPTACLES 16. NEW PASEO LIGHTING OLD ORCHARD PARK RENOVATION 25023 Avenida Rotella, Santa Clarita, CA SANTA CLARITA, CA 93434 z Q J U aw w > CLQ LYONS AVENUE 17. CONCRETE PINGPONG TABLE 18.CONCRETE CORNHOLE BOARDS 19. REPAVED AND STRIPED PARKING LOT 20. BIKE RACK 21.ARTIFICIAL TURF SLIDE HILL 22.TRASH ENCLOSURE 23. FITNESS EQUIPMENT Plan Title: 0 20 40 60 FT SCALE: 1" = 30'-0" ILLUSTRATIVE SITE DESIGN - PHASE KEY MAP SANTA c� o � 1 Ig aEWA'5 ti Page No. LP-02 .-I11i1;0 Ir t, ti :. '.. , <, ,:.:, l .-.. , _.a .,_ ..r :,-.,xY..: • .fir ,' 1 �•ht :, +, ,G ,: d a r«. 'tea r u r,� s•- ti - : « . - . { _ .�' .. ., y 1 4.. ,, v� .+.' : 4'• - i _ . 1 'e4 •t 6 1 _ - : l l r ..,d.k71l.r-,�_--.f- ` Id 01 llll, , pr "lMI,� !.v f ; ,, _ tU. .!,,Tr..--"I7"*I,v,�*-,, -,-:­7 - 1 7- I�,p.1e 1t1V-', " *1- , '!11��I ." � r , 4. .,. +..., ... - , `wfa. ,, rs LL �, s. ,. k)"I .1 .%Y.^I ;, ,�I .-. , -��. ,,: . . . .A I'. . _� ,i'- - h 6 r # _ - .. x ,r V :, 4L v •• _ Sir .: § ,=f,.Y L. i_ +8`�,. ....... - 11�1�I- IX ,, 4�"-, I. : . ,1.�. t. C !:. ilc - `, , - i ..:C «'s. rr .r o ..v. , , .. , �,. >i f_ - :,aw= - 4 �"' {'_ - r, : - aar.T ' r - ' ,7i hv..' _ `i. $'.. ii. ..-[_ - ,-. f _ - i+L .. r , _ +i' I�,..,e .. ,�7.d a I - - '. r� Yr 9 t �. r• : 4 ,. R. w. �s- : _ .'. .. y ,. _ ___ �... .a � - i., ':,,,. d _'� - - _ .. s - h ;qr r r17�4, T ,�' , _ i' + �, a r+..AWIFF ,...: ,-., ,,r.. _ :+fir . - .KL. ,, , . .-' -'r ' . ,4.., 'r` y i-"Ik I'• _ ti �. ice, � I OIL- �' .�.. ,�tv, .L.. ay.' *.. •Y. wr•f r -�.. - - '4 -�„' # '�', .•► IF i. !ram _ '�# pp' .r a -Tw.,.•. . ., f -� , SV: -.,1 .�- . °' .•:rt ' , ... �•. , �^" .. +.. "'.:' `-lT _ ; «. °! _y fir. w r % 4 1 M �a� �' ,ya -T a _ :+ , ny , r.. _ .4 :'-- ! _ r A-. �,. l ?k , 5 }` , LE K j - s ' . .4 jj *. IV _ ., , - ' ''. rr, '�1 , 16 f ,i g . , If . mow ' b, . � _ , ! r ; s. '� ' . i . u i 1a, . . . M r 1 " " I'll I 01 . F . k a 0` , * `' - N - , - �L- � .4� . . I.:. . � - t It- 1'. � 7 #r T; r w a w ,x: v .. •:rr "'•`� L. .,r ,. ffi ,- r8'w; :F"im I. ,:. - aw . �s. v.��.. -! � - .Ill 44 y "�' , . r - _ �!� g lfi 4'� ` y. 7 ( 1r;x _ .. of r , �7!1 .°: 's.. r r_' i _ " 9.l` «M1 Is ( ram a., ,, .r. , . 5, k.ti• , ,+. r., „c,t mad .. � , >' ud' _ i --..�,.. ` .. .'S'n "..,� � ,, ,.,.. �. ., ,. ..: , .. � i`i. :du' «, + *w _ 'a a}-�: : -LI• �,p::. � �, �' � II+', ��_ r1a_ .,rl r s R 1. 111" 10 }} d .,. �. - da , .t ,f .. # - "t l { K , . ..atr-' i . «'w .: �4 r , i 4ML7i ., . ,.:. _" - .. ,_ : jam'• _ _ r ' .# :F q M' i _r a _ :.ra.L _ _ .r ,.. ° 'q4 ,eh . l+L * - • :P'. :_ .# - i T - _ _ a UP*t a y' '";l a N/ 1. �L -"tIL 1. _ 57 f° fr a , rq„�,.,, , • f iw' i + a ,. f. 4 r K _ r ' 11 , -41 gx .. i 5ke. �- _ ! i . �., _.'a`' a r. •_!" -`:; , : :: - . r - t"5�' r+ _ �A k.:. a :,+ <. ,p'` _ r G _ , 11�'wr4; r. 1. A i 1.4 . r- 7F. r _ _ V : if _,' o - .. : 'r9, .�. • _, to p: ,• , s C -.-:. :.. .. !y It , - t P *}:_ �S ,, } ll�- °.,. ."r`'. - - - p4.. it - 7�j,.�'a + -...s, 1 v :F ' " , s , , ' 'C • r ; - ;-Y . ' ,, 7j , r►, 'L. ' I �ti :F ,? . I , r P* '. _aC _ - y, -. , , *., - . ., , � ". 'L - E _. n ° ,_ I ' . ' - : ,. w!'CR , . , 'a it . . 1 _ *, r • �' - Jr, d•. ..-a,. ..m .; yf fi i ice,. '•t;;-,,:'='7F. - ,..�,. ,.JbI - � � I•, - • ' . y ,. e _ e R :F ,.eff :YP + _, �5 ,_ .'� _ a . 14 .:., , .•- 4 i S �'� � ,-"�..:r. _ � �'� it 11-. - - 1414 I 1 ,r z -.:� _' . - -, a .,a� r• ., _ .. ..., , � �, : h ,. .,. _ .. � f. +.y8... ^•L{:.+ ,r..:: � T - w I .� ..�.- ..yF. _"{' ,.rr �.J: ,,,x , '¢� .� " s. 1, . ,.- . ' : " .R. ri 9-', ..* '.•�.' T P r y - = r sp�� 4,� , - - ,:� . ...,: "'{.. # 6 ai cur . � r " _ _ •,r i.', ; • r , ', ail ` -+: }i : f� yr/ ° IN fir. .. ..: . k a i ► o` _. ' -:. , '1 I ice., .. diL`„ y. :,- as ,:.,.. Al''= i. i _ _ . - -. �. y _ :. - •any _�y _ 1 t 1.- - r I I 11 -: A , L. .8,.. ... 5. .-. .. . 9 =•F.. _ - , -. ,. .I -,.. c{l; .'IE4 I L ix ,, u,., =.5^!. _ ,,, .. :., •. , 1„ '4 +. : c' a ,: 4 L w" 'fit !' .._. { y4 .y { - ,..,: :, - , -T .: ,. zk... _,-. _ - %'R►- - .:.,. _ s. I.�.� 'G Imo!• ., ■: r # � �,ypp+� _, ram' 1 .� y� , ,. - 11. - "" ",, a tc 4.1 + .,'ll . r . , - t 11 . `, ,.' , '3 YT.. r + _ ..:' ° ,;!(P .R :.ate .,. _ ., y. k ' ` e :;° r*.. : ' . - ..4.,. ..'fir._'-° ate.. - - i P r k. �Al __ ___ I , ,1 ., , ,�y ': _ t 1i? q, y AP, . , r t ,.. w . ,,� i#i� �, . .. ,..11 .. -. .. ..:1� P ., , 1 ..:: t .:Y- ." A,... r� : d 'u :: n-•5., .: ,g R. Y.f,. p r! wcP ", - .., ,.r.:..,A ,}. s .a t a - -.. Via, .,. : 1 h. , °s#': Y IC N i •t- �yl� ,..,,. q�,« -. J5 'i:. _.,. ,:.' ,„g� ,.. 'yy .,11,. : 4 :.r 3irw, ,� : ITI a 1 r ,,!, F. : , , ,may/ ay1" , .. .. _ ': .._ ', .,�+ 77 a-.- .-.° - - -:' i - A.:. '. I } , A 11 s,.,,, . !' I lr -, - r' -fe , - § ^ - 111 - , , , , . I. r ass. :_ , f ' . , r �i1 � , C. ar A a4P E + r Y F y ya ,\ + 1F " � q, j �. �t -i . . _ "�_ t , {{ , 17 ' .: . X; sal. _ ''S h' w, , ,. ' £ 4 r� WiZ � y .- , , _ r x . Up Y� P r_ f. I t -, r . 1 - , , , :, . - _ I I.�. --,,-- ' 'T , r .a� -:, ! R __ '. y�'w ° e Via:%.4 - -I i ... I.. ' Jam" "'FI - _ , •r " E `4 ! , Al _ 7 f , d r i, _ . 41l .� ` , : .i . - ,':. T �. i a., _ 'err;: T �r. y I L f ! � � . 0. it r I- T ,, 4 - 1 - ,t _ - y.... :r :.r ...,. r':.SS. 'sue - ,p rJ, •'"�a r -. i . ` a ,�y �. 5�yy. gip; p ` r., a r-•- . rR" •!�, r ' '{f. @ : . _ - _ `,- L' .5•. .'' - _ - a - It r � r `' .. - -_- .? .3_ _ .- sa: .. , a.lfl. _. ,. ..: a.. �l' n - ,.. ,'YL- ,<:a- .:, _ , ;t1 _ _.:� 4t`. 6e, :..M. -+1, a _- _ - 5/ .-' •4 '+9wi a„ .. %L li e,��1Y ,irp .. .i�. �..iL_ _ r� 'r[> _ - ':-, �_�__dn�_t� kli� _;t� P3P.Aw .' ° ,i, _ i 'k WL ,,. ,� I. ai -y", , tw ., , E LaLllllll r ' 4 - . µ- + t {,�k." n ��,� , .. -i.p phi sr xv , _ - W, r - T4 e _ - � '. lw ^� . ; 4 i� -- ■.. ,, " yy,.y, �y i f •. 1' P y_ i , k- T ^yt', •. R °i y... r .. �* . � - ` �kkL � 1",� Yet #.: v a � h - � , �-. - ,%- . .- 4- _ t It ;�, ° ti 'rr :11^ r .. L " t . e. EIS'7 �1.a �y a ` 11 1 , �,,. r . , f # r p rl -MCMM - �J ti-am= memo r■ sip s m m n d # 4 M+ +LF , -,. w 1. 1 �', ;v�YA-p r 7r ��� f���.'T -. T . ,- : • -' 4 A.0 d- � 10,�-_� . , . A1I0.14,- 4�p(. ",5 � a �V:__ I - .,P4.0r1 jl� r#,,. . - 1 . ., g w 0 r i.' #,ti. y.' Y' w F r I J 1 Al `- ,. w P a , _r,t. 9-- ,1 T b - 4 _ '7. r -1pr, e; '�s=° }..'. r f tir Y jam!! .._ , - ' 4 , ,r G ? a r: 3r iq r .. '�, E�y1��� ; r. ,,��fr , `rR s 'a, ,.k -!, ,5 '• -.Y a.' « -' •-r ' 1',+ . . rw ijr' , .. rr 1 i, .. .rs - �. i nr . .-. :'_I Il�1`� -� + - . . ,...•t.s . .q _ r ,S...""tom' . r •, . ti a .. s rr. , _ • .y : r , YA4,. a , ",' ti , y yy ,F 1' t. _ r! s' is I - - _ .. 1r::. "� eG. d s 9ti& #' i it k S 1 , i . ''L lr •�. s -- 5 k+ P - L� _ - - `4 4 eS - - r , , a a - .. ? - . . ti r N . , �y p#, x . a. r' r z . ,.F_ ..y - ,... " t4 - ...jjj u' 4. r ...: ., .;.f' .. �; , blik:.. -3i'' - ..1 - .. :. - - ., - _ '•'` ,. ,ems' --'. - - `.�:. :'y., ° y.-T, : , - e. . � } „ .R �P ]L. ' fJ i' ., r :, . :. _. - r .�'l1 r ra F.+r r _. . - _. r _ ,. __ _ . - - , :• r, _ .'�,� �.ri.�r 4 L r C 4. t } .T , .!f .- - r... .. 7r �k .rt d �y:17 C : �.i�ll, a �/� .. - . J sy VlZ Y " f4 .. i+^ r • . _ 7' .. a- '�F " , II y tea,, ar.il - k� _. P §.11l. :� ..P... ,..,. T7; rrq� r N�f I � . r - ¢ r q . 49 r�= :' .- ,1' '. « .a .r d:-:..,! ,.:' I, . - '_ ,_7 !S- - sa 24f l i Lr«.'k"a,md. -!J �II4. - ., ° --. g1 , if L I �, .7 q. , �.. •. e+'.. a a ,. - �• -/ , .. -r, , �. - 4 .,•. I"FA , +ff• :t '' Sf ,,. .. 1l. .� , " I r • . :. 1 : ' - .w AI 1.1 ,�1 d , - k 11 � - 'ti �r I� �-' 4'/` _..I ,,.. ,i *r - .�„ 1 " t N` 9 - { .. I'7. f r,, • r - r w - _ _ - +` .��ql�'�,.`d II * : ,-. . , - } ip1,��, t , ®° r y. Cam. - e .. . - , Aw -_ :-'y "y',� "- - M - rl - _L_ � d. - 1 ' w • f 1 .' 1� , CA: .i si. "'! 0S i `fir' ,rL'�^. r.- + " ,�1�'-. % I ,p - � - , I .. _ . A.- ., a. .. f l �:... ,�� 16 -• - � _ °� �' i,.. a #F , 's � w P I .j1 t .. _ 8 'imw. #SE;k . - r i _ d _ .. - '4 9 i - - = mma 5, ` r -ter - �,r.�P,-_ F ado - . < >;' _ _ r ;;' +, R _ i -i i -- _- } I --- f �, �! - .._ - AWOL AW .. wm� - - - - I , L An _ ` i AllrA 1 +. 1. y... , ' � t , I \ 4 : { I I , R I r e I 4 # . 0Inz*]; j a I .1 . - . L I I. I � . II II y, , .. I Iwt %I ii1..,"'� �,.I .. . i �l\.. f`11� Ir,'� G.,i"­. /-I. f : 1 .. I -1"_�I #.I0 - A" k_. .,L,�/,. 7�i: k �+ r' I� � ,, � j " I.I .,. I� I�. ,, I 1,I "� � I�I II',L ,1 .�.. A - f. .1. '. /I'L !i1� ,I ,� .�, 1, t + d P. .1 U , fP, dk ii �}} 4 i .if �f 4'/I 0 '+ . i t, r I i ` �f w 1 a r . I I . If " ; , r ,: � . ': , 1 ar ti, 1 4,a + " !, _ /r.-� \ . -:t - .c - `�, , , 1 I r .- ,,- i _ h •" } 'g r :A A 0 A :1±1 A ILG A a 0 I 0 ILT1±1 I I 0 �` e-, - -t �_` I \L 1 t: 1. r .I�.1. ?! ° •a,L i `i k1i It i7} 1 1_11 `61} �, ■" W,. a �Irjfnflc Cncn .. .. IF fo •„,tee,. ��ti1'.'J r , "�, f � :` 'C `� . �.. ;• :.��., -r � �-r • R"y - �h ���. ` '�...' ``� � . � *v ..` r� r �'.e"' p r , r ♦ ar ' : .a. r . J; �- ! e �h __a. f .! � .. :. .. r'a'.Y - � ,` fn'!E' a - - @ { T ry. T' � .� •+`' r ti 3 ' , , .: - e l {y e - , -:.,5 .. �``n . - p.`r, I f'il r ,'1' +, i' • ¢'r ' - i, gyp, 1. - :,., : �.. ..... �• e T:., iv, i � a!F- ' ... � .: Y , . a�, e"`W �,«_ "++9 . _ _ J �� I '.nh �'A. �• a. _. ...+ t $ " � ,+� .'� ,, `r ;M: :+ `f'.` ' ,ti` . 1' _ + . , -. � •. � T ,. .. .. .. I .c•-- - , .... gY- i., y ,_ '� ...t f`: _ Via'' L , �1r, } �Ir . , , �e - _ T , + r. .. . , t �! 5` .. i d.ir " � i9. Yc'J�-.- { , s .r ` 4.�=. ',r.YY. .F r I ._ ,�. -. i ��•. , T y �' n - r. — �%, ' '•- : - `� �.- �' .� .f i M f � t , J. '! , '_ €!1r ram;. a r 1°.°,. - � 1� r - r_: -.� 1 .il`rr °[�.' x � r � - �+'�` � r •�•'' �i ,C' 4. ,iT a� _ - _ ?. pp.,. �- - - i ,T .. . - "dv •...- �a; , �, ..r... ;�. c. - `'rri4 ;i ' 4.'. �iF' M r , qW, _ -' - T `�p�'''.�•• ,_ -A :.. •"- .: '... _ - , -.'.' _ of :. _. ., ,.' , '� 7 rr ♦ 4 r } ° , , : , r „ r a - _, .-.:{. k. 't �:. rta- .::- -a . 1 ,': �- -... - r r ir.■ r •, M.i.' T ..1y +�! �- r. .� -. 'r y -a: ,,,v.-„•ls' .; ♦ - ° �a. t � � i 'T;n'�f w �.+' .r [ , "AL 1 ram, � �,. ' ��llirl� "". r �-�r:.. r7 , , i � � ;+._. � , .. • 3 [ . f F {a 'J° }'� T ,r° >r s s } `r ,. �� ". a ,`. "r' ''�S, s �� i �• � .. � f, f • , • M , _ - r , a : �,,, i� I �.,, ,° ,' . ' - . �.. ' 1 ar. I � r `� � ■ � - - it - I' fllra ,rf i - , ... :,° s �. _ , ,. ,� .� ., y � ,. z - e •• w ,r � i�j� � r�`� - � , - ,. :r,,•f - ::''!Z[ -,.: . _ +.'!... :.: 1. ,'fF i' :r: ..1, }:} x , I .. % rrp .� a ;,, � r � � LI>`. � - � � + � � � ~�' � __ -• -`P �, � f .. �--� 'Qil+ I a :4' � � � m � ' ` � � ■, i [cis - ,' � ! ,. r ' a,.F s,'d' �t a ;�:f. l e - �T _ � ■ 11 J :#l• 4. ' : > _. _ Ile - _ LC - - - -• 1 . , i r t r f I g I : yo yy lr - t. ' �.. / .�,., 'Gi',' ,.. % •- a f ,. S - } Trl 'i ,�.•l:++• _ ..y '9x;Y� r :i: I.'M� a .. r.: ,. _ , .r r 1 - "�_ .,� '+ 1� � m.[f•� � I - � �, . ' j �� a • ly ,+ � . � 1 .., , k' �- � �. � `- - T,lil Ii f v . r �1 r +s le��3 - r' : 1 ` r ,ti - - - —� w — tr -t�+ �'A,11,;: rr+ PAM Airo ```ii6���fff �E7<Fy��� . ,:- y� '• �1. 4 j°' ,4i T4. .. • •-"i' '^'ram: - — -!J �,�.. .I' R a a ti .{ ca go "WA ,. .. ... I - ,.. r y s . ; ... , �. ,I f + ''+ � . 1,p1 `Sai r . i' �-T.'•- «[� Jr'�` ltitf'. Y'4"1 !irr . 2n ... 4�1 -� .. ' ' f I, 'y.' :: �'.. ,, I �,• �. , ,. ,. , rj 5' r S'44.:.'.... ..[.... 3 i ��g', 7�Yn '• "fir 1F[.. } s .t.,[ r� . ;i �:�f. I 7 r • t,+r•;1. !- '�T: ,` 9 _ ]n .:.. ..: ., -r, - s,.-.., .k. u,: { [. :fir r:. �L • r1f,.:. r, . .r°.: ice' x,h.,#, ..- r +1:.. t = _. ; :. � . a ,, , .., h a..,f_ , �. .. , , <, x. t.. . { ,• L. , F i'r rr }} py y i p _ t[.. "'�-:. °.....,n.F. l_ • ..`.'''-r'1., r� ,• r',:..t �"`j�.r+ a a. -'r�r . , r.rz-tr artk • .a ,r 1�' p• •`� It° ptp,,''.-!���: dJ ..l• Ky f f }� .� "li. j(t• ;34. �fy�A � � '�y f'' _- ,.. r r��. ! „ � � "�" �p6•�,'4. { R - `l, . ,,C, .. f i Ti •.T ;.. ��i J,,-��'.: ,� f�,. 1'�' .Jw V47 ,r'� i:. . ' , :,. f�`l{., S �,,• ' , .py ... � " +'(: I 'k rr":: ail:';,. °P; 'li. . �$ 1 A`4r ��•� �i�lt y��'.9� AR r_ _ � ✓ �� -� � _ 1. _ ir' .�v- y.�+-.. - ,t -._.. _ _ , _ _ ,,-�' � :.� isa'Fd4id.� •cry _ ,,p. 'a- ;i•.*- ' `rF.:''�"d." y.. .,•, I -ql•s ".! .' >�ti f• � r f_ ��. y �., R;�,4- �, " ri°- .•� v� � '� T*.:�, 'M� � .y.,• f,.' .+�•,� •ftr '�: ., of�� . 1-ww ° , y I yet j or Jr *, • " / �`•�' �#►' 1. t Ifs q:.. <..�. o ±.s ,� _ a:7.� rr'�^ � r • r y�� 5 ,f , r ,r `t' Y-- • �" i •ry..1 _ !4 1 - � � ' * � ' �, [ � _ [ f . e � aim ` 1p a , rT _ �� • + .all : f i rL a[ +IA al m - i Rim sly ip Rim '- ' ■ _ r.- � - i lqmrr- - 61101161k0 s '� �I kK ��'':�'v}r'I� P•,�rq,s y..r��F:r �+'`�, r Lp110.1 '�1i yyFi�P4 j'� .. - , .r .. _ ' •"�'E' :l e��'�k;�;`rMt4'�.:'a��t��,,d$P��� sr'L*k+.��jpSl�' f r�,d%�y �:�� fir" 5+Rr . r�1��;k}r, sr'• :xr,���^�.,�'...r•' � � ,.. ',:.� � ,, � <,lial `�9r �,,*I�r'� � �'�ia''�I . f, e i Jk d '1 - ... !. i 'r f411 �`^' � s�i ''ti +'I�fsi.r��}'4. , �3•r l� °�s 4�„�4P�1��� , { {':���'��. ,: N; �,��. r ]rm 's . Y'.� '{`'�.'P•�c 4rw4� }} ti+.d.1'' {: r��' - r. 3 A+ L is J .- 'fir . �,- # �•} .' a� i0. a y P t. •d y, .,��i y Y R - ik '�■f +y,�„ r_ �+ off'_ t. '# N 6 T '9{ _ - d , � ,yam '.���`_` •� + � _ .� 4` � s. �� , :�.R- �` Al qk* A,11y •t ' h ff '-rFl w , x - •{ T A Y .a t E�G, . rl?3-j/ ��� "q.:.. -, b.. k f,r- 1 ��-g=•y. a��R., _., ` s ,�� [:llMgf $Jj .. f: � �.: `, f � • ��Y� AV,F No MR PI Y �n� [ - .ate•" ,r_ � � s WALOA rkskaj a Ll lely1±1 I to +�1 t r as k p < .', _ I r •I• 9 RID SCHFDl1LF Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. MOBILIZATION/DEMOBILIZATION, BONDS AND INSURANCE, PROJECT PHASING, UTILITY 1. COORDINATIONAND 1 LS $ 300,798.75 $ 300,798.75 PROTECTIONS (10% OF PROJECT TOTAL) 2 MISC SWPPP WORK 1 LS $ 15,000 $ 15,000 3 TRAFFIC CONTROL 1 LS $ 15,000 $ 15,000 4 CONSTRUCTION FENCING 1,400 LF $ 12 $ 16,800 CLEARING GRUBBING & 5. REMOVALS 51,313 SF $ 2 $ 102,626 6 REMOVAL OF EXISTING TREES 44 EA $ 3,000 $ 132,000 7. DEMOLITION OPERATIONS 1 LS $ 369,000 $ 369,000 8 MISC. SITE REMEDIATION 1 ALLOWANCE $10,000 $10,000 9 EARTHWORK -IMPORTED FILL 87 CY $ 100 $ 8,700 EARTHWORK -UNCLASSIFIED 10. EXCAVATION 3,104 CY $ 100 $ 310,400 CLASSROOM AND RESTROOM 11. RENOVATION (INCLUDES 1 LS $ 300,000 $ 300,000 DEMOLITION) ASBESTOS ABATEMENT & 12 REMOVAL AND LEAD -BASED 1 LS $ 30,000 $ 30,000 PAINT REMOVAL REPLACE EXISTING WATER LINE 13. TO BUILDING 300 LF $ 150 $ 45,000 REPLACE EXISTING GAS LINE 14. TO BUILDING 300 LF $ 150 $ 45,000 15. NEW POLE LIGHTING 21 EA $ 18,000 $ 378,000 16. TRASH ENCLOSURE LIGHTING 1 LS $ 5,000 $ 5,000 17 CONDUIT AND WIRING 1 LS $ 50,000 $ 50,000 NEW PEDESTAL MOUNTED 18. METERED PANEL 1 LS $ 30,000 $ 30,000 19 EV CONDUIT & ELECTRICAL 1 LS $ 10,000 $ 10,000 EV CHARGER INSTALLATION 20 (OWNER FURNISHED, 1 LS $ 20,000 $ 20,000 CONTRACTOR INSTALLED) EV CONDUIT (TO 25% OF 21 PARKING SPACES FOR FUTURE 1 LS $ 20,000 $ 20,000 USE) 12" X 12" PRECAST CONCRETE 22. GRATED CATCH BASIN 6 EA $ 3,000 $ 18,000 18" X 18" PRECAST CONCRETE 23. GRATED CATCH BASIN 1 EA $ 5,000 $ 5,000 36" X 24" PRECAST CONCRETE 24. GRATED CATCH BASIN 2 EA $ 10,000 $ 20,000 6" PERFORATED PVC 25. UNDERDRAIN 470 LF $ 100 $ 47,000 26 UNDERDRAIN CLEANOUT 11 EA $ 2,000 $ 22,000 27 CONCRETE COLLAR 1 EA $ 10,000 $ 10,000 8" DUAL WALL HDPE PIPE 28. STORM DRAIN 519 LF $ 100 $ 51,900 10" DUAL WALL HDPE PIPE 29• STORM DRAIN 84 LF $ 120 $ 10,080 30. 18" RCP STORM DRAIN 8 LF $ 1,000 $ 8,000 BARK MULCH (2" DEPTH- 31. BIORETENTION BASIN ONLY) 2,345 SF $ 2 $ 4,690 32 BIORETENTION SOIL MEDIA 261 CY $ 120 $ 31,320 33. NO. 8 DRAINAGE STONE 15 CY $ 100 $ 1,500 34. NO. 57 DRAINAGE STONE 351 CY $ 100 $ 35,100 NON -WOVEN 180N GEOTEXTILE 35. (MIRAFI) (BIORETENTION & 9,476 SF $ 1 $ 9,476 PERVIOUS PAVEMENT) CRUSHED MISCELLANEOUS 36. BASE (CMB) 233 CY $ 70 $ 16,310 ENHANCED CONCRETE PAVING 37• (BLDG ENTRY & LYONS ENTRY) 676 SF $ 30 $ 20,280 PLACEMENT OF ASPHALT 38. CONCRETE PAVING 183 TON $ 300 $ 54,900 7" THICK REINFORCED CONCRETE PAVEMENT (AVE 39. ROTELLA PULL-OUT AND TRASH 2,060 SF $ 35 $ 72,100 ENCLOSURE APRON) PARKING LOT - 8" THICK 40. PERVIOUS CONCRETE 2,400 SF $ 40 $ 96,000 PAVEMENT 41. PARKING LOT STRIPING 1,210 LF $ 10 $ 12,100 42 PARKING LOT MARKING 13 EA $ 500 $ 6,500 43. WHEEL STOP 4 EA $ 1,000 $ 4,000 44. CONCRETE CURB - 0" 126 LF $ 30 $ 3,780 45. CONCRETE CURB (TYPE Al-6) 370 LF $ 40 $ 14,800 46. CONCRETE CURB (TYPE Al-8) 51 LF $ 50 $ 2,550 CONCRETE CURB & GUTTER 47. (TYPE A2-8) 36 LF $ 80 $ 2,880 48 RETAINING CURB 25 LF $ 60 $ 1 ,500 49 ROLLED CURB 87 LF $ 60 $ 5,220 50. 6" THICK PCC DRIVEWAY 310 SF $ 30 $ 9,300 51. PCC SIDEWALK 23,289 SF $ 25 $ 582,225 52 CONCRETE STEPS & HANDRAIL 1 LS $ 20,000 $ 20,000 53. PCC HANDICAP ACCESS RAMP 587 SF $ 50 $ 29,350 54. DETECTABLE WARNING STRIP 125 SF $ 50 $ 6,250 PARKING SIGN (TOW AWAY, NO 55. PARKING, ADA SIGNAGE) 3 EA $ 1,000 $ 3,000 REINSTALL BUS STOP SHELTER AND APPURTENANCES, 56. RECONSTRUCT BLOCK SLOUGH 1 LS $ 30,000 $ 30,000 WALL THICKENED EDGE (SIDEWALK 57 AT PARKING LOT PLANTER AND 49 LF $ 50 $ 2,450 LYONS ENTRY) CONCRETE HEADER (AT PLAY 58. AREA/TURF) 470 LF $ 30 $ 14,100 WOOD BRIDGE OVER BIO 59. SWALE 1 LS $ 20,000 $ 20,000 60. LODGEPOLE 3-RAIL FENCE 310 LF $ 100 $ 31,000 LOW BLOCK WALL (36" HEIGHT 61. MAX, SLUMPSTONE) 124 LF $ 100 $ 12,400 62 SEAT WALL (SLUMPSTONE) 41 LF $ 300 $ 12,300 63. STONE -VENEER WALL 60 LF $ 300 $ 18,000 64. NEW SLUMPSTONE PILASTERS 2 EA $ 8,000 $ 16,000 STONE PILASTER FOR 65. DEDICATION PLAQUE 1 EA $ 10,000 $ 10,000 CONCRETE PAD FOR PUBLIC 66. ART SCULPTURE 64 SF $ 50 $ 3,200 EXISTING BASKETBALL COURT 67• RE -STRIPING & RE -SURFACING 4,300 SF $ 10 $ 43,000 68 BENCHES 9 EA $ 2,000 $ 18,000 69 TRASH RECEPTACLES 4 EA $ 2,000 $ 8,000 70 RECYCLING RECEPTACLE 1 EA $ 3,000 $ 3,000 71 BIKE RACKS 1 EA $ 3,000 $ 3,000 72 ACCESSIBLE PICNIC TABLES 5 EA $ 3,000 $ 15,000 73 BBQ UNITS 4 EA $ 2,000 $ 8,000 74 TABLE TENNIS 1 EA $ 15,000 $ 15,000 75 CHESS TABLE 2 EA $ 8,000 $ 16,000 76 BAG TOSS BOARDS 1 EA $ 5,000 $ 5,000 77 TRASH ENCLOSURE 1 LS $ 50,000 $ 50,000 OVERHEAD STRUCTURE (AT 78• PICNIC AREA) 412 SF $ 90 $ 37,080 79 LANDSCAPE BOULDERS 90 TON $ 150 $ 13,500 80 NEW PARK MONUMENT SIGN 1 EA $ 20,000 $ 20,000 CAPPED SLEEVES FOR 81. PICKLEBALL NET 2 EA $ 1 ,000 $ 2,000 FITNESS EQUIPMENT: 2- PERSON WHEELCHAIR 82. ACCESSIBLE CHEST PRESS & 1 LS $ 15,000 $ 15,000 CARDIO STEPPER BASKETBALL COURT SYSTEM 83 (HOOP, NET, POST, 2 EA $ 10,000 $ 20,000 BACKBOARD) 84 MULTI -USE SPORTS COURT 1 EA $ 70,000 $ 70,000 CONCRETE (REINFORCED) 85 PAVING WITH SURFACING & 1,465 SF $ 40 $ 58,600 STRIPING LITTLE TIKES NU -EDGE ADA X- 86• TOWER 1 EA $ 130,000 $ 130,000 LITTLE TIKES REVOLUTION 87• INCLUSIVE SPINNER 1 EA $ 15,000 $ 15,000 88 LITTLE TIKES FREESTYLER 1 EA $ 15,000 $ 15,000 89 LITTLE TIKES TEAM TOTTER 1 EA $ 20,000 $ 20,000 90 KOMPAN SUPERNOVA 1 EA $ 22,000 $ 22,000 LITTLE TIKES CUSTOM NU -EDGE 91• PLAY STRUCTURES 1 LS $ 50,000 $ 50,000 LITTLE TIKES CUSTOM SWING 92• SET 1 LS $ 30,000 $ 30,000 93 FAUX ROCK CLIMBING WALL 1 LS $ 150,000 $ 150,000 FAUX ROCK CLIMBING WALL - 94 12" THICK, REINFORCED 415 SF $ 50 $ 20,750 CONCRETE FOUNDATION 95 SYNTHETIC TURF SLIDE HILL 982 SF $ 35 $ 34,370 POURED -IN -PLACE 96. PLAY/SAFETY SURFACING 8,645 SF $ 35 $ 302,575 PRE-ENGINEERED FABRIC 97. TENSIONED STRUCTURES 1 LS $ 500,000 $ 500,000 CONNECT & ENSURE 98 OPERATION OF EXISTING FIELD 1 LS $ 15,000 $ 15,000 IRRIGATION NEW WALL -MOUNT 99• CONTROLLER & ENCLOSURE 1 EA $ 15,000 $ 15,000 BACKFLOW PREVENTER AND 100. ENCLOSURE 1 EA $ 25,000 $ 25,000 101. BOOSTER PUMP 1 LS $ 40,000 $ 40,000 102. CONTROLLER WIRE 12,277 LF $ 2 $ 24,554 103. 2" REMOTE CONTROL VALVE 1 EA $ 2,000 $ 2,000 104. 1 1/2" REMOTE CONTROL VALVE 9 EA $ 1,500 $ 13,500 105. 1 1/4" REMOTE CONTROL VALVE 11 EA $ 1,200 $ 13,200 106. 1" REMOTE CONTROL VALVE 3 EA $ 500 $ 1,500 107. MASTER VALVE 1 EA $ 3,000 $ 3,000 108. FLOW SENSOR 1 EA $ 2,000 $ 2,000 109. GATE VALVE 5 EA $ 2,000 $ 10,000 110. QUICK COUPLER 10 EA $ 500 $ 5,000 111. FLUSH VALVE 62 EA $ 100 $ 6,200 112. PULL BOX 4 EA $ 100 $ 400 3" MAINLINE & LATERAL LINE 113. (CLASS 315) 951 LF $ 20 $ 19,020 2 1/2" LATERAL LINE (SCH 40 114. PVC) 20 LF $ 20 $ 400 115. 2" LATERAL LINE (SCH 40 PVC) 309 LF $ 15 $ 4,635 1 1/2" LATERAL LINE (SCH 40 116. PVC) 334 LF $ 15 $ 5,010 1 1/4" LATERAL LINE (SCH 40 117. PVC) 465 LF $ 12 $ 5,580 118. 1" LATERAL LINE (SCH 40 PVC) 739 LF $ 10 $ 7,390 119. 3/4" LATERAL LINE (SCH 40 PVC) 9,031 LF $ 8 $ 72,248 120. CLASS 315 PIPE/WIRE SLEEVE 645 LF $ 20 $ 12,900 121. ROTORS ON POP-UP BODIES 52 EA $ 100 $ 5,200 122 POP-UP SPRAY HEADS 56 EA $ 100 $ 5,600 ROOT WATERING SYSTEMS - 123 NEW TREES IN TURF 10 EA $ 200 $ 2,000 TREE BUBBLERS - EXISTING 124. TREES & NEW TREES IN 166 EA $ 50 $ 8,300 PLANTING AREAS 125. SHRUB BUBBLERS 626 EA $ 30 $ 18,780 126 ROOT BARRIER 390 LF $ 20 $ 7,800 PLANTING AREA SOIL 127. PREPARATION & AMENDMENTS 41,218 SF $ 1 $ 41,218 128 SHRUBS 1 GALLON 1,333 EA $ 10 $ 13,330 129 SHRUBS 5 GALLON 224 EA $ 30 $ 6,720 130. TREES/SHRUBS 15 GALLON 14 EA $ 50 $ 700 131. 24" BOX TREES 52 EA $ 1,000 $ 52,000 132. 36" BOX TREES 10 EA $ 1,500 $ 15,000 133. NEW TURF (HYDROSEEDED) 10,095 SF $ 2 $ 20,190 134. PLANTING AREA FINE GRADING 51,313 SF $ 1 $ 51,313 135. 3" ORGANIC MULCH 382 CY $ 50 $ 19,100 PROTECTION OF EXISTING 136. TREES TO REMAIN (INCLUDING 22 EA $ 200 $ 4,400 WATERING) 90 DAY PLANT ESTABLISHMENT 137. AND MAINTENANCE PERIOD 51,313 SF $ 0.25 $ 12,828.25 TOTAL BASE BID AMOUNT: $ 5, 917, 777 TOTAL BASE BID AMOUNT IN WORDS: Five Million Nine Hundred Seventeen Thousand Seven Hundred Seventy -Seven 00/100 BIDDER'S INFORMATION AND CERTIFICATION Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Golden Sun Enterprise, Inc. Business Address: 6732 White Oak Ave., Van Nuys, CA 91406 Telephone No (310) 363-1015 State CONTRACTOR's License No. & Class: 1052941- A, B, C10, C20 & C36 DIR No.: PW-LR-1000569894 Original Date: 02/25/2020 Expiration Date: 06/30/2026 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Mohammad Elikaee- President The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 07 day of June 20 24 . BIDDER: Signature Mohammad Elikaee- President Name and Title of Signatory Golden Sun Enterprise, Inc. Legal Name of Bidder 6732 White Oak Ave., Van Nuys, CA 91406 Add ress (310) 363-1015 83-1895596 Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California 1. Submitted by: Golden Sun Enterprise, Inc. Telephone: (310) 363-1015 Principal Office Address: 6732 White Oak Ave., Van Nuys, CA 91406 2. Type of Firm: ❑ C Corporation S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 08/22/2018 State of Incorporation: California President's Name: Mohammad Elikaee Vice -President's Name: Sara J. Jafari Secretary or Clerk's Name: Mohammad Elikaee Treasurer's Name: Mohammad Elikaee 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. 5. BIDDER'S QUESTIONNAIRE (cont'd) Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Name of person holding CONTRACTOR's license: Mohammad Elikaee A, C 10 04/30/2025 License number: 1052941 Class: C20 & C36 Expiration Date: D.I.R. Registration # PW-LR-1000569894 CONTRACTOR's Representative: Mohammad Elikaee Title: President Alternate Sara J. Jafari Title: V.P. 6. List the major construction projects your organization has in progress as of this date: A. Owner: Please see attached. Project Location: Type of Project: B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: 6 PROJECTS LIST Project Name: Lamanda Park Library Pocket Park Project Type: Government Location: 140 South Altadena Drive, Pasadena, CA 91107 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: Playground Renovation & Site Works Date of Completion: 10/07/2022 Project Name: Central Park Dog Park Project Type: Government Location: 11200 Base Line Rd., Rancho Cucamonga, CA 91701 Owner: City of Rancho Cucamonga Architect or Engineer: CWDG Construction Manager: Michael Parmer Construction Manager Contact (Name and Current Phone #): (909) 774 —2006, Michael. Parmer@cityofrc.us Description of Project, Scope of Work Performed: 4.7 Acre Dog Park Ground -up Date of Completion: 12/30/2023 Project Name: Greenhouse Projects at S El Monte HS and Arroyo HS Project Type: Government Location: 1001 Durfee Ave., S El Monte, CA 91733 Owner: South El Monte Union High School District Architect or Engineer: CSDA Design Group Construction Manager: Lena Luna Construction Manager Contact (Name and Current Phone #): (626) 444-9005, Lena.luna@emuhsd.org Description of Project, Scope of Work Performed: Building 2 Greenhouse Structures with Equipment Date of Completion: 01/30/2024 Project Name: Victory Park Restroom Replacement Project Type: Government Location: 2575 Paloma Street, Pasadena, CA 91107 Owner: City of Pasadena Architect or Engineer: Onyx Construction Manager: Tiffiny Chen Construction Manager Contact (Name and Current Phone #): (626) 744 —6771, ttran@cityofpasadena.net Description of Project, Scope of Work Performed: Building Park Restroom, Office and Storage Date of Completion: 01/27/2021 Project Name: Jefferson School Pickleball Courts Project Project Type: Government Location: 1500 E Villa St., Pasadena, CA 91106 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: 2 Pickleball Courts Construction Date of Completion: 09/30/2023 pg. 1 6 PROJECTS LIST Project Name: Brenner Park Renovation Project Type: Government Location: 235 Barthe Dr., Pasadena, CA 91103 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: Tennis, Basketball and Baseball Field Renovation Date of Completion: 12/30/2023 Project Name: Palm Crest Site Utilities Improvement Project Type: Public Education Location: 5025 Palm Drive, La Canada, CA 91011 Owner: La Canada Unified School District Architect or Engineer: LPA Construction Manager: Frank Navaro Construction Manager Contact (Name and Current Phone #): (562) 980-2515, Fnavarro@linikcorp.com Description of Project, Scope of Work Performed: Underground Utilities Replacement Date of Completion: 07/31/2020 Project Name: Fencing & Wayfinding at LCHS Project Type: Public Education Location: 4463 Oak Grove Dr., La Canada, CA 91011 Owner: La Canada Unified School District Architect or Engineer: A4E Construction Manager: Frank Navaro Construction Manager Contact (Name and Current Phone #): (562) 980-2515, Fnavarro@linikcorp.com Description of Project, Scope of Work Performed: Fencing, Ramp, Stairs, and Paving Date of Completion: 11 /01 /2020 Project Name: Portable Removal PI1-7 Sites Project Type: Public Education Location: 39139 10th Street East Palmdale, CA 93550 Owner: Palmdale School District Architect or Engineer: N/A Construction Manager: Tom Brown Construction Manager Contact (Name and Current Phone #): (661) 373-4312, tbrown@hple.co Description of Project, Scope of Work Performed: Classroom Removal Date of Completion: 07/31/2020 Other Projects: Palmdale Unified School District- Joshua Hills ES Future Learning Spaces- Completed in 2018. Palmdale Unified School District- Sage Academy Kitchen Remodel- Completed in 2018. pg. 2 6 PROJECTS LIST Palmdale Unified School District- Sage Academy Emergency Kitchen Restoration- Completed in 2018. Glendale Unified School District- Window Replacement at Franklin ES- Completed in 2018. Glendale Unified School District- Play Area Improvements at Muir ES- Completed in 2018. Glendale Unified School District- LED Lighting Upgrade at Various School Sites- Completed in 2018. City of Alhambra- Stoneman Avenue Parking Lot Pavement Rehabilitation and Lid Improvements - Completed in 2018. Glendale Unified School District- Cafe Wall & Window Repair - Verdugo Woodlands ES- Completed in 2019. City of Pasadena- Installation of Restroom Building at Desiderio Park- Completed in 2020. City of Santa Clarita- Mountain View Park Play Area Phase II- Completed in 2021. Los Angeles Community Development Authority- Ocean Park Unit Flooring Replacement- Completed in 2021. State of California- Department of General Services- Exposition Park Parking Gates and Kiosks - Completed in 2021. Palmdale Water District — Conservation Garden Phase 1- Completed in 2022. Azusa Unified School District- Underground Utility Replacement - In Progress. City of Industry- Fire Damage Repair of EV and Solar Energy System at Metrolink Station- In Progress. pg. 3 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. Golden Sun Enterprise, Inc. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968— p. 3065). CERTIFICATIONS AND RESTRICTIONS ON LOBBYING Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Mohammad Elikaee- President hereby certify on behalf of (Name and title of official) Golden Sun Enterprise, Inc. that: (Name of Proposer/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. • If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. • The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Proposer/Company Name Golden Sun Enterprise, Inc. Type or print name Mohammad Elikaee- President Signature of authorized representative 1,4Pt AAA1 Date os o72024 SEE ATTA Signature of notary and SEAL NOTARY CER I'CATIL California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California s.s County of Los Angeles On_j(irv- -] "' r 202(/ before me, John Henry Matthews, NOTARY PUBLIC, personally appeared N6rj ►m�j Ct;ko,ee who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws :� JOHN HENRY MATTHEWS of the State of California that the foregoing paragraph is _ =-- Notary _� _.-. ' ry Public - Cali ornia z Los Angeles County true an orrect. _ 4- ry > Commission = 2376738 My Comm. Expires Sep 27, 2025 IT S my hand and official seal. Signature f otary Public Seal ---------------------------------------------------------OPTIONAL INFORMATION ------------------------------- —----------- ------- Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a Cer*jq-i kj, document titled/for the purpose of c o S N 17 S�v,G� 1 uv,.S o ►1 ►�� Containing pages, and dated DESIGNATION OF SUBCONTRACTORS Bid # PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Cybertech Construction Company, Inc. 1000030859 200K Location and Place of Business 6732 White Oak Ave., Van Nuys, CA 91406 Bid Schedule Item No's: Description of Work 44-53 Concrete Works License No. Exp. Date: / / Phone ( ) 921223 08/31/2024 (818) 330-3379 Subcontractor DIR Registration No.* Dollar Value of Work Delta 4 Environmental, Inc. PW-LR-1000707164 15K Location and Place of Business 11823 Slauson Ave., Unit 22, Santa Fe Springs, CA 90670 Bid Schedule Item No's: Description of Work 12 Abatement License No. Exp. Date: / / Phone ( ) 1070662 11/30/2024 (562) 484-0009 Subcontractor DIR Registration No.* Dollar Value of Work Robertson Industries, Inc. 1000002700 200K Location and Place of Business 2140 E. Cedar St., Tempe, AZ 85281 Bid Schedule Item No's: Description of Work 96 Safety Surfacing License No. Exp. Date: / / Phone ( ) 667261 03/31/2025 (800) 858-0519 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work California Surfacing PW-LR-1000410300 20K Location and Place of Business 1461 Northridge Dr., Prescott, AZ 86301 Bid Schedule Item No's: Description of Work 67 Playgrounnd Surfacing License No. Exp. Date: / / Phone ( ) 404352 05/31/2025 (909) 621-2195 Subcontractor DIR Registration No.* Dollar Value of Work Siteone Landscape Supply, LLC 1000017523 50K Location and Place of Business 300 Colonial Center PKWY, STE 600, Rosewell, GA 30076 Bid Schedule Item No's: Description of Work 99-126 Landscape Supply License No. Exp. Date: / / Phone( ) 995244 07/31 /2024 (661) 775-0930 Subcontractor DIR Registration No.* Dollar Value of Work Shade Structures, Inc. 1000003533 200K Location and Place of Business P.O. Box 3467, Coppell, TX 75019 Bid Schedule Item No's: Description of Work 97 Shade Structure Fabrication License No. Exp. Date: / / Phone ( ) 989458 12/31/2025 (214) 905-9500 NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DESIGNATION OF SUBCONTRACTORS Bid # PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor PSI DIR Registration No.* 1000023617 Dollar Value of Work 50K Location and Place of Business 1747 Colgate Dr., Thousand Oaks, CA 91360 Bid Schedule Item No's: 88-92 Description of Work Playgrounnd Installation License No. 522475 Exp. Date: / / 01 /31 /2026 Phone ( ) (818) 618-2333 Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No, Exp. Date: / / Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Cybertech Construction This bidder Golden Sun Enterprise, Inc. , proposed subcontractor Company, Inc. , hereby certifies that it has , has not X participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not X filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: Golden Sun Enterprise, Inc. By: Mohammad Elikaee Title: President Date: 06/07/2024 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DOCUMENT CHECKLIST Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) &� Proposal Form U( Notice to Bidders Regarding Contractual Requirements Bid Schedule Bidder's Information and Certification Bidder's Questionnaire Certification of Non -Segregated Facilities Designation of Subcontractors References G� Equal Employment Opportunity Certification Iran Contracting Act Certification G� Government -Wide Debarment and Suspension (Nonprocurement) Certifications and Restrictions on Lobbying Non -Collusion Affidavit All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: Proposal Guarantee Bond/Bidder's Bond (Notarized) The following documents must be provided at time of bid or no later than 48 hours after bid closing: ❑ EEO Certs of subcontractors over $10,000 The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Katie Knybel ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement BIDDER'S BOND Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: 10% Bid Amount dollars ($ 10% Bid Amount), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Old Orchard Park Phase I Construction Bid No. PPOS-23-24-P2020 Project No. P2020 Bidder's Signature Golden Sun Enterprise, Inc. CONTRACTOR/BIDDER 6732 White Oak Ave. Address Van Nuys, CA 91406 City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. PROPOSAL GUARANTEE BID BOND Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Golden Sun Enterprise, Inc. , as BIDDER, and Harco National Insurance Company as SURETY, are held and firmly bound unto the ten percent of City of Santa Clarita, as CITY, in the penal sum of bid amount (1o%)dollars ($10% of bid amount), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 28th Day of May 20 24 . CONTRACTOR: 006m � '5/4m m- ov."S0 1- Name and Title of Signatory re Golden Sun Enterprise, Inc. _ Legal Name of Bidder ' 6732 White Oak Ave, Van Nuys, CA 91406 Bidder Address (818) 727-1082 83-1895596 Telephone Number Federal Tax I.D. No. SURETY*: Harco National Insurance Company Name a Allis n Ocampo, Attorney -In -Fact (714) 602-9170, scot.drake@iatinsurance.com Phone Number and Email 4200 Six Forks Road, Suite 1400, Raleigh, NC 27609 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Surety signatures must be notarized prior to submittal. Authorized KIPS Insurance Services, Inc./Michael R. Strahan Representative: Name 555 West Beech St. Ste. 503, San Diego, CA 92101 Address (858) 538-8822, mstrahan@kpsbond.com Phone Number and Email N° 6046 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority Tms Is zo CEmr4x, That, pursuant to the Insurance Code of the State of California, Harco National Insurance Company Of Rolling Meadows, Illinois , organized under the laws of Illinois , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance; Fire, Marina, Surety, Plate Glass, Liability, Workers` Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insuranwe Laws of the State of California. Tms CERnncATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN Wrm-Ess WHEREOF, effective as of the—_31st -_...day A Of. December A 19 1 , I have hereunto set my hand and caused my official seal to be affixed this___3rd_..__ day of January .19 95_ By NOTlIs - • Qualification with the Secretary of State must be accomplished as requires promptly after issuance of this Certificate of Authority. Failure to do so %viU be a violation of Ins. Code Sec. 701 and will be grounds for revo}dng this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CB-0 POWER OF ATTORNEY Bond# BBSU HARCO NATIONAL INSURANCE COMPANY STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook SEAL 1904 4' f E a� Kenneth Chapman Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint ALLISON OCAMPO, MICHAEL R. STRAHAN San Diego, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 F.,eft: z I SEAL Oo 0 On this 31 st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. """•• IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ••,o�GQtHY CRG'%,��. ��ss,oN�•1 New Jersey the day and year first above written. : U� fq'• U NOTARY :r �•� rn A. .•� PUB IC C1gV � , �'•• 0,,6 101� ••� Fop NEW ��,Cathy Cruz a Notary Public of New Jersey � My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, May 28. 2024 A00869 Irene Martins, Assistant Secretary ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Sall Diego County of ) On 5/28/2024 before me, E.B. Strahan, Notary Public personally appeared Allison Ocampo who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature VS�(Seal) y E. B. STW1AN 4 ti J Notary Public California San Diego County ` Commission ; 2406282 Comm. Expires Jun 25. 2026 r �sw� BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) Bid # PPOS-23-24-P2020M Materials Testing for Old Orchard Park City Project No. P2020 City of Santa Clarita, California This Cerfitication relates to the implementation of the Buy America Preference (BAP) imposed by the Build America, Buy America Act (BABA) enacted through the Infrastructure Investment and Jobs Act (IIJA), signed into law on November 15, 2021. The Final Rule and statutory requirements can be found at 2 CFR 184 and 200. BAP applies to all projects which use CDBG or HOME funds; however, a general waiver is in place until November 23, 2027 which exempts projects with a total cost (from all sources) of under $250,000, or projects in which non -domestically produced materials comprise no more than 5% of the total cost of covered materials used in a project (not to exceed $1 million). BAP applies to all Community Development Block Grant (CDBG) funds obligated by the United State Department of Housing and Uban Development (HUD) to the City of Santa Clarita, on or after November 15, 2022 when they are used in public infrastructure projects (2 CFR 184.3). The bidder must certify to the following statements. 1. Compliance with BABA: The bidder complies with all applicable provisions of the BABA Act, as outlined in the IIJA, ensuring that all iron, steel, manufactured products, and construction materials used in the project are produced in the United States unless an appropriate waiver has been granted. 2. Produced in the United States: a. Iron and Steel: All iron and steel products used in the project are melted and poured in the United States. b. Manufactured Products: All manufactued products used in the projct are produced in the United States, with more than 55% of the total cost of components manufactured domestically. c. Construction Materials: All construction materials are manufactured in the United States, in accordance with BABA requirements. 3. Waivers: If any materials or products used in the project are not produced in the United States, the bidder has secured appropriate waivers from the relevant authorities and will provide documentation of these waivers in the contract package. 4. Documentation and Verification: The bidder maintains detailed documentation and records verifying compliance with BABA requirements and is prepared to provide such documenation upon request by the CDBG progam administratrs or any other authorized representative. Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661 as summarized above. Bidder's Name: Golden Sun Enterprise, Inc. Authorized Representative's Name: Mohammad E)likaee Authorized Representative's Title: President Authorized Representative's Signature: Date: 06/07/2024 HUD Section 3 Policies and Procedures Recipient must complete form and submit to Project Manager. (page 1 of 2) City of Santa Clarita Community Preservation Division SECTION 3 COMPLIANCE CERTIFICATION PURPOSE, AUTHORITY AND RESPONSIBILITY Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that promotes local economic development and individual self-sufficiency. Section 3 requires that, to the greatest extent possible, economic opportunities that are generated by the use of Federal funds be made available to low- and very low-income persons, particularly those who receive Federal financial assistance for housing and those residing in communities where the financial assistance is expended. Section 3 established benchmark goals for (a) 25% of total labor hours worked by Section 3 workers; and (b) 5% of total labor hours worked by Targeted Section 3 workers. Golden Sun Enterprise, Inc. called the Contractor) hereby CERTIFIES that upon being awarded a contract to participate in the following HUD -funded project: Old Orchard Park Phase I Construction (the "Project") located at in the City of Santa Clarita, that the Contractor: I0 (a) is under no contractual or other impediment that would prevent it from complying with requirements of Section 3 as set forth in 24 CFR part 75; and (b) will comply with HUD's regulations in 24 CFR Part 75; and (c) will submit to the City of Santa Clarita appropriate Section 3 documentation of total labor hours performed per contractor/subcontractor, certifications of Section 3 workers, and confirmation of Section 3 business concerns and YouthBuild participants; and (d) will include the Section 3 Clause and this Section 3 Certification of Compliance in every subcontract and further agrees to take the appropriate action pursuant to those regulations in the event the contractor/subcontractor is found to be in violation of 24 CFR Part 75; and (e) will not contract/subcontract with any contractor/subcontractor where theContractor has notice or knowledge that the contractor/subcontractor has been found in violation of any provision of 24 CFR Part 75. Authorized Representative's Signature Name and Title: Mohammad Elikaee- President Date: 06/07/2024 ?16A0_ Form 3.1 HUD Section 3 Policies and Procedures Section 3 Clause must be included in contracts with all contractors/subcontractors/lower-tier subcontractors. (page 2 of 2) Section 3 Clause A. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3), contributes to the establishment of stronger, more sustainable communities by ensuring that employment and other economic opportunities generated by Federal financial assistance for housing and community development programs are, to the greatest extent feasible, directed toward low- and very low-income persons, particularly those who receive Federal financial assistance for housing and those residing in communities where the financial assistance is expended. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 75,which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 75 regulations. C. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 75, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 75. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 75. D. Noncompliance with HUD's regulations in 24 CFR part 75 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. Form 3.1 Continued HUD Section 3 Policies and Procedures Definitions Section 3 worker means (24 CFR 75.5): (1) Any worker who currently fits or when hired within the past five years (time period only goes back to the 24 CFR 75 effective date of 11-30-2020) fit at least one of the following categories, as documented: (i) The worker's income for the previous or annualized calendar year is below the income limit established by HUD. (ii) The worker is employed by a Section 3 business concern. (iii) The worker is a YouthBuild participant. (2) The status of a Section 3 worker shall not be negatively affected by a prior arrest or conviction. (3) Nothing in this part shall be construed to require the employment of someone who meets this definition of a Section 3 worker. Section 3 workers are not exempt from meeting the qualifications of the position to be filled. Targeted Section 3 worker means [24 CFR 75.21(a)]: A Targeted Section 3 worker for housing and community development financial assistance means a Section 3 worker who is: (1) A worker employed by a Section 3 business concern; or (2) A worker who currently fits or when hired five years (time period only goes back to the 24 CFR 75 effective date of 11-30-2020) fit at least one of the following categories, as documented within the past five years: (i) Living within the service area or the neighborhood of the project, as defined in § 75.5; or (ii) A YouthBuild participant. Section 3 business concern means (24 CFR 75.5): (1) A business concern meeting at least one of the following criteria, documented within the last six- month period: (i) It is at least 51 percent owned and controlled by low- or very low-income persons; (ii) Over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers; or (iii) It is a business at least 51 percent owned and controlled by current public housing residents or residents who currently live in Section 8-assisted housing. (2) The status of a Section 3 business concern shall not be negatively affected by a prior arrest or conviction of its owner(s) or employees. (3) Nothing in this part shall be construed to require the contracting or subcontracting of a Section 3 business concern. Section 3 business concerns are not exempt from meeting the specifications of the contract. Form 3.2 HUD Section 3 Policies and Procedures Contractor must complete this form and submit to Project Manager. Additional Reporting if Section 3 Benchmarks are not met [24 CFR 75.25(b)] The Contractor must undertake efforts to include Section 3 Workers, Targeted Section 3 Workers, and Section 3 Business Concerns in the economic opportunities that are generated by the use of Federal funds. To that end, Contractor must choose at least two of the activities listed below and undertake them as part of the initial hiring process. Contractor must provide documentation of the efforts undertaken. ® Engage in outreach efforts to generate job applicants who are Targeted Section 3 workers. ❑ Provide training or apprenticeship opportunities. ❑ Provide technical assistance to help Section 3 workers compete for jobs (e.g., resume assistance, coaching). ❑ Provide or connected Section 3 workers with assistance in seeking employment including: drafting resumes, preparing for interviews, and finding job opportunities connecting residents to job placement services. ❑ Hold one or more job fairs. ❑ Provide or refer Section 3 workers to services supporting work readiness and retention (e.g., work readiness activities, interview clothing, test fees, transportation, child care). ❑ Provide assistance to apply for/or attend community college, a four-year educational institution, or vocational/technical training. ❑ Assist Section 3 workers to obtain financial literacy training and/or coaching. ❑ Engage in outreach efforts to identify and secure bids from Section 3 business concerns. Provided ❑ Provide technical assistance to help Section 3 business concerns understand and bid on contracts. Divide contracts into smaller jobs to facilitate participation by Section 3 business concerns. ❑ Provide bonding assistance, guaranties, or other efforts to support viable bids from Section 3 business concerns. ❑ Promote use of business registries designed to create opportunities for disadvantaged and small businesses. ❑ Outreach, engagement, or referrals with the state one -stop system as defined in Section 121(e)(2) of the Workforce Innovation and Opportunity Act. ❑ Other, please describe: By signing this document, as an authorized employee of the Recipient, I certify the above efforts are true and accurate to the best of my knowledge and belief. Mohammad Elikaee- President `��'06/07/2024 Zecipient Signature Date Form 3.3 Required With -Bid Submittals at Time of Bid Project Name: Old Orchard Park Renovation Bid No: P2020 Per Specifications for Bid Item #97 Pre -Engineered Fabric Tension Shade Structures — Section 1.3.1: Please find proof of reference sites engineered to CBC Specifications: 60' x 60' 4-Posted Hip — Los Alamos Sports Park, Murrieta CA 60' Hexagon — Los Alamos Sports Park, Murrieta CA 40' x 40' Multilevel/layer — MacCambridge Park, Burbank CA 20'x 36'Flat Truss Cantilever with 20' projection — Delano Fields - Los Angeles, CA 2. Quality Assurance Items • 3 Reference Sites: Cameron Park — Cameron Park, CA Cedar Park — Brentwood, CA Los Alamos Sports Park — Murrieta, CA • Please find attached documentation of proof of Liability Insurance and Umbrella Insurance • Please find attached documentation of proof of current CA Contractors License • Please find attached documentation of proof of the Corporate Injury & Illness Prevention and Safety Program USA-SHADE.COM I TF; 800. 07.4233 I PH; 714.427.6981 1 FX:71AA27b482 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/06/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Central, Inc. St. Louis MO Office CONTACT NAME: (A/CC.No. Ezt): (866) 253-7122 (AC.No.): (800) 363-0105 E-MAIL ADDRESS: 4220 Duncan Avenue Suite 401 St Louis MO 63110 USA INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURERA: James River Insurance Company 12203 shade structures, Inc. USA SHADE & FABRIC STRUCTURES C/O VPS 2580 Esters Blvd., Suite 100 INSURERB: Lloyd's syndicate No. 2121 AA1128121 INSURERC: Underwriters At Lloyds London 15792 DFW Airport, TX 75261 USA INSURER D: Pennsylvania Manufacturers' Assoc Ins Co 12262 INSURER E: Allied World Assurance Company (Us) Inc 119489 INSURER F: Columbia Casualty Company 131127 COVERAGES CERTIFICATE NUMBER: 570102148795 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 000959654 10/01/2023 10/01/2024 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X❑OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $300 000 MED EXP (Any one person) $10 , 000 PERSONAL &ADV INJURY $1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO ECT F" LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER: D AUTOMOBILE LIABILITY Y Y 152300 0652321B 10/01/2023 10/01/2024 COMBINED SINGLE LIMIT tEa accident $1,000,000 D 152300 0652321A 10/01/2023 10/01/2024 BODILY INJURY( Per person) X ANYAUTO AUiO ADS BODILY INJURY (Per accident) OWNED SCHEDULED AUTOS ONLY AUTOS HIREDAUTOS NON -OWNED PROPERTY DAMAGE ONLY AUTOS ONLY (Per accident) E X UMBRELLA LIAB X OCCUR 03140086 10/01/2023 10/01/2024 EACH OCCURRENCE $5,000,007 EXCESS LIAB CLAIMS -MADE 00 Umbrella AGGREGATE $5,000,000 DED I X RETENTION $10, 000 D WORKERS COMPENSATION AND Y 2023750652321 10/01/2023 10/01/2024 X I PER STATUTE I I.TH- ER EMPLOYERS' LIABILITY Y/N E.L. EACH ACCIDENT $1,000,000 ANY PROPRIETOR/ PARTNER/ EXECUTIVE N OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 under DESCRIPTION DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 B Architects & Engineers B0621PPLAY000423 10/01/2023 10/01/2024 per Claim/Agg Limit $3,000,000 Professional shade structure Professio DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Evidence of Insurance. RE: Playground Equipment Mfg/Installation. The per location aggregate is subject to a policy cap of $10,000,000. The General Liability (ongoing & Completed Operations) & Automobile Liability include a blanket additional insure endorsement that provides this feature only when there is a written contract with the named insured that requires such status. General Liability insurance is primary and non-contributory. The General Liability, Automobile Liability and Workers' Compensation policies include a blanket Waiver of subrogation endorsement that provides this feature only when there is a written contract with the named insured that requires such status. Umbrella Liability policy follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. shade Structures, Inc. AUTHORIZED REPRESENTATIVE dba USA shade & Fabric structures 2580 Esters Blvd., suite 100 DFW Airport TX 75261 USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD `w AGENCY CUSTOMER ID: 570000052633 LOC #: ,4co ADDITIONAL REMARKS SCHEDULE Page _ of AGENCY Aon Risk services Central, Inc. NAMED INSURED shade structures, Inc. POLICY NUMBER See Certificate Number: 570102148795 CARRIER See Certificate Number: 570102148795 I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. FFSR FIR TYPE OF LNSL"RANCE ADDL FNSD SUBR VVVD POLICY NUMBER POLICY EFFECTIVE DATE (MMND/YYYY) POLICY EXPERATION DATE (MM/DD/YYYY) LLMFIS EXCESS LIABILITY F 7040440664 01 Excess Liab $5M x $5 10/01/2023 10/01/2024 Aggregate $5,000,000 Each Occurrence $5,000,000 OTHER C E&O - Miscellaneous Professional -Excess B0621PPLAY002523 MEPL-E&O-PL-XS 10/01/2023 10/01/2024 Excess limits $2,000,000 ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 00095965-4 COMMERCIAL GENERAL LIABILITY CG 20 26 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Where required by written contract or written agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the performance of your ongoing operations; or 2. In connection with your premises owned by or rented to you. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the CG 20 26 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: 00095965-4 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Where required by written contract or written agreement All operations of the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: 00095965-4 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Where required by written contract or written agreement All operations of the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 POLICY NUMBER: 00095965-4 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: 00095965-4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Name Of Additional Insured Person(s) Or Oraanizationlsl: If no entry appears above, this endorsement applies to all Additional Insureds covered under this policy. Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5031 US O4-10 Page 1 of 1 POLICY NUMBER: 00095965-4 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Where required by written contract or written agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ POLICY NUMBER: 00095965-4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY LIMITATION - AMENDED AGGREGATE LIMITS OF INSURANCE PER LOCATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION III — LIMITS OF INSURANCE - The General Aggregate Limit applies separately to each "Location" of the Named Insured. Notwithstanding the application of the General Aggregate Limit to each "Location" of the Named Insured, under no circumstances will we pay more than $10,000,000 for all claims under this policy that are subject to the General Aggregate limit. For the purpose of this endorsement, the following definition is added: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5011 US 12-03 Page 1 of 1 POLICY NUMBER: 00095965-4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY LIMITATION - AMENDED AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS COMBINED LIABILITY POLICY SECTION III — LIMITS OF INSURANCE - The General Aggregate Limit applies separately to each "Project" of the Named Insured. Notwithstanding the application of the General Aggregate Limit to each "Project" of the Named Insured, under no circumstances will we pay more than $10,000,000 for all claims under this policy that are subject to the General Aggregate limit. For the purpose of this endorsement, the following definition is added: "Project" means all work done by you or on your behalf, away from premises owned or rented to you, to complete an individual bid or negotiated contract to provide services for a specified period of time. Multiple jobs, work orders, purchase orders, or work done at multiple "locations" under one contract are not separate "projects" within the meaning of this coverage. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5012US 12-03 Page 1 of 1 POLICY NUMBER: 152300 0652321A COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 INSURED COPY Page 1 of 1 POLICYNUMBER: 152300 0652321A COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: 10/1/2023 SCHEDULE Name Of Person(s) Or Organization(s): AS REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA20481013 ©Insurance Services Office, Inc., 2011 AGENT Page 1 of 1 POLICY NUMBER: 152300 0652321A COMMERCIAL AUTO PICA 05 04 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF RECOVERY RIGHTS This endorsement modifies coverage provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM We waive any right of recovery that we may have against the person or organization shown in the SCHEDULE because of payments we make for injury or damage arising out of the operation of an insured "auto", but such waiver is only effective if the Named Insured has entered into a written contract or Name of Person or Organization: agreement with that person or organization, if such contract or agreement is made and dated prior to the injury or loss, and if such written contract or agreement requires a waiver of recovery rights. This waiver applies only to the person or organization shown in the SCHEDULE below. SCHEDULE AS REQUIRED BY WRITTEN CONTRACT. PICA 05 04 04 14 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 1 with its permission The PMA Insurance Group, 2014 INSURED COPY POLICY NUMBER: 202375 0652321 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE AS REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO THE DATE OF LOSS. 1983 National Council on Compensation Insurance. INSURED COPY .-I. CONTRACTORS dCa STATE LICENSE 80ARD '~'~"^'�' •"" ACTIVE LICENSE ;a .- .989458 -..CORP SHADE STRUCTURES INC DBA USA SHADE & FABRIC STRUCTURES ..�.� B PM �.,.12/31/2025 vwwv csib.ca. �k aov INJURY & ILLNESS PREVENTION PROGRAM (Includes Safety Program & JHA) "PLEASE NOTE: This document provides proof of USA SHADE'S Injury & Illness Prevention Program. If you require the complete manual, please contact your sales representative' Revised: October 12, 2020 USA-SHAQE.COM I TF:800.966.5005 1 PH:214.905.9500 1 FX:972.453.0010 OContractor's License Detail for License # 522475 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. ► CSLB comp[a intdisclosure is restricted bylaw (B&P 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition ofdisclosable actions. ► Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17). ► Arbitrations are not listed unless the contractor fai Is to comply with the terms. ► Due to workload, there may be relevant information that has not yet been entered into the board's license database. Data current as of 6/8/2024 1:25:09 PM Business Information PSI 1747 COLGATE DRIVE THOUSAND OAKS, CA 91360 Business Phone Number:(818) 618-2333 Entity Sole Ownership Issue Date 01/07/1988 Expire Date 01/31/2026 This license is current and active. All information below should be reviewed. ► C46 - SOLAR ► C13 - FENCING ► D34- PREFABRICATED EQUIPMENT Classifications Bonding Ir Contractor's Bond This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: GCL5934196 Bond Amount: $25,000 Effective Date: 01/01/2023 Contractor's Bond History GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCURMENT) Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. (1) It will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, (2) To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: Are eligible to participate in covered transactions of any Federal department or agency and are not presently: (1) Debarred, (2) Suspended, (3) Proposed for debarment, (4) Declared ineligible, (5) Voluntarily excluded, or (6) Disqualified, b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: (1) Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, (2) Violation of any Federal or State antitrust statute, or (3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, C. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: (1) Equals or exceeds $25,000, (2) Is for audit services, or (3) Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: (1) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and (2) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, c. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, e. Voluntarily excluded from participation in its federally funded Project, or f. Disqualified from participation in its federally funded Project, and (3) It will provide a written explanation as indicated on a page attached in FTA's TEAM -Web or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor Golden Sun Enterprise, Inc. Signature of Authorized Official Date _L6J� 2024 Name and Title of Contractor's Authorized OfficialMohammad Elikaee- President IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: Proposer is not: (i) identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1,000,000. CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws of the State of California. Contractor Golden Sun Enterprise, Inc. Firm 06/07/2024 Date Signed Mohammad Elikaee- President Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON -COLLUSION AFFIDAVIT Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Mohammad Elikaee the President Golden Sun Ente Inc. being first duly sworn deposes and says that he/she is (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder:' Signature Title Mohammad Elikaee- President NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the Citywith original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or 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 both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real orooertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature:Date: 06/07/2024 Printed Name: Mohammad Elikaee- President PROPOSAL FORM Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Golden Sun Enterprise, Inc Company Address: 6732 White Oak Ave. Van Nuys, CA 91406 Phone: (310) 363-1015 Email: info@gsei.us By: Mohammad Elikaee Print Name Title: President Signature:' Date: 06/07/2024 REFERENCES Bid #PPOS-23-24-P2020 Old Orchard Park Phase I Construction City Project No. P2020 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1 Please see attached. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Harco National Insurance Company- 4200 Six Forks Rd., STE 1400, Raleigh, NC 27609- (714) 602-9170 KPS Insurance Services, Inc.- 555 W. Beech St., STE 503, San Diego, CA 92101- (858) 538-8822 6 PROJECTS LIST Project Name: Lamanda Park Library Pocket Park Project Type: Government Location: 140 South Altadena Drive, Pasadena, CA 91107 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: Playground Renovation & Site Works Date of Completion: 10/07/2022 Project Name: Central Park Dog Park Project Type: Government Location: 11200 Base Line Rd., Rancho Cucamonga, CA 91701 Owner: City of Rancho Cucamonga Architect or Engineer: CWDG Construction Manager: Michael Parmer Construction Manager Contact (Name and Current Phone #): (909) 774 —2006, Michael. Parmer@cityofrc.us Description of Project, Scope of Work Performed: 4.7 Acre Dog Park Ground -up Date of Completion: 12/30/2023 Project Name: Greenhouse Projects at S El Monte HS and Arroyo HS Project Type: Government Location: 1001 Durfee Ave., S El Monte, CA 91733 Owner: South El Monte Union High School District Architect or Engineer: CSDA Design Group Construction Manager: Lena Luna Construction Manager Contact (Name and Current Phone #): (626) 444-9005, Lena.luna@emuhsd.org Description of Project, Scope of Work Performed: Building 2 Greenhouse Structures with Equipment Date of Completion: 01/30/2024 Project Name: Victory Park Restroom Replacement Project Type: Government Location: 2575 Paloma Street, Pasadena, CA 91107 Owner: City of Pasadena Architect or Engineer: Onyx Construction Manager: Tiffiny Chen Construction Manager Contact (Name and Current Phone #): (626) 744 —6771, ttran@cityofpasadena.net Description of Project, Scope of Work Performed: Building Park Restroom, Office and Storage Date of Completion: 01/27/2021 Project Name: Jefferson School Pickleball Courts Project Project Type: Government Location: 1500 E Villa St., Pasadena, CA 91106 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: 2 Pickleball Courts Construction Date of Completion: 09/30/2023 pg. 1 6 PROJECTS LIST Project Name: Brenner Park Renovation Project Type: Government Location: 235 Barthe Dr., Pasadena, CA 91103 Owner: City of Pasadena Architect or Engineer: N/A Construction Manager: Jeff Khun Construction Manager Contact (Name and Current Phone #): (626) 744-7389, JKhun@cityofpasadena.net Description of Project, Scope of Work Performed: Tennis, Basketball and Baseball Field Renovation Date of Completion: 12/30/2023 Project Name: Palm Crest Site Utilities Improvement Project Type: Public Education Location: 5025 Palm Drive, La Canada, CA 91011 Owner: La Canada Unified School District Architect or Engineer: LPA Construction Manager: Frank Navaro Construction Manager Contact (Name and Current Phone #): (562) 980-2515, Fnavarro@linikcorp.com Description of Project, Scope of Work Performed: Underground Utilities Replacement Date of Completion: 07/31/2020 Project Name: Fencing & Wayfinding at LCHS Project Type: Public Education Location: 4463 Oak Grove Dr., La Canada, CA 91011 Owner: La Canada Unified School District Architect or Engineer: A4E Construction Manager: Frank Navaro Construction Manager Contact (Name and Current Phone #): (562) 980-2515, Fnavarro@linikcorp.com Description of Project, Scope of Work Performed: Fencing, Ramp, Stairs, and Paving Date of Completion: 11 /01 /2020 Project Name: Portable Removal PI1-7 Sites Project Type: Public Education Location: 39139 10th Street East Palmdale, CA 93550 Owner: Palmdale School District Architect or Engineer: N/A Construction Manager: Tom Brown Construction Manager Contact (Name and Current Phone #): (661) 373-4312, tbrown@hple.co Description of Project, Scope of Work Performed: Classroom Removal Date of Completion: 07/31/2020 Other Projects: Palmdale Unified School District- Joshua Hills ES Future Learning Spaces- Completed in 2018. Palmdale Unified School District- Sage Academy Kitchen Remodel- Completed in 2018. pg. 2 6 PROJECTS LIST Palmdale Unified School District- Sage Academy Emergency Kitchen Restoration- Completed in 2018. Glendale Unified School District- Window Replacement at Franklin ES- Completed in 2018. Glendale Unified School District- Play Area Improvements at Muir ES- Completed in 2018. Glendale Unified School District- LED Lighting Upgrade at Various School Sites- Completed in 2018. City of Alhambra- Stoneman Avenue Parking Lot Pavement Rehabilitation and Lid Improvements - Completed in 2018. Glendale Unified School District- Cafe Wall & Window Repair - Verdugo Woodlands ES- Completed in 2019. City of Pasadena- Installation of Restroom Building at Desiderio Park- Completed in 2020. City of Santa Clarita- Mountain View Park Play Area Phase II- Completed in 2021. Los Angeles Community Development Authority- Ocean Park Unit Flooring Replacement- Completed in 2021. State of California- Department of General Services- Exposition Park Parking Gates and Kiosks - Completed in 2021. Palmdale Water District — Conservation Garden Phase 1- Completed in 2022. Azusa Unified School District- Underground Utility Replacement - In Progress. City of Industry- Fire Damage Repair of EV and Solar Energy System at Metrolink Station- In Progress. pg. 3 Addendum No. 1 May 24, 2024 Addendum No. 1 BID # PPOS-23-24-P2020 Old Orchard Park Phase I Construction City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on May 21, 2024, beginning at 3:00 PM PT. The meeting was conducted via Zoom. Attending Staff: • Katie Knybel — Project Manager, Neighborhood Services • Tracy Sullivan —Community Preservation Manager, Community Development • Annette Guzman —Administrative Analyst, Public Works • Jackie Lillio —Senior Engineer, Public Works • Glen Durfee — Project Development Coordinator, Neighborhood Services • Nelson Vasquez — Facilities Administrator, Neighborhood Services • Erik Stadtlander— Parks Administrator, Neighborhood Services • Mariela Delgado — Buyer, Administrative Services • Jaclyn Abston — Buyer, Administrative Services Attending Vendors: • Arsen Elkaee, Golden Sun Enterprise, Inc. • Grace Hernal, Icon West Inc. • Mary Van Der Karr, Ardalan Construction • Vincent Tellez, R.C. Becker & Son • Mike Zielsdorf, Pacific Coast Land Design • Brooke McDonnell, Pacific Coast Land Design The following questions were asked and answered: Q1) Is this Bid open exclusively to small businesses, or is it open to all? Al) This is an open solicitation to all vendors. The following was reviewed: • Project scope of work • Bidding Guidelines O� 5ANT4 CL �OGry�FU %S OECEMO�'� �4 Addendum No. 1 May 24, 2024 BUY AMERICA CERTIFICATION FORM Please complete the attached Buy America Preference (BAP) form and return with bid submission. SECTION 3 POLICIES AND PROCEDURES FOR SUBRECIPIENTS, CONTRACTORS, AND SUBCONTRACTORS OF CDBG AND HOME PROGRAM FUNDS Please complete the attached HUD Section 3 Policies and Procedures documents and return with bid submission. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Mohammad Elikaee- President06/07/2024 Contractor's Representative Date Golden Sun Enterprise, Inc. Company Name .3101FAVIIIAW 0 SA" TA C u� fy '5��� 16 uECEMs&�4, Addendum No. 2 BID # PPOS-23-24-P2020 Old Orchard Park Phase I Construction City of Santa Clarita, California Addendum No. 2 May 30, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. PLAY FACILITIES -ACTIVE PLAY Amendment to Special Provisions, addition of underlined sentence BID ITEMS 86-92-A. SCOPE: BID ITEMS 86-92 shall be placed as shown on the plans and in conformance with these special provisions. A. SCOPE This section consists of furnishing all labor, materials and equipment required to install, the PLAY FACILITIES- ACTIVE PLAY equipment complete as specified. The equipment shall be assembled and/or installed on site as per manufacturer's recommendations and this section at the locations shown on the Contract Drawings and as directed by the City Representative. The Play equipment shall be purchased by the Contractor and installed by a certified Little Tikes installer. Contractor shall be responsible for site installation of these items and for furnishing shop drawings of and installing footings, anchors, fasteners, touch-up, repair and other accessory items as required. All work and equipment provided shall be subject to approval of the City Representative. OF SANTA CL 9 CJ Y OECEMO£Q' END OF ADDENDUM Addendum No. 2 May 30, 2024 This addendum must be acknowledged via BidNet and should be included with the response. Mohammad Elikaee- President" 06/07/2024 Contractor's Representative Date Golden Sun Enterprise, Inc. Company Name O� 5ANT4 CL Al �OGry�FU %S OECEMO�'� �4 Addendum No. 3 PROPOSAL # PPOS-23-24-P2020M Materials Testing for Old Orchard Park City of Santa Clarita, California Addendum No. 3 June 3, 2024 This addendum must be acknowledged via BidNet and should be included with the proposal response. The purpose of this addendum is to address the following for this Request for Proposals (RFP): I. FEDERAL PREVAILING WAGE DETERMINATIONS Please see the attached current federal prevailing wage determinations. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Mohammad Elikaee- President Contractor's Representative Golden Sun Enterprise, Inc. Company Name 06/07/2024 Date a:Al9010_\W.la0W401,I17►1 PROPOSAL FOR THE CITY OF SANTA CLARITA'S MATERIALS TESTING FOR OLD ORCHARD PARK PROJECT PROPOSAL # PPOS-23-24-P2020M DUE JUNE 23, 2024 BY 11.00 AM KANE CONSTRUCTION SERVICES, INC North Hollywood, CA 91601 Phone: 818-793-3721 Primary Contact: Dinukshi (Dinu) Kane Email: Dkanea-Kanecsi.com kKANE CONSTRUCTION SERVICES, INC June 12, 2024 Jaclyn Abston Buyer Administrative Services City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355-2196 RE: PROPOSAL FOR THE CITY OF SANTA CLARITA'S MATERIALS TESTING FOR OLD ORCAHRD PARK PROJECT Dear Ms. Abston, Kane Construction Services, Inc., (KCSI), (previously MVMNT Consulting, LLC), our subconsultants, Twining, Inc., (materials testing & QSP), PDA Consulting Group, Inc., (labor compliance), and VPO (Project File/ Documentation Software) are pleased to submit our qualifications for the above mentioned RFP for the City of Santa Clarita. Our cost proposal is submitted separately to the proposal for your consideration, per the requirements of this RFP. KCSI is a certified Small Business Enterprise (SBE), Disadvantaged Business Enterprise (DBE) by LA Metro (CUCP), Women -Owned Business Enterprise (WBE), Minority Business Enterprise (MBE) by the City of Los Angeles and Small Business (SB) by the State of California Department of General Services. PDA Consulting is a certified SBE/ DBE/ WBE/ MBE. I have read, understood and agree to all statements in this request for proposal and acknowledge receipt of Addendums 1, 2 and 3, as well as to the terms, conditions, and attachments referenced herein or included in any subsequent documents pertaining to this Request for Proposals. Furthermore, KCSI and its team presented in this RFP have the qualifications to provide the required services to successfully complete this assignment. As the President of KCSI, Dinukshi Kane, I represent the company and I am authorized to submit qualification and negotiate a contract behalf of the firm with the City of Santa Clarita. Our firm is bound by all the commitments that are made in this submittal and for the time period stated in the RFP and I look forward to building a lasting and successful relationship with the City of Santa Clarita. We have reviewed the City's standard PSA and found it acceptable and our Not -To -Exceed cost proposal to this solicitation is valid for a period of 90 days from the date of submittal. I can be reached at 818-793-3721 or dkane(a)kanecsi.com if you have any questions or require any clarifications. k KANE CONSTRUCTION SERVICES, INC Sincerely, M Dinukshi (Dinu) Kane, CCM, EIT, MBA President/ CEO Kane Construction Services, Inc. General B Contractor License #1109999 DIR# PW-LR-1000968055 Sam.Gov Unique Entity ID: DQ26TVPA7XE5 0 kKANE CONSTRUCTION SERVICES, INC INTRODUCTION Kane Construction Services, Inc., (KCSI) and its subconsultants have reviewed the solicitation and we understand that the City of Santa Clarita is looking to contract with a qualified and experienced firm (Consultant) to perform the services of material testing services, labor compliance services, QSP services and to provide project file/ documentation software for this project. We have included optional cost for the software to be accessible to the City for 60 days past the Notice of Completion. We understand that the purpose of this solicitation is to ensure that there is supervision of the Contractor who is chosen to perform the General Construction of this project is in compliance with the plans and specifications and with all local, state and federal requirements. KCSI and it's subconsultants will provide the City with all the services listed above and we have experience with a variety of projects with similar scope to the project described in the RFP. We are willing, able and available to the City to provide you with high - quality services in the most -cost effective manner and we have presented highly qualified and experienced staff in our proposal and have provided provisions in the cost proposal (submitted separately) in order to assist the City to make the best decision for the Old Orchard Park project. QUALIFICATIONS OF THE FIRM AND THE ASSIGNED STAFF KCSI is a S-Corporation that was founded in 2017 (started as MVMNT Consulting, LLC) with the backing of the Founder, Dinu Kane, with over 20 years of her experience in the public works sector in Construction on a variety of projects from pre design to post occupancy. We offer a variety of services including Construction and Project Management, Design Management, Program Management, Scheduling, Estimating/ Budgeting and General Construction. We have performed services for Federal, State and City funded projects assisting Public Works clients such as City of Santa Clarita on their Annual Slurry Seal & Overlay Project, LA Metropolitan Transportation Authority (LACMTA)'s Eastside Access Improvements Project, General Services Administration (GSA) Upgrades to US Marshal's holding area, LA Unified School District (LAUSD), LA Community Colleges District (LACCD) and Los Angeles World Airports (LAWA). The projects that have been completed have been on schedule, provided no unforeseen events had taken place, and even in such situations we have worked closely with the Client and Contractor to fast track completion on recovery schedule. We are a small and growing firm and is based out of North Hollywood, which is within commutable distance from the City of Santa Clarita. Projects completed required strict compliance with labor standards/agreements, Federal Acquisition Regulation (FAR), California Public Contract Code, and many other codes and regulations such as CALTRANS, Fire Marshall, CAL FIRE, California Department of kKANE CONSTRUCTION SERVICES, INC Education (CDE), Office of Public School Construction (OPSC), Division of the State Architect (DSA), Uniform Building Code (UBC), International Building Code (IBC), Building Energy Efficiency Standards Title 24, International Mechanical and Plumbing Codes (IMC and IPC), American National Standard Institute (ANSI), American Society of Mechanical Engineers (ASME), National Fire Protection Association (NFPA), National Environmental Policy Act (NEPA) and California Environmental Quality ACT (CEQA). We are pleased to propose Ms. Dinukshi (Dinu) Kane, CCM, EIT, MBA as your Project Manager and main point of contact for this contract and she will coordinate and manage all the subconsultants involved with this project and ensure that all scopes of work required in this RFP are conducted to the satisfaction and quality expected by the City of Santa Clarita. Her resume in Appendix 1. We will be supported by technical staff (construction management, estimating and scheduling) on this project on an as -needed basis to perform any and all of the scopes as directed by the City of Santa Claria, and will be responsible for ensuring that all work is performed in full compliance with City, County, State and Federal regulations. This will include reporting of updates to you and other project stakeholders on a regular basis, in a manner desired by the City via daily reports or formal presentations, etc. Please see Appendix 1 for KCSI's Statement of Qualifications. Mr. Eddie Perez is your primary proposed Public Works Inspector from Twining, Inc., a renowned full -service engineering and quality control company in California with more than 100 years of experience, providing services of geotechnical, materials testing and construction inspection services. He has been serving the City of Santa Clarita for over 7 years and is registered with the City's Building and Safety and serves the City on multiple projects at this time. Twining will be providing all materials testing/ deputy inspections for the Old Orchard Park project, along with the QSP services. We have included a matrix of material testing technicians & inspectors matrix to this proposal for your review as well. Twining, Inc., has done a variety of projects, including highway, building and bridge projects, for the City of Santa Clarita and for many other cities, including City of Calabasas and City of San Diego. Appendix 2 has Twining's company information and resumes for the proposed personnel and other information illustrating the top-notch inspection firm they are in the state of California, especially in Southern California. PDA Consulting Group, Inc., is our labor compliance subconsultant with over 25 years of experience in construction assisting private and public clients on prevailing wage and compliance monitoring. Their company profile is in Appendix 3 and resume for Ms. Pamela Penn who is the founder/ CEO and their main point of contact. VPO is the project management software that we are presenting to be used on the Old Orchard Park Project. VPO is a software that has been around for over 20 years and is a software that has been widely used by Construction Management firms and clients such as Anser Advisory, KPFF, Tetra Tech, Lockheed Martin, Adobe and Turner & Townsend. Their company profile and information is attached in Appendix 4. kKANE CONSTRUCTION SERVICES, INC All personnel presented in this proposal have current Metrolink Roadway Worker Protection (RWP) or has the ability to obtain Metrolink RWP training. At present, KCSI is working with Twining, Inc and PDA Consulting Group on City of El Monte's Renewable Natural Gas Station Project and City of Camarillo's Various Facilities Upgrades Contract. REFERENCES for KCSI & Twining, Inc.: LACMTA, Eastside Access Improvements Project, Sapana Shah, Sr. Director, 818-720-8644, ShahS(a)Metro.net Dinu Kane (CM), Design of $25M project, 2019; Construction 2022. Pedestrian improvements, bicycle lanes, traffic lights/ crossings, parks, storm water/ bioswales. City of Santa Clarita, Annual Overlay & Slurry Seal Project 2016-2017 (KCSI & Twining, Inc project). Frank Lujan, 661-723-6225, Fluian(a-)cityoflancasterca.gov Dinu Kane (CM), Eddie Perez (Twining, Inc.), $11 M, 2107. Roadwork project with highway and street overlay with curb and gutter, etc. San Gabriel Valley Council of Governments — City of Industry — Durfee Avenue Grade Separation, Phillip Balmeo, Sr. Project Manager, 626-457-1800, pbalmeo(o)sgvcog.org Eddie Perez (Twining, Inc.), $55M, 09/2021 Grade Separation Project, New Bridge Construction, Connector Roads, Railroad Flagging/Watching, Materials Testing, Construction Inspection k KANE CONSTRUCTION SERVICES, INC PROPOSED ORGANIZATIONAL CHART )ntrol kKANE CONSTRUCTION SERVICES, INC WORK STATEMENT Per the requirements of the RFP, our proposed team shall work together to achieve, to include but not limited to, the following goals: Task 1: Material Testing and Deputy Inspections Subtask 1.1: Pre -construction services Subtask A: Twining's deputy inspector will review, understand and interpret the project plans and specifications thoroughly prior to the pre -construction meeting. They shall prepare and coordinate a testing and inspection schedule with the City (Public Works Department) and the Contractor. Output: Inspector will be knowledgeable about the project from the pre -construction stage and will be able to actively participate in the pre -construction meeting and coordinate with the City and communicate expectations with the contractor. Subtask B: Attending the pre -construction meeting. Twining's inspector shall take a proactive role and attend the pre -construction meeting and discuss the testing and inspection plan and schedule with the contractor and answer any questions that the City or the contractor may have. Subtask 1.2: Services during construction (including, but not limited to the items below.) Subtask A: Twining shall perform necessary material testing and deputy inspections on the project, participate in conferences and weekly progress meetings when requested by the City. Ensure that the Contractor's work complies with Contract Documents and approved contract change orders. Monitor corrective actions taken by the Contractor needed to fix work that is not in compliance with Contract Documents. Coordinate all material testing and deputy inspection consultant activities with the City and contractor. Maintain continuous 24 hour telephone accessibility during construction activity for emergency use. Support enforcement that Contractor properly provides for the safety of the workmen. During inspections and monitoring of the work, if the Consultant Inspector observes an unsafe situation, the inspector shall notify the Contractor of the violation and provide written notification of such infraction to the Contractor. If the Contractor refuses to comply, the Consultant Inspector shall notify the Engineer, the City and Cal OSHA. Output: Twining's inspectors will be providing their observations, feedback and updated during the meetings and will assist the City in making decisions regarding about the project. They will maintain a tracking log of noncompliance items and ensure that the contractor attends to each non -compliant item and are successfully closed out. They will be contactable during the course of the project (18 months), 24 hours a day. We believe that Safety is our #1 priority and also is everyone's responsibility and the inspectors will be vigilant and proactive in the event of safety violation, contacting OSHA if required on noncompliance. Subtask B: Review the contractor's submittals to ensure materials being place conform with the project's specifications and delivered products. • The consultant shall E kKANE CONSTRUCTION SERVICES, INC coordinate material testing and special inspections with the City and Contractor. The material testing services shall include all those required to successfully complete the project and as outlined in the City's QAP. Submit all required final lab test reports to the City. Inspection forms, inspection logs, progress reports, etc. to the City. Ensure that a Certificate of Compliance is furnished with each lot of manufactured and prefabricated materials delivered to the work site. The certified material on lot number and project number shall be identified on the certificate and lot tags affixed or stenciled to the released materials. Output: The inspectors shall review the contractor's submittals and use this knowledge during inspections to ensure that the products used are those approved in submittals. If there is a noncompliant item they will notify the contractor and include in the non- compliance log. The inspectors will also be knowledgeable about the City's QAP, which we have reviewed, and will be re -visited and studied if we are awarded the project. Twining shall provide all inspection services as listed in the RFP, and to cover the construction of the project in its entirety. Inspectors shall upload final lab test reports and all reports and documents to the database system City for their review. They will ensure that Certificate of Compliance is furnished and is accurate for each manufactured and pre -fabricated materials arriving on site and lot numbers and identifiers are on certificates and log tags. Task 2: QSP Services Output: The certified QSP personnel provided by Twining, Inc., shall be providing services for a Risk -Level 2 construction project. He/ she shall perform Pre -Storm inspections, 24-hour inspections, Rain Event Action Plans REAPS, and runoff sampling for all Qualifying events. Minimum of three total sample runoff sampling per work day per storm event day shall be analyzed for pH and turbidity in the field within as short of time period as practical and where exceedances are detected, resampling shall occur. We understand that the WDID No. will be obtained by the City and the City will administer all of the project's SMARTS website activities. All QSP directives shall reference the section of the SWPPP where it's addressed the QSP will be an active member of the project's construction team supporting the team towards a successful completion. The QSP shall meet and exceed all minimum requirements stated in the RFP including taking an active role in safety, maintaining a project rain gage, maintaining sampling and analysis reports, maintaining well calibrated equipment in good working conditions, and taking project photos with date, time, compass orientation and description. Other tasks performed shall be maintaining an onsite SWPPP map and documenting the site BMPs and conditions, and submitting a draft Annual Report to the City by August 1st. Task 3: Labor Compliance Services Subtask 1: Review certified payroll records, confirming the accuracy of those records, and verify compliance of all state and federal required forms and submittals. Subtask 2: Conduct site visits which will include field interviews with all contractors, observation reports, and photos. 10 kKANE CONSTRUCTION SERVICES, INC Subtask 3: Meet with the City's Labor Compliance Specialist on a regular basis for updates and direction. Attendance at scheduled construction meetings may be required. Work will be dictated by the construction schedule and by coordination with the Labor Compliance Specialist and/or City Public Works Inspector, as necessary. Subtask 4: Investigate complaints and perform audits as needed, communicating with complainants, contractors, and other agencies. Subtask 5: Return all paperwork to the City's Labor Compliance Program for storage upon project closeout. Output: PDA Consulting Group, Inc., shall perform work under the supervision and direction of the City's Labor Compliance Specialist, and tasks will be based on procedures, guidelines and standards required by the California State Labor Code. A. General Activities PDA will research and interpret laws, codes, and regulations affecting the enforcement of prevailing wage rates. PDA will advise Kane Construction Services, Inc. (KCSI) and contractors of any changes to state prevailing wage requirements including apprenticeship requirements; maintain all compliance files and documents relating to the General Contractor's prevailing wage activities; provide the appropriate contract language and ensure the required language is included in the subcontract agreements for subcontractors providing a prevailing wage service; conduct onsite interviews to determine wages paid to workers; conduct prevailing wage compliance pre - construction orientations with all contractors and subcontractor to ensure their understanding of prevailing wage requirements and their prevailing wage obligation and identify wage determinations applicable to project. B. Labor Compliance Audit Activities PDA will receive, monitor, and review all reports pertaining to labor compliance required to be submitted by contractors working on the Santa Clarita Bridge Project, in accordance with the provisions of applicable laws and regulations for public works contracts. PDA will ensure that the following activities are completed, and actions taken to: 1. Monitor for compliance with the payment of prevailing wage rates. 2. Monitor to ensure that certified payroll records are submitted by prime contractors and their subcontractors working on Santa Clarita Park Project. 3. Conduct onsite interviews of trade workers to verify wage rates paid and to observe the job classification they are performing. 4. Conduct audits of payroll records and other related documents for inconsistencies, discrepancies, or other issues to ensure compliance with the payment of prevailing wage rates. 5. Monitor the submittal of Training Fund Contributions and reports, if applicable. 11 kKANE CONSTRUCTION SERVICES, INC 6. Monitor the submittal of Fringe Benefit Trust Fund reports. 7. Develop a procedure for notifying Santa Clarita regarding delinquent, uncertified, inaccurate and improperly completed payroll records and recommend appropriate corrective action for lack of strict compliance. 8. Verify DIR contractor and subcontractor registration at the start and throughout the project. C. Wage Underpayment and Restitution Activities 1. Identify wage underpayments through audits of payroll documents, during onsite employee interviews or by complaints filed by workers on the project. 2. Calculate, collect and verify restitution payment for non-payment of prevailing wages, training funds and/or violations. 3. Prepare documentation that list the week ending(s) worked, the name of the worker, trade classification, number of hours worked, rate paid, correct prevailing wage rate and the amount due each worker. 4. Prepare documentation for disbursement of back wages, training funds and/or penalties due. D. Close - Out Activities PDA will perform all activities necessary to close-out projects and to determine the compliance status of participating contractors and subcontractors. PDA will ensure: 1. Compliance with the payment of prevailing wage rates. 2. All required certified payroll records have been submitted by prime contractors and their subcontractors working on Santa Clarita Park Project. 3. Records for onsite interviews of trade workers have been documented and are on file. 4. Audits of payroll records and other related documents are reviewed for inconsistencies, discrepancies, or other issues to ensure compliance with the payment of prevailing wage rates. 5. Training Fund Contribution reports have been submitted as evidence training fees have been paid. 6. Verify trade and apprenticeship participation. 7. Wage underpayments are identified, and wage restitutions are made. 8. Documentation that lists the week endings worked, the name of the worker, trade classification, number of hours worked, rate paid, correct prevailing wage rate and the amount due each worker if applicable. 9. Reports are prepared identifying any deficiencies for submittal to appropriate monitoring agencies. 10. Documentation is prepared for disbursement of back wages, training funds contributions and/or penalties due. 11. A detailed report is submitted by each participating contractor and subcontractor 12 kKANE CONSTRUCTION SERVICES, INC to facilitate determining their compliance status. 12. A Prevailing Wage Compliance Release Form for each contractor and subcontractor is submitted as evidence they have met their prevailing wage compliance obligation. Task 4: Project File/ Documentation Software Output: VPO will provide the cloud based software that provides a wide variety of capabilities, including an account for each team member to use, uploading of all project documentation including RFls, Submittals, preparation of meeting minutes, change orders, inspection reports, etc., which can be downloaded and audited at any time. This software has the capability to track dates and when responses are due. VPO shall provide training and technical support as well. PROPOSED APPROACH KCSI understands that the City of Santa Clarita is seeking a team of qualified inspection, QSP, labor compliance and software services to assist the City to oversee the construction of the Old Orchard Park - Phase 1 construction project, with a construction budget of approximately $7-8M. The project includes improvements to the developed park and include key elements to enhance recreational opportunities for the residents of the City. These elements include walkways and parking, right-of-way improvements, parking lot reconfigurations with EV and ADA spaces, site amenities such as upgraded restroom/ multipurpose room building, new multi -sport court and updated play equipment. Basketball court and landscape planting and irrigation are also scope of work included in this project. All scopes of work have been managed and inspected in the past by the consultant and all subconsultants listed in this RFP and we are experienced and qualified to perform our services to the City. Our approach is to ensure that we communicate with the City from the pre -construction stage to first lay out a plan how we are going to provide services as per plan in the proposal and when (schedule) and ensure that the Project Manager (PM) oversees that all the subconsultants are providing their services as scheduled and at the quality level expected by the City. Any noncompliance or dissatisfaction with the work should be communicated to the PM and KCSI will ensure that it is addressed in a timely manner and that the issue is resolved to the satisfaction of the City. 13 kKANE CONSTRUCTION SERVICES, INC QUALITY ASSURANCE/ QUALITY CONTROL PROCEDURES QA/QC consists of processes, inspections and materials tests used by the team to accept the work, and to assure compliance with the plans and specifications. This Quality Assurance/Control Plan (QA/QC) will be in effect during the entire time of the work in progress. Our QA/QC plan shall address the accuracy, completeness and timeliness of all testing and inspections and related reports, review of progress payments, labor compliance documentation, and all other work performed under this contract, as listed in this RFP. The inspection team and the PM will review the project documents and schedule and KCSI will oversee that all these tasks performed by the teams are conducted in a timely and complete manner. The inspection team shall ensure that the contractor is on schedule and notify the City of any discrepancies and possible delays. They shall also assist the City with review of potential change conditions. KCSI is willing and able to provide further Construction Management services as well, to assist the City in successfully completing this project. TOTAL COST Please see under separate cover. SUB -CONSULTANTS Subconsultants proposed on this project (Twining, Inc., PDA Consulting Group, Inc., and VPO) are listed in the form provided by the City and their experience is attached on Appendices 2 through 4. 14 /_1UUA0191061 kKANE CONSTRUCTION SERVICES, INC STATEMENT OF QUALIFICATIONS ABOUT Kane Construction Services, Inc., (previously MVMNT Consulting, LLC) has been in business since 2017 and is backed by over 20 years of Construction experience of its President/ CEO, Dinu Kane. We provide a variety of services including general construction, project & program management, construction management, design management, project controls (scheduling, estimating), quality assurance/ quality control (QA/QC), testing and inspection services, labor compliance and staff augmentation for public and private clients. OUR CLIENTS City of El Monte City of Camarillo City of Upland Los Angeles World Airports General Services Administration Metropolitan Transit Authority (Metro) Los Angeles Community College District Los Angeles Unified School District Norwalk La Mirada Unified School District City of Santa Clarita CB Richard Ellis National Retail Transportation, Inc. California State University, Chico Pacific Gas & Electric Company CALIFORNIA GENERAL CONTRACTOR LICENSE - #1109999 CA DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) - PW-LR-1000968055 SBE/ DBE - LA Metro Transportation Authority MBE/ WBE - City of Los Angeles SMALL BUSINESS CERTIFICATE (SB) - State of California NAICS CODES 236210: Industrial Building Construction 236220: Commercial & Institutional Building Construction 541611: Admin Management & General Management Consulting Services. 541690: Other Scientific & Technical Consulting Services. 561110: Office Admin. Services FOR MORE INFORMATION PLEASE CONTACT Dinu Kane, CCM, MBA, EIT President/ CEO/ RMO DKane@Kane csi.com; 818-793-3721 k KANE CONSTRUCTION SERVICES, INC DINUKSHI S. KANE, CCM, MBA, EIT Los ANGELES, CA * DKANE(cDKANECSI.COM * 818-793-3721 • Design Management 0 Shop drawings, RFI & submittal review • Coordination of work in confined & occupied spaces 0 Blue print reading/ BIM • Project team/ stakeholder support 0 Change Order Management • CM team, Contractor, Sub/ Vendor Management EDUCATION: Masters in Business Administration, 2010, University of Southern California B. S., Electrical & Electronics Engineering, 2005, California State University, Chico TECHNICAL COMPETENCIES & SKILLS: MS Office Suite, MS Project, Google Workspace apps, PROCORE, EPM, Kahua, P3/6, Bluebeam, Prolog, Monday.Com, Expedition, E2020, Monday.Com, AutoCAD (working knowledge) CERTIFICATIONS: AFFILIATIONS: Engineer -In -Training (EIT) #169726 Institute of Electrical & Electronics Engineers Certified Construction Manager (CCM) Tau Beta Pi, Engineering Honors Society First Aid/ CPR/ AED Certified CMAA, Member OSHA 10 & 30 Hour Certified PROFESSIONAL EXPERIENCE: Project Manager, City of Upland, Los Angeles, CA August 2023 — Prepare RFPs and working with City through procurement and construction of 3 projects: Water Reservoir Inspection & Treatment project, San Antonio Water Treatment Plant Upgrades Project & New Chlorination Buildings (Citywide) project. Construction Manager, General Services Administration/ USMS, Los Angeles, CA May 2021 — August 2023 USMS Roybal Building Detention Area Upgrades ($5M) & Redesign of HVAC Upgrades in Detention Space ($5M) Manage design/ build TI project for GSA, including a complete redesign of the HVAC system in the detention space. Coordinated & managed design process from concept to cost for HVAC and ensured that the design team adhered to USMS's PUB 64 design requirements. Managed design comments spreadsheet and ensured that all stakeholders & reviewers received each round of drawings as design progressed, and that they met their deadlines to provide their comments and feedback on time. Set up ongoing meetings to discuss open review comments between the A/E team and reviewers to ensure that all parties had a good understanding of expectations for the next round. Evaluated proposed changes and value engineered to meet budget. Managed D/B contract work on a daily basis and lead weekly project meetings, reviewed & tracked construction documents, reviewed monthly schedules, pay applications and change orders for approval. Reviewed budget, estimates and provided Technical Analysis for all change orders. Worked with project team to find solutions to issues that arose, in a timely manner and worked diligently to get them implemented into contract. Conducted site walk as needed with stakeholders to ensure that their concerns were addressed. Project Manager, National Retail Transportation, Inc. Los Angeles, CA March 2021 — June 2021 Warehouse new construction & rehabilitation Manage two concurrent projects which includes a new construction warehouse and preparation of existing facility for new client transition. Utilized Monday.com software to manage project plan and tasks to coordinate among multiple stakeholders including operations, maintenance, construction, etc. Facilitated building upgrades on a compressed schedule for a timely relocation and move in. Project Manager, La Mirada High School/ Cumming Corporation, Los Angeles, CA March 2020 — December 2020 Gym & Locker Room Expansion Project ($17M) Tasks included running weekly meetings, reviewing, preparing estimates and negotiating change orders with the Contractor, reviewing & approving pay apps. Analyzing and evaluating to get resolutions to field issues and coordinating among AOR, IOR, GC and CM teams to stay on schedule. Supported project team and performed quality control on all documents received from GC and worked closely with GC to ensure that they were following proper protocols and contract documents. Worked closely with PMO team to ensure proper transfer of information and data. Worked with CM & Inspection team on risk mitigation and tracked items to ensure they were addressed in a timely manner. k KANE CONSTRUCTION SERVICES, INC Project Manager, South Coast, Inc. Los Angeles, CA July 2019 — March 2020. Multiple design/ build projects ($250k-$4M) Work part time on managing clients such as Metro on facility relocation projects, ensuring that the in-house design team met all tenant's relocated business needs. Coordinated among the Design team, tenant, and client to ensure that the design was within budget and within the requirements of the client and allowable scope for relocation projects. Since projects were fast paced the designs were on a quick turn around basis and required elevated efforts of communication to get the designs completed on time. Tasks included job walks/ site surveys for design of the new facility which included measuring existing spaces and implementing information into new design at the new locations, space planning, creating schedules of machines, fixtures and furniture required, review of estimates, subcontractor selections, contract management, attending meetings to discuss design progress/ status, schedule, etc. Work also included investigating existing conditions, gathering information and providing recommendations to Owner of the business and Metro. Coordinate subcontractors to perform work on site and ensure their progress is per schedule. Project Manager, Ramos CS/ Metropolitan Transportation Authority, Los Angeles, CA August 2018 — October 2019. Design of Eastside Access Improvements Project ($25M) Managed the design of above project for Metro. Extensively coordinate with the Design team & City of LA Bureaus to obtain AFC 100% design drawings. Managed the comments log and ensured that all responsible parties entered their comments within the given review time, following up consistently to make sure they were on schedule. Engaged in ongoing grant discussions with Federal Transit Administration (FTA) & internal team to ensure the funds were secured, by presenting internal budgets and reasons for any escalations. Worked with the Real Estate team on right of way issues and obtaining R-Permits. Worked with Little Tokyo community outreach to ensure their concerns were addressed during design period and attended their meetings and site walks to highlight the benefit of the project to the community. Managed financial portion of contract for a Small Business Prime Contractor at Metro. Construction Manager, Vanir Construction Management, Inc. Los Angeles, CA December 2011 — November 2017 City of Santa Clarita Capital Improvement Projects — Annual Slurry Seal and Overlay Project 2016-2017 ($11M) Work closely with City Project Manager to manage multiple contractors working in different sites throughout the City. Communicate & coordinate with Inspectors and managed project budget & prepared change orders & monthly pay applications. Ran project meetings and prepared meeting minutes; followed through on deliverables from Contractor, A/E and City Engineer to ensure timely project delivery. Planned road closures and No -Parking zones per schedule and ensured that resident's questions were answered in the way of checking and responding to the hotline and it's messages. Science Career & Mathematics Complex at East Los Angeles College (Owner: Los Angeles Community College District) And Student Union Building, Los Angeles Harbor College ($79M) Managed design/ build contract of new construction of Complex and other multiple projects including site restoration with bungalow removal, and installation of a storm water system. Managed design process in collaboration with the GC to ensure that the stakeholders' input was taken into consideration during the design process. Coordinated meetings to discuss design items to ensure resolutions to keep the design in progress and under control of schedule and budget. Tracked design timeline and used consistent communication to ensure timely completion of design. Set up and held meetings to ensure that all teams had a clear understanding of Client's needs and feasibility of the needs and value engineered when necessary. Managed VE process by providing client with options and savings and working on the process with their best interest in mind. Reviewed proposals for scope & pricing; Negotiated change orders & generated all official forms for progress of change order work & payment. Prepared Project Board Actions and final Change Orders for approval. Consistently followed up on construction, inspection & cost items from Contractor & stakeholders and coordinated with stakeholders on design & construction items including Facilities, End Users, ADA and FF&E personnel. Prepared weekly and quarterly project updates for Project Management Office review based on project walks & progress photos. Reviewed pay applications, schedules and project budget with Project Manager; Evaluated monthly markups for GC pay app with IOR. Monitored daily construction progress & involved with construction coordination, RFI & submittal & Substitution Request reviews and responses. Worked closely with the Division of State Architects (DSA) Engineer to ensure relevant submittals, construction details and that his concerns were addressed in a timely manner, including setting up meetings with him and GC team, etc., when necessary to ensure timely progress of project construction. Maintained logs for all items including possible cost and time impact risks, and reviewed and evaluated these on a daily/ weekly basis for mitigation. Maintained an accelerated schedule to complete the building to allow the students start classes on first day of the semester, which included some weekend work. Close out coordination with GC, FF&E, IT, Commissioning Agent, etc team to achieve substantial completion. k KANE CONSTRUCTION SERVICES, INC New terminal addition to Tom Bradley International Terminal (TBIT) (Owner: Los Angeles World Airports/Airport Development Group). Terminal 2, 3 & 6 Renovation Project, LAX ($2B) Performed page turn reviews with design team and helped coordinate to prepare progress sets for construction/ LADBS review/ permitting. Reviewed specifications & construction contract documents for constructability for T2, 3 & 6 renovation. Assisted with bid analysis & review of pre -bid drawings and specifications. Facilitated bid RFIs/ contractor inquiries, contract awarding and attended pre -construction meetings. Worked & coordinated on multiple projects within Terminals 2, 3 & 6, under multiple A/E contracts. Renovation, electrical upgrades, Passenger Boarding Bridges & fixed walkway design, refurbishment & installation. Involved with discussions on phasing and schedule finalizing/ coordination. Coordinated with Owner, A/E and Contractor to resolve technical issues and help meet milestones of Contractor. Coordinate work in occupied Terminal to avoid peak hours & help Airport Operations flow smoothly. Processed meeting minutes, RFI's & Submittals on Prolog; Ensured timely turnaround of design documents; Handled high security design documents; Assisted Design Manager with design items & managing Consultants & obtaining timely deliverables. Attended stakeholder/ OAC/ design/ utility & area shut down review meetings. Maintain relationship with stakeholders & provide answers to their questions & concerns & impact to their existing terminals. Reviewed Contractor's utility & area shut down requests for scope accuracy & coordination for access into occupied and high security areas. Help resolve any issues with A/E & coordinate with LAWA entities to expedite approvals. Reviewed cost & time impacts on A/E & Owner requested changes; Performed merit reviews of potential change orders from contractor. Maintained as -built drawings with all changes to the Bradley West Gates & Core contracts (approx $2B.) Assist in punch list maintenance & completion. Senior Project Manager, Otis Elevator Company, Los Angeles, CA August 2010 — May 2011 New terminal addition to Tom Bradley International Terminal (TBIT) (Owner: Los Angeles World Airports). ($30M) Managed scope of elevators, escalators and moving walks for the new TBIT terminal, from mobilization through installation. Coordinated with project team, the GC, Owner & other subcontractors to ensure contract was administered per the terms of contract & owner's procedures & within budget. Reviewed Otis submittal drawings from engineers against contract drawings to ensure Owner requirements were met; Prepared substitution requests as needed for review and approval by Owner. Managed submittals & RFI's & coordinated with Otis engineers & Owner on design issues. Maintained logs for progress and reporting purposes. Lead weekly project status update meetings with Otis managers & engineers; Weekly coordination meetings with the GC. Monthly status update meetings with regional management and prepared weekly project status documents. Tracked costs & labor hours for analysis & budget projections. Prepared & negotiated change orders and monthly pay applications. Planned, organized, coordinated & reported to GC/ Owner of all LEED & MBE/ WBE requirements. Updated project schedule & prepared 3-week look -ahead schedule for customer meetings. Managed and performed some QA/QC duties; provided technical supervision to ensure inspections were passed & our work was accepted. Managed BIM modeler to get Otis models incorporated into GC coordination BIM model. Built & maintained good working relationships with project team, Owner, GC, Architect, vendors & other contractors who were involved in the project. Senior Office Engineer, TBI & Associates, Inc. Los Angeles, CA August 2008 — August 2010 LAUSD Valley Region Elementary School #12: Classroom building with underground parking, Administrative building, Library and Multi- purpose building with kitchen and lunch shelter. Underground utility installation. ($27M) Managed Elementary school construction project from mobilization to close-out. Coordinated with LAUSD, GC, A/E, DSA and other public agencies to facilitate progress of construction. Attended all meetings including Partnering Meetings with Contractor and Consultants. Worked closely with the A/E to resolve technical issues/ RFI's/ Submittals; reviewed incoming RFIs & submittals from subcontractors for content/ accuracy & responded with answers or forwarded to A/E for answers. Reviewed incoming from A/E for completeness. Managed RFI/ Submittal/ Change Order logs for tracking and information purposes. Reviewed contractor substitution requests for validity and completeness. Monitored safety & QA/QC process on project site; Worked with Inspector of Records to ensure GC's work was performed per requirements & acceptable per project drawings & specifications. Unsatisfactory work was rejected and tracked for corrections and re -inspections. Maintained Inspection Log for IOR. Assisted in coordination of furniture requirements, delivery and installation in completed school facility. Project Engineer, DPR Construction, Newport Beach, CA November, 2006 — April, 2008 LEED Gold cafe project and 2 simultaneous research lab construction and tenant improvements of office building. ($8M) Assisted in managing cafe demo / LEED Gold project. Managed two fast track `at risk' concurrent tenant improvement projects (valued at $800K and $4.8M). Coordinated, monitored & reported on subcontractor compliance with LEED requirements. Tracked & ensured timely procurement of material for construction. Project Engineer, Bernards Construction, San Fernando, CA April, 2004 — November, 2006 k KANE CONSTRUCTION SERVICES, INC $16M Palmdale Sheriff's Station consisted of main building of administrative offices and holding cells. Grounds included mechanic's base for squad car maintenance and a fueling station with underground fuel tank & utilities. Downtown $76M LAPD project consisted of underground garage, office spaces and 4 levels of holding facilities. Assisted teams in closing out LA Unified School District projects. Project Engineer, Mallcraft Inc., Pasadena, CA June, 2003 — March, 2004 $45M telecommunication infrastructure upgrade project at California State University, Chico. Assisted construction team in the field by supervising subcontractors, updating as-builts with final site conditions/ measurements, conducting daily site inspections to ensure the student occupied campus was safe at the end of each work day. Field Engineer, Interstate Construction Inc., Rancho Cordova, CA July, 2002 — June, 2003 Built 2 $600k & $700k substations and laid out/ installed overhead and underground power lines. Intern/ Field Engineer, Helix Engineering (Pvt) Ltd. Colombo, Sri Lanka, February 1998 — January 1999. Surveyed existing tea factories & assisted in design of new tea factories & upgrades. Prepared estimates for proposed work. Blue -print reading for existing & new construction. APPENDIX 2 WE ARE LOCATED NEAR PASADENA Local Inspectors and Technicians are Readily Available TWINING, INC. ``oes 0!!41 2883 East Spring Street, Suite 300 Does Long Beach, CA 90806 �0f! 562.426.3355 office 00190 www.twininginc.com Does 0000 •041 Headquartered in Los Angeles County 000 Twining is headquartered and operates a full •• service laboratory in Los Angeles County. We ! currently hold and have held numerous municipal on -call contracts with agencies within Los Angeles County, and the surrounding area. Including the cities of Glendale, Los Angeles, Long Beach, Thousand Oaks, and Huntington Beach. Our laboratory is certified by all the significant authorities and can handle the testing for even the largest projects. Thanks to this proximity, Twining can commit to an expedited dispatch window when needed. DIR #1000005568 exp. 06/30/2025 04000 CORE VALUES LONG BEACH VENTURA RIVERSIDE SAN DIEGO SACRAMENTO CONCORD ii VWWWW 000 000 am om (_IJI IF uuuuuu Twining, Inc. I City of Elmonte 4-^tpment of Qualifications and Experience EXPERIENCE Twining has established enduring partnerships with numerous municipalities and public agencies throughout California. Our extensive track record encompasses participation in over a thousand public works projects, positioning us as a trusted name in the industry. We are proud to be part of 30+ on -call lists, showcasing our commitment to providing responsive services. Our involvement spans a broad spectrum, with project values ranging from $10,000 to $100,000,000. This diversity extends to the types of projects we've contributed to, including local city parks, municipal buildings, bridges, and sports arenas. At Twining, we firmly believe that no project is too small; our unwavering dedication to professionalism ensures that we approach each endeavor with the utmost skill and care, consistently meeting the high standards you anticipate. We look forward to applying the knowledge and insights from our extensive experience to the City's upcoming projects. Below is a list of our esteemed Southern California public agency clients, further attesting to our established presence and dedication in the field. WORK WITH PUBLIC AGENCIES I ON -CALL CONTRACT City of Agoura Hills City of Alhambra City of Anaheim City of Artesia City of Azusa City of Beaumont City of Beverly Hills City of Buellton City of Buena Park City of Burbank City of Carlsbad City of Calabasas City of Camarillo City of Cerritos City of Chino City of Colton City of Commerce City of Costa Mesa City of El Centro City of El Monte City of Escondido City of Fontana City of Fullerton City of Glendale City of Garden Grove City of Huntington Beach City of Irvine City of Long Beach City of Los Angeles City of Montclair City of Monterey Park City of Moreno Valley City of Oceanside City of Ontario City of Orange City of Oxnard City of Riverside City of San Bernardino City of Santa Clarita City of Santa Monica City of Simi Valley City of Thousand Oaks City of Torrance DISTINGUISHING TWINING: OUR UNMATCHED QUALITIES County of Los Angeles County of San Bernardino County of San Diego County of Santa Barbara County of Ventura Eastern Municipal Water District Long Beach Water District Los Angeles County Sanitary District Unwavering Commitment to Stringent Standards: Twining is aligned with the industry's most rigorous inspection and certification criteria. Our certifications are from prominent agencies, including Caltrans, the Federal Aviation Administration (FAA), the United States Army Corps of Engineers (USACE), the American Association of State Highway and Transportation Officials (AASHTO), and the Cement and Concrete Reference Laboratory (CCRL) underscore our status as a certified geotechnical, asphalt paving, materials testing, and inspection laboratory. Expert Team of Technical Support: Our distinguished Technical Support Group comprises industry leading experts in construction materials technology. These seasoned professionals possess profound expertise in concrete, asphalt, structural steel, and soil. They are ready to provide invaluable consultancy services, offering alternative approaches and creative solutions to tackle materials -related construction challenges as needed. By partnering with Twining, you gain access to a wealth of technical knowledge and value engineering expertise, safeguarding two of your most critical assets: time and capital.At Twining, our unwavering commitment to rigorous standards and our team of technical experts set us apart, ensuring that your projects benefit from the highest levels of quality and innovation. Twining, Inc. I City of El Monte O U N 1 f/1 O N C i N N N N U M O) _ 1 U p N = 1 C N C A H U U O_ N O C O C = C O 1 O T O W G mU A p O_ �` d N Z N F =p U fn W O) = d U 1 W V = y H T T T T p LL LL Z 7 O y O V N Q d J C = C O p m '� m p U li LL C W p p O_ a) N > O > O > O > cn O Q D7 D7 C C D7 C O] C O) O] C C U U U U U U U U U U U U U U U M . = U a a a U U U U U U U U U U U U U U n n n n O H H H H H H "TWINING Eddie Perez, Inspector Eddie Perez brings over 13 years of technical expertise as a public works construction and quality assurance manager. He serves as the City's eyes and ears on public works construction. He routinely attends construction progress meeting with City officials and the contractors. He reviews and ensures adherence to construction plans and project specifications. His experience encompasses all aspects of public works construction with special emphasis on roadway projects that include utility work ADA ramp remove and replace, street signal loop and signal install and roadway striping in addition to asphalt and concrete paving. He is intimately familiar with Caltrans and Green Book Standards and serves as an extension of City resources. Overview In the Industry since 2011 Joined Twining in 2011 Current Licenses Held • CalTrans 125 ADMIX, 125 AGG,125 BIT, 125 CEM,125 GEN, 125 HMA • Nuclear Density Gauge Operator Project Experience • 2 Commercial Parking Lots, San Diego • 2nd and PCH Retail Center • All American Asphalt, Inert Debris Engineered Fill Operation • Bell Canyon HOA, Asphalt Pavement Data Coring • Big Bear Airport, Airfield Lighting & Electrical Systems Improvements • Bolsa Chica Conservancy, New Pump Foundations • California Department of Water Resources, Perris Dam Seismic Remediation • CalTrans, 05-OT7304, Route 101, Santa Barbara County • CalTrans, 05-1 F0104 Route 166, San Luis Obispo • CalTrans, 05-1 K3904 Highway 246 Resurfacing • CalTrans, 06-OG8304 Route 99, Kern County • CalTrans, 06-OK8904 Lower 1-5, Bakersfield • CalTrans, 06-OL6404 Route 99, Kern County • CalTrans, 06-ON1604 Route 178, Kern County • CalTrans, 06-OQ3604 Route 119, Kern County • CalTrans, 06-OS2804 Route 58, Kern County • CalTrans, 06-442524 Route 46, Lost Hills • CalTrans, 07-04Y6604 Route 1 • CalTrans, 07-127224 Route 138, Los Angeles County • CalTrans, 07-127274 Route 138165th Street to 190th Street, Widen Road • CalTrans, 07-202114 Route 710 • CalTrans, 07-215944 Route 5, Norwalk • CalTrans, 07-2423041-5, Mission Hills • CalTrans, 07-251504 Route 101 Rehabilitation, Thousand Oaks • CalTrans, 07-252624 Route 5-14, Castaic • CalTrans, 07-253804 Route 210, Los Angeles County 0 CalTrans, 07-269004 Route 710, Los Angeles County "TWINING • San Bernardino County Transportation Authority,)-15 Ranchero Rd Interchange Improvement(IFB C12218) • San Bern a rdi no County Transportation Authority, Tippecanoe Avenue Interchange • San Bernardino International Airport Authority, 3rd Street Roadway and Infrastructure Improvements • San Diego Association of Governments, Mid -Coast TroIley LRT Seg 3-4 • San Diego Association of Governments, South Bay Bus Rapid Transit, Segment 3 • San Diego County Regional Airport Authority, Rehabilitation Cross Taxiways, B1, 134-137, C3, C4 and Cb • San Diego County Regional Airport Authority, Rehabilitation Runway 9-27 & Cross Taxiways • San Manuel Band of Mission Indians, Reservoir Creek Improvements • Santa Barbara Airport, Paving • South Coast Water District, Laguna Beach Tunnel Stabilization and Sewer Pipeline Replacement, Phase 1, 2, 3, 4 • Southern California Logistics Airport, Runway 17-35 Rehabilitation • Street Improvement Project & Main St. Bridge Rehabilitation FY 2013-2014 • United States Department of Agriculture, Forest Service Administration and Warehouse Buildings Job#1379 • Universal Studios Hollywood, Boulevard Retail • University of California, Irvine, Mesa Court Expansion • University of California, Irvine, Middle Earth Housing Expansion • University of California, Los Angeles, Luskin Conference & Guest Center • Val Verde Unified School District, Sierra Vista Elementary School, Pavement Evaluation • Ventura County Medical Center, Fainer Remodel • Ventura County Medical Center, HRW • Verizon, Bloomington Central Office, AWS/PCS Upgrades (N14-051) • VictorValley Wastewater Reclamation Authority, Upper Narrows Pipeline Replacement • Waldorf Astoria, Beverly Hills • Walmart, Cochran St Parking Lot • Westfield Topanga Village, Costco • Westfield Topanga Village, Retail • Westin Anaheim Resort & Hotel • Wilshire Grand, Redevelopment • Yaamava Resort & Casino, (4) Residential Lots Grading, (RCI# 1414) Project Details • City of Long Beach, LGB Taxiway C Improvements The Long Beach Airport (LGB)Taxiway C project included the reconstruction of the pavement, and update of Taxiway C and associated taxiways in accordance with the airfield geometry study. This included the demolition of existing runway and taxiway pavements, reconstruction of the existing pavement for use as Taxiway C, incorporation of existing Taxiway C into the terminal ramp area, associated drainage improvements, and new LED electrical designs. Twining provided material testing and inspection services, as well as geotechnical services. The firm's scope included the testing and inspection of soils, asphalt pavement, and concrete pavement. Eddie provided construction management support. • City of Long Beach, Long Beach Airport, Taxiway B Project The project consisted of removal of existing asphalt concrete, excavation and grading, storm drain improvements, new pavement marking and lighting, and new pavement surfaces. The project took place at an active airport, pursuant to FAA specifications. Twining provided quality assurance material field and laboratory testing and special inspection services of soil, lime -treated subgrade, and asphalt pavement. Eddie provided field inspection of P304, P401, P403, and P501. "TWINING • City of Santa Clarita, Annual Overlay and Slurry Seal Program This is a comprehensive, city-wide pavement maintenance program that includes utility cover lowering/raising, AC pavement mill and overlay, micro surfacing, ADA ramp removal and replacement, street signal loop and signal installation, and roadway striping. Eddie serves as the City's construction manager and reviews all construction plans and bid quantities prior to the start of work. He ensures all notices and signage are adhered to and placed by the contractor, including adherence to federal labor laws, priorto start of work. He coordinates construction schedules with contractor, public agencies, sanitation, transit, and schools. He reviews and implements traffic control plans and ensures the contractor -installed ADA ramps meet project requirements. Eddie collects load tickets, measures areas/materials for bid quantities, and updates the engineer's monthly estimates daily. Eddie also records all 'manpower' equipment used on daily basis. He reviews field inspector's daily reports, attends weekly construction progress meetings with City officials and the contractor, supervises and schedules field inspection as needed, and oversees material sampling and testing. Ourteam coordinates with the construction team and the City's public works inspector to resolve issues during construction as needed. Our team inspects and verifies all construction materials are in total compliance with applicable rules and regulations. Through this proactive inspection approach, not a single out of compliance load of rubberized asphalt concrete has been shipped to the project. • Los Angeles County Department of Public Works, Compton Woodley Airport Runway 711/25L Pavement Reconstruction This project consisted of rehabilitating the existing Runway 7R/25L, which runs parallel to taxiway Alpha and connectors. In orderto comply with FAA standards as well as the County's formal Airport Pavement Maintenance Program, no additions or deletions of paved areas were required to improve the current conditions. The project included removal of existing asphalt concrete, grading, drainage, layout, and pavement striping. Twining provided technical support and material testing and inspection. Eddie provided field inspection of P401. • City of Chino, Riverside Drive Storm Drain This project consisted of the Riverside Drive storm drain and signal modification at Riverside Drive and Monte Vista Avenue in Chino. Ourteam provided materials testing forthis project. Eddie served as a public works inspector and performed soils testing. • City of Thousand Oaks, Annual Overlay Program The City of Thousand Oaks is responsible for maintaining approximately 380 miles of streets and is a leader in exploring the use of innovative pavements with emphasis towards utilizing recycled crumb rubber in asphalt concrete pavements. Since 2010, the City has engaged the services of Twining to assist in review and revision of the community's pavement rehabilitation specifications, perform materials design studies, implement quality assurance programs, perform construction inspection and testing, and perform pavement destructive testing and assist with pavement deflection testing forfuture pavement designs. Eddie serves as the City's construction manager, attending weekly construction progress meeting with City officials and the contractor(s). He reviews and ensures adherence to construction plans and project specifications. Eddie reviews inspector's daily field reports, enforces traffic control requirements, performs scheduling of field/plant inspection, coordinates material sampling/testing, collects all load tix/invoices and verifies and logs all bid quantities. Twining has also provided annual materials certifications and labor compliance interviews throughout the projects. • City of Huntington Beach, Cast Iron Pipe Replacement The project consists of the removal of 1,600 linearfeet of existing 6-inch cast iron water pipelines and replacement with 6-inch PVC pipe along four alleys and pavement reconstruction of six alleys in the downtown area of Huntington Beach. The project areas consist of several locations north of Atlanta Avenue to Memphis Avenue and east of 10th street to Florida Street. Twining is currently proving construction, materials testing services forthis project. Eddie is serving as Public Works Inspector. He is responsible forsoils testing, compaction testing and pulling samples to bring back to the laboratory. He fills out a daily report for each day he is on the project. San Jose Creek Water Reclamation Plant, Stage 1 This project provided additional capacity and redundancy for the Return Activated Sludge pump station to support the secondary treatment process. To ensure continuous operation, a new Return Activated Sludge pump station was constructed with the existing pump station in operation. The project included construction of a new wet well, replacement of existing pumping equipment and associated piping, and upgrades to ancillary electrical and control systems. Twining performed materials testing and inspection. Our inspectors performed quality control testing on soils, aggregate base testing, concrete, masonry, welding and reinforcing testing as well as laboratory testing. Eddie served as a soils technician. SBCUSD Pakuma K-8 School, Playfields & Park This entirely new K-8 school campus as well as playfields and a park will span over 18 acres. Eddie served as an inspector for this project. He was responsible for the quality of concrete and for the testing and inspection of soils. Perris Boulevard Widening, City of Moreno Valley California Lead Quality Assurance/Control Inspector. This project consisted of widening Perris Boulevard and street improvements in Moreno Valley. Our team provided geotechnical observations, material submittal review and materials testing as needed on the project. Eddie served inspectors for this project. His daily duties consisted of coordinating with City and agency personnel, keeping daily field notes, material quality control, sampling and laboratory testing. Project Cost: $33.9M; Project Year: 2015 South Milliken Avenue Grade Separation, City of Ontario The City of Ontario worked together with San Bernardino Associated Governments to construct a grade separation over North Milliken Avenue to carry the east/west UPRR tracks over North Milliken Avenue. The 1.5-mile-long project provided a railroad bridge at the existing train crossing between Guasti Road and Airport Drive. The project involved elevating the profile of the railroad track up to 28 feet in height so that the trains traveled over the existing roadway at north Milliken Avenue. The project also involved utility relocations, PCC paving, asphalt paving, shoofly track, traffic signals, electrical, lighting, stage construction, traffic control, landscape and irrigation, signing and striping. Twining provided quality control services for this project. The firm's scope included providing concrete, soils, asphalt, shop, and field inspection. Project Cost: $49M; Project Year: 2017 Hello all, I wanted to contact you two in regards to Eddie Perez. We would like to recognize Eddie Perez for all his hard work and dedication to thisyears Overlay & Slurry Seal projects. Not only has Eddie gone above and beyond his job duties, he is extremely communicative, organized, and focused to this years projects. He has taken the initiative to handle all resident complaints, paving inspections, scheduling, punch list .items, coordination, and communication. Working with Eddie has been a pleasure, and we are very thankful for everything he has done thus far. We really couldn't do it without him! Best, Makayla Koons. City of Santa Clarita Public Works IWO Phone: (661 ) 294-2561 Email: takoonsAsanta-clarita.com "TWINING First Name Last Name Labs} Active CertificationslProficiencies Eddie Perez 1) Twining Laboratories of Southern California CT 125 ADMIX Sampling -ADMIXTURE 1879 Pertola Road, Suite G Ventura CT 125 AGG Sampling -AGGREGATES District 7 CT 125 BIT: Sampling - BITUMINOUS 2) Twining Laboratories of Southern California CT 125 GEM: Sampling - CEM 3310 Airport Way Long Beach CT 125 GEN Sampling - GENERAL District 7 GT 125 Hi Sampling - I APPENDIX 3 (64P PDAConsulting Group Inc. 5757 W. Century Blvd., Suite 575 Los Angeles, CA 90045 310.910.0490 office www.pdaconsultinggroup.com COMPANY PROFILE PDA Consulting Group, Inc. is an independent community engagement consulting firm providing services in the development and implementation of socio-economic, community benefits, public information, and community outreach programs. The firm's services reflect an understanding of the rich diversity of many regions across the country, and the increasingly important interface between private sector entities, governmental agencies, and the public in delivering projects that enjoy broad -based public support and acceptance. The firm provides a range of community support services to meet the unique needs of its public and private sector clients. PDA Consulting Group, Inc. (PDA) has employed technology and innovation in designing programs and processes that promote equal access for all sectors of the business and workforce community. The firm's experience, knowledge of the local market, and relationships with key stakeholders enable PDA to work collaboratively in delivering projects that enjoy broad -based community support. PDA has a proven track record in assisting owners in meeting diversity and inclusion -related objectives and is committed to excellence in program delivery and client satisfaction. PDA has been an integral part of some of the region's largest and most visible projects with Small, Minority, Women, Disadvantaged, and Disabled Veteran Business inclusion programs; Project Labor Agreement (PLA) local/targeted worker, and community engagement outreach programs. PDA VISION At PDA, we believe that every community is unique with its own set of issues and concerns, along with many stories of accomplishments and struggles. Therefore, PDA's approach to community engagement is to design COMMUNITY OUTREACH AND PUBLIC PARTICIPATION PDA tailors programs that enhance community relations and public participation. To accomplish this, we focus on areas of community concerns or interests and design specific strategies to best meet desired goals and objectives. We also have experience in formulating innovative ways to reach specific diverse communities. PDA has the ability to provide media consultation and direction so that our client's message can be delivered in the most effective format. LABOR/WAGE/SECTION 3/PLA COMPLIANCE MONITORING PDA has expertise and experience in conducting comprehensive prevailing wage and Section 3 compliance monitoring programs to ensure compliance with all applicable statutory and regulatory provisions for State and Federally funded projects. PDA has also developed a comprehensive system to track and maintain certified payrolls and all other required documentation associated with compliance and investigation activities. Pamela Penn President/CEO Education Oakland Community College Compton Community College Course work in Business Management & Labor Relations Affiliations/Certifications PDA Foundation, Founder Bridges Community Economic Development Corporation, Board Member About Pam Licenses N/A e40 PDAConsulting Group Inc. Pamela (Pam) Penn brings over 30 years of experience developing and implementing community benefits and public participation programs. She has established a successful track record in working with governmental agencies, private developers, general contractors, elected officials, small businesses and community residents. Prior to starting her business, Pamela served in several responsible management positions in both the public and private sectors. During her career she's been charged with developing strategies to ensure that small and underserved businesses are provided access to contracting opportunities. She has also successfully branded strategies for providing construction trade careers for local communities surrounding numerous construction projects. Pam's expertise in outreach programs have been helpful to clients in generating performance from small, and historically underutilized businesses and community individuals; and in communicating the associated outcomes to clients and other interested stakeholders. Pam has extensive knowledge, and experience developing business and employment outreach programs for large infrastructure, commercial, healthcare, and residential construction. Pam will utilize her experience inenhancing the economic effects of the project's construction through the many construction small business and job opportunities expected to be created as a result of this construction. Select Experience LAWA AUTOMATED PEOPLE MOVER PROJECT — LOS ANGELES, CA As the Workforce Development Coordinator, Pam ensures all contract provisionsand costs are fully adhered to. She serves as the designated contact person and attends project meetings with LINXS' Management team and construction project team, when required. She also participates with employmentactivities in the project community and provides the technical leadership and project management necessary to achieve positive and successful scope of workcompletion. AECOM- TURNER, INTUIT DOME AREA — INGLEWOOD, CA Pam is responsible to ensure that contract provisions and costs are adhered to for the Local Hire Program. She serves as the designated contact person, attend project team and community meetings; and provide technical leadership and project management for this new 18,000-seat multi -purpose arena for the Los Angeles Clippers. LOS ANGELES STADIUM & ENTERTAINMENT DISTRICT AT HOLLYWOODPARK— INGLEWOOD, CA Pam served as the Project Manager to ensure all contract provisions and costs were fully adhered to. Pam was the designated contact person and attended project meetings with the General Contractor team and the community, Pam also provided the technical leadership and project management necessary to assess and ensure a clear understanding of community employment needs to achieve the 30% local hire goals established for this project. MARK RIDLEY THOMAS BEHAVIORAL HEALTH CENTER — LOS ANGELES, CA Pam was responsible for ensuring the General Contractor and all subcontractors adhere to the LSBE outreach and participation goals. She was also responsible for ensuring all aspects of the Community Workforce Agreement (CWA) for theinclusion of local and targeted workers were met on this County of Los Angeles project. — Professional Services Procore Professional Services Connecting Procore, People, and Construction to Ignite Client Success Implementation Services "Advise" Implementation Implementation package for new clients who need the Procore team to advise the Procore Committee during the implementation period. The customer is responsible for rollout and training their external teams. "Consult" Implementation Implementation package for clients who need tailored best practice implementation advice to meet your business needs. The Procore team is there to consult the customer on how to make Procore work for their business, and can assist the customer with rollout and training for external teams and projects. "Deliver" Implementation Implementation package for new clients who need the Procore team to not only consult but help deliver your desired outcomes through partnership in product configuration and training. al Add -On Services ERP Implementation Plus An enhanced implementation partnership designed to enable greater adoption of ERP Connectors by providing additional training, consultation, ERP SOP guidance and development. Custom Solutions -Built Forms and Reports Development time for building custom forms, workflows, and tools for the Procore platform. Purchased in 5-hour blocks. Work performed by Procore's Custom Solutions. Remote Admin Services (RAS) Procore expert(s) to set up configurations within a client's account based on best practices and import project data on behalf of the client. Virtual Consulting & Training Virtual consulting services with Procore resources such as Strategic Product Consultants and Training Management Specialists. Common uses include deep -dive virtual consulting and training for the Procore suite of tools and custom Procore reporting. Purchased in 5-hour blocks, including 4 hours of consulting calls and 1 hour of administration time for preparation and follow-up. <§ Annual Subscription Services Premier Support Designated Support services with quicker response times, expert troubleshooting, proactive issue management, and virtual monthly support reporting consultation. Includes access for up to 5 company admins PROCORE "CoreStart" Implementation* Implementation package designed to provide flexibility to you and your teams while getting you off to a strong start during the first 12 weeks with Procore and will help accelerate time to value. All services included in this package expire 10 weeks after service start date. Note: This package is only available to certain Procore customers based on their Annual Construction Volume (ACV). Reach out to your Procore point of contact for more information. Custom Statement of Work (SOW) Custom bundle of multiple services based on business needs. Also used for Technical Services such as Custom Integration Development & Support, as well as Integration Consulting Services. Analytics Implementation Core A guided Analytics implementation, with assistance on connecting Power BI and Procore Analytics, setting up out -of -the -box reports, and training for power user(s). Analytics Implementation Plus A guided implementation with strategic planning for rollout and training. Procore's team can provide detailed requirements discovery and custom report design; configuration and best practice consultation; an end user training. Onsite Consulting & Training** Onsite strategicconsulting with the client. Flat fee per day, which includes travel expenses. **Note: Dates must be booked at least 4 weeks in advance. 12 person limit on attendees. Cancellation fees will apply. Trainings typically led by SPC team. Only available through a Custom SOW and subject to SPC availability. Integration Maintenance & Support Required services for Custom Integration work. Added when Integration services are in a SOW. procore.com 1 866 477 6267 The pricing presented should be considered as non -binding budgetary pricing to be leveraged for modeling and scenario planning, and as such, is subject to formal approval before it can be considered final. Kane Construction Services, Inc. Summary of costs for Material Testing, Labor Compliance, SWPPP/ QSP and Software Services for the City of Santa Clarita's Old Orchard Park Project Item Subtotal - From Cost detail sheet Subconsultant Markup (15%) TOTAL PM Services/ Oversight - KCSI $ 26,460.00 $ - $ 26,460.00 Inspection & QA-Twining, Inc. $ 98,430.80 $ 14,764.62 $ 113,195.42 Qualified SWPPP/ QSP - Twining, Inc. $ 42,536.00 $ 6,380.40 $ 48,916.40 Labor Compliance - PDA $ 91,500.00 $ 13,725.00 $ 105,225.00 Project Management Software - Procore - 1 year subscription $ 21,801.00 $ 3,270.15 $ 25,071.15 SubTotal for Services $ 280,727.80 $ 38,140.17 $ 318,867.97 ITotal Budget for Proposal NTE 318,867.97 NOTES: The estimated project budget is for an 8.5-month period and will be billed monthly on a time & material basis. Services/ scope of work covered in this cost proposal for inspections does not include retesting/ re - inspection of non -compliant work. Services/ scope of work covered in this cost proposal does not include any extra work due to schedule changes beyond the 8.5 months quoted herein. KCSI & Twining have reviewed the RFP for the construction of this project and have taken into account Geotech and other inspections that were not covered in that solicitation. PM Services have been calculated to NTE amount listed above & any hours beyond will be billed at $210/ hour on a Time & Material basis. Cost of printing, mileage, telephone, mailing and other expenses incidental to the performance of the requirements of this RFP are at cost. PM Services overview of scope of work — City of Santa Clarita KCSI has estimated hours as listed in the spreadsheet below, which will include the following tasks: • Job walk, minimum of one. • Pre -construction meeting attendance. • Attendance to site and all other meetings, as needed. • Coordination of training of software with vendor, estimate minimum of 6 training sessions. • Ongoing City/ Subconsultant/ Vendor management, coordination and oversight, as needed, and PM will be included in all correspondence of project updates, meeting minutes, etc. • Any unforeseen events that needs Prime Contractor involvement to resolve any subconsultant/ vendor conflicts or deficiencies Please note that these hours shall be expended on an as needed basis, and to the Not - To -Exceed (NTE) limit of $26,460.00. Any hours beyond this NTE limit shall be charged at a Time & Material basis at $210.00 per hour. Task No. Task Description Hours Rate Total 1Job Walk 4 $ 210.00 $ 840.00 2 Pre -construction Meeting 4 $ 210.00 $ 840.00 Misc. Meetings (estimated as -needed) 3 over 34 weeks 34 $ 210.00 $ 7,140.00 Training coordination - Communicate 4with City & vendor to set up training. 16 $ 210.00 $ 3,360.00 Ongoing City/ subconsultant/ vendor coordination and management (estimated as -needed, 2 hours a week/ 5 34 weeks) 68 $ 210.00 $ 14,280.00 Total Estimated Hours 126 $ 26,460.00 Project Name: City of Santa Clarita, Old Orchard Park Twining Inc, Ventura Proposal No: 24-1203 Michael J Molina Date: June 12, 2024 Phone: (951) 552-0031 of Work DIVISIONDescription Assumptions Total • • Soils / Asphalt Technician Compaction Testing of Base & HMA Asphalt 40 Hours $ 130.00 $ 5,200.00 Project Manager / Engineer PM, Coordination, Scheduling, Lab & Filed Report Portal to portal 2 Hours $ 200.00 $ 400.00 Review, Site Visits Laboratory Testing 1 Allowance $ 800.00 $ 800.00 Clerical / Report Distribution 1 Hours $ 85.00 $ 48.00 SUB -TOTAL $ 6,448.00 DIVISIONCONCRETE Special Inspector/Registered Deputy Inspector - Reinforced Concrete Flatwork Concrete 32 Hours $ 130.00 $ 4,160.00 Special Inspector/Registered Deputy Inspector - Drilled In Anchors 24 Hours $ 130.00 $ 3,120.00 Field Engineering Technician - Pull Testing and Torque Testing 16 Hours $ 130.00 $ 2,080.00 Concrete Quality Control (ACI Technician 320 Hours $ 130.00 $ 41,600.00 Project Manager / Engineer 35 Hours $ 200.00 $ 7,000.00 Compression Strength: 4" x 8" Cylinders 200 Tests $ 32.00 $ 6,400.00 Standard Sample Pickup 24 Hours $ 95.00 $ 2,280.00 Clerical / Report Distribution 31 Hours $ 85.00 $ 2,665.60 SUB -TOTAL $ 69,305.60 DIVISIONMASONRY Special Inspector/Registered Deputy Inspector - Masonry Portal to portal Portal to portal 40 Hours $ 130.00 $ 5,200.00 Special Inspector/Registered Deputy Inspector- Drilled In Anchors 12 Hours $ 130.00 $ 1,560.00 Field Engineering Technician - Pull Testing and Torque Testing 4 Hours $ 130.00 $ 520.00 Project Manager / Engineer 5 Hours $ 200.00 $ 1,000.00 Compression Test: Composite Masonry Prisms Up To 8" x 16" 3 Tests $ 190.00 $ 570.00 Compression: 2" x 4" Mortar Cylinders (UBC STD 21-16 9 Tests $ 60.00 $ 540.00 Compression: 3" x 3" x 6" Grout Prisms, Includes Trimming UBC STD 21-18 9 Tests $ 45.00 $ 405.00 Standard Sample Pickup 6 Hours $ 85.00 $ 510.00 Clerical / Report Distribution 5 Hours $ 85.00 $ 412.20 SUB -TOTAL $ 10,717.20 DIVISION Shop Fabrication 1 local fabricator Portal to portal AWS Certified Welding Inspector (if required) Project Manager / Engineer Clerical / Report Distribution 40 Hours $ 130.00 $ 5,200.00 4 Hours $ 200.00 $ 800.00 3 Hour $ 85.00 $ 240.00 Field AWS Special Inspector - Structural Steel / Welding / HS Bolting Structural / HS Bolting Nondestructive Testing Technician Project Manager / Engineer Clerical / Report Distribution 32 Hours $ 130.00 $ 4,160.00 4 Hours $ 135.00 $ 540.00 4 Hours $ 200.00 $ 800.00 3 Hours $ 75.00 $ 220.00 SUB -TOTAL $ 11,960.00 REMARKS: This proposal is based on the plans and specifications included in the City's RFP, as well as Twining's experience on similar projects. Twining will invoice on a time and material basis, please see attached schedule of fees for additional terms and conditions. ESTIMATED GRAND TOTAL $ 98,430.80 W -11 "TWINING Project Name: City of Santa Clarita, Old Orchard Park (QSP) Twining Inc, Ventura Proposal No: 24-1203 Michael J Molina Date: June 12, 2024 Description Phone: (951) 552-0031 QSP Site Inspections QSP Site Inspections Weekly Site Vists Weekly 78 Visits $ 300.00 $ 23,400.00 QSP Site Inspections Pre -Strom Vists Weekly 15 Visits $ 300.00 $ 4,500.00 QSP Site Inspections 24- hour (including samlping) Weekly 25 Visits $ 400.00 $ 10,000.00 QSP Site Inspections Post Storm Visits Weekly 10 Visits $ 300.00 $ 3,000.00 Clerical / Report Distribution 19 Hours $ 85.00 $ 1,636.00 SUB -TOTAL $ 42,536.00 REMARKS: This proposal is based on the plans and specifications included in the City's RFP, as well as Twining's experience on similar projects. Twining will invoice on a time and material basis, please see attached schedule of fees for additional terms and conditions. ESTIMATED GRAND TOTAL $ 42,536.00 Monthly average cost of $2,363.00 'TWINING "TWINING Schedule Of Fees 2023-2024 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Task Code Engineering And Consulting Personnel Rate 10026 Senior Principal Advisor/Consultant $ 370.00 10001 Principal Engineer/Geologist $ 265.00 10017 Metallurgical Engineer $ 370.00 70000 Registered Geotechnical Engineer $ 265.00 10010 Technical Advisor $ 245.00 10011 Material Scientist, Welding/NDT Consultant $ 260.00 70003 Registered Geologist/Certified Engineering Geologist $ 260.00 10003 Senior Engineer/Geologist $ 235.00 10009 Registered Civil Engineer $ 225.00 60003 Roofing/Waterproofing Consultant $ 250.00 10013 Project Engineer/Manager $ 200.00 30000 Quality Control Manager $ 220.00 10005 Senior Staff Engineer/Geologist $ 205.00 10007 Staff Engineer/Geologist $ 195.00 10015 Quality Control Administrator $ 195.00 10019 Metallurgical Technician $ 165.00 90001 CADD Operator/Draftsperson $ 150.00 95103 Administrative Support $ 98.00 70107 Field Supervisor $ 185.00 91030 Safety Supervisor $ 185.00 20000 Laboratory Manager $ 170.00 98000 Laboratory Technician $ 145.00 90005 Expert Witness Testimony $ 600.00 91010 Qualified SWPPP Developer $ 205.00 91000 Qualified SWPPP Practitioner $ 195.00 30001 Vibration Engineer $ 225.00 Task Code Field Inspection Personnel Rate 10101 Concrete/Reinforced Steel Inspector $ 130.00 10103 Prestressed/Post Tensioned Inspector $ 130.00 10105 Concrete ICC Inspector $ 130.00 10109 Drilled -In -Anchor Inspector $ 13.00 10111 Gunite/Shotcrete Inspector $ 130.00 10113 Masonry Inspector $ 130.00 10201 Structural Steel/Welding Inspector $ 130.00 10203 AWS Certified Welding Inspector $ 130.00 10207 Fireproofing Inspector $ 130.00 10501 Lead Inspector $ 137.00 10115 Firestop Special Inspector- IFC Premier $ 155.00 10117 Firestop Special Inspector- IQP $ 200.00 70109 L.A. Deputy Grading Inspector $ 145.00 75001 Asphalt Field and Plant Inspector/Technician $ 130.00 70103 Pile Driving Inspector $ 134.00 70101 Soils Technician $ 134.00 10107 Concrete Quality Control (ACl/Caltrans Technician) $ 130.00 10122 Wood Framing Inspector $ 130.00 60001 Roofing/Waterproofing Inspector $ 145.00 10500 Public Works Inspector $ 150.00 10515 Mechanical Inspector $ 160.00 10519 Electrical Inspector $ 160.00 10521 Plumbing Inspector $ 160.00 10523 Building Inspector $ 160.00 30002 Vibration Monitoring Technician $ 155.00 50003 Field Engineering Technician $ 134.00 Task Code Shop Inspection Personnel Rate 10301 Structural Steel Fabrication Inspector $ 130.00 10309 Batch Plant Quality Control Technician/Inspector $ 130.00 10325 Glue -Laminated Fabrication Inspector Quotation 10328 Pre -Cast Concrete/Pipe Fabrication Inspector $ 134.00 Task Code Nondestructive Testing Personnel Rate 10401 NDE Ultrasonic Testing Technician $ 135.00 10403 NDE Magnetic Particle Testing Technician $ 135.00 10405 NDE Dye Penetrant Testing Technician $ 135.00 10305 Combination NDE Technician/Welding Inspector $ 140.00 10409 Radiographic Testing (Crew Of 2) $ 380.00 10020 NDE Engineer $ 245.00 Task Code Equipment Usage (Daily Unless Otherwise Noted) Rate 95318 Skidmore $ 48.00 95309 Torque Wrench, Small $ 20.00 95312 Torque Wrench, Large $ 30.00 Task Code Equipment Usage (Daily Unless Otherwise Noted), Continued Rate 95315 Torque Multiplier $ 45.00 95321 Air Meter $ 35.00 95322 Unit Weight Bucket $ 26.00 95323 Field Concrete Scale $ 35.00 95324 2" x 2" x 2" Mold $ 24.00 95343 Nuclear Gauge (Per Hour) $ 12.00 95319 Sand Cone Density Test Equipment $ 57.00 95333 Pull Test Equipment $ 70.00 95348 Concrete/Asphalt Coring Equipment $ 680.00 95336 Floor Flatness (Dipstick) $ 60.00 95330 Schmidt Hammer $ 45.00 95341 Vapor Emission Test Kits $ 55.00 95342 Relative Humidity Probe $ 85.00 95339 UPV (Ultrasonic Pulse Velocity) Meter $ 400.00 95351 Fireproofing Adhesion/Cohesion (Per Test) $ 40.00 95300 A Scan Ultrasonic Equipment And Consumables $ 95.00 95303 Magnetic Particle Equipment And Consumables $ 50.00 95306 Liquid Penetrant Consumables $ 45.00 95307 Phased Array Ultrasonic Equipment (Per Hour) $ 100.00 95347 Ground Penetrating Radar $ 380.00 95345 Impact Echo $ 385.00 95362 Ultrasonic Tomography $ 500.00 95349 Inertial Profiler (Per Hour) Quotation 95352 Borescope $ 300.00 95356 Infrared Camera $ 100.00 95357 Project Dedicated Vehicle $ 180.00 95364 Roller Compacted Concrete Vibrating Hammer/Tamping Plate $ 80.00 95367 Half -Cell Potential Equipment Set $ 385.00 95368 Concrete Electrical Resistivity Meter $ 180.00 95369 Field Hardness (Steel) $ 110.00 95370 Coating Thickness Gauge $ 110.00 95373 Curing Box (Not Temperature Controlled, One -Time Fee/ $ 750.00 Per Box) 95371 Temperature Control Curing Box (Per Month) $ 500.00 95372 Temperature Matching Curing Box (Per Month) $ 570.00 Task Code Specimen Pick -Up Rate 20107 20109 Task Code Technician For Specimen Pick -Up (Per Hour, 2-Hour Minimum) Technician For Specimen Pick -Up Before 5:00 a.m. Or After 5:00 p.m. Monday Thm Friday, Or All Day Saturday (Per Hour, 2-Hour Minimum Plus Mileage) Jobsite Trailer, Mobile Or On -site Laboratory $ 95.00 $ 200.00 Rate 95360 Portable Or Mobile Laboratory Unit Quotation 95374 Jobsite Trailer, Conex, Or Equipment Storage Box Quotation Task Code Concrete Tests (Field Made Specimens) Rate 20201 6"x 12" Cylinder Compression Strength (ASTM C39) $ 32.00 20202 4" x 8" Cylinder Compression Strength (ASTM C39) $ 32.00 20203 Density Of Structural Lightweight Concrete Equilibrium $ 100.00 Oven Dry Method (ASTM C567) 20205 Core Compression Including Trimming (ASTM C42) $ 90.00 20207 6" x 6" x 18" Flexural Beams Not Exceeding Referenced $ 125.00 Size (ASTM C78, C293 or CTM 523) 20209 Splitting Tensile Strength (ASTM C496) $ 125.00 20211 Modulus Of Elasticity Test (ASTM C469) $ 325.00 80003 Rapid Chloride Permeability Test: Cylinders Or Cores $ 570.00 (ASTM C1202) 80006 Density, Absorption, And Voids In Hardened Concrete $ 570.00 (ASTM C642) 40005 Flexural Toughness (ASTM C1609, Formerly ASTM C1018) $ 900.00 40006 Double Punch Strength Of Fiber Reinforced Concrete $ 600.00 40009 Coefficient OFThermal Expansion Of Concrete $ 650.00 (CRD 39, AASHTO T336) 40012 Bulk Electrical Resistivity (One Age Of Testing, ASTM C1876) $ 160.00 80013 Flexural Tensile Strength Of Metallic Fiber Reinforced Concrete $ 900.00 Beam (EN 14651) "TWINING Task Code Concrete Specimen Preparation Rate 20151 Sawing Of Specimens (Each) $ 50.00 20157 Coring Of Specimens In Lab (Each) $ 50.00 20159 Grinding Of Concrete Below 6000 psi Strength (Each) $ 90.00 20160 Grinding Of Concrete 6000 psi Strength And Above (Each) $ 110.00 Task Laboratory Trial Batch: Concrete, Cement Code And Mortar Rate 30216 Compression Test 4" x 8" Cylinders Made And Tested In $ 58.00 Laboratory (ASTM C192, C35) 30217 Compression Test 6" x 12" Cylinders Made And Tested In $ 68.00 Laboratory (ASTM C192, C35) 30219 6" x 6" x 18" Flexural Beams Made And Tested in Laboratory $ 140.00 (ASTM C192, C78) 30223 Splitting Tensile Strength Cylinders Made And Tested In $ 140.00 Laboratory (ASTM C192, C496) 30225 Modulus of Elasticity Test Cylinders Made And Tested In $ 340.00 Laboratory (ASTM C192, C469) 30227 Density Of Structural Lightweight Concrete Made In $ 115.00 Laboratory, Equilibrium or Oven Dry Method (ASTM C567) 30237 Bulk Electrical Resistivity (ASTM C1876) $ 175.00 30201 Laboratory Trial Batch (ASTM C192/Lab Procedure Performance) $ 550.00 30203 Concrete Mixture Design For Preconstmction Evaluation And $ 320.00 Backup Data Development 30205 Drying Shrinkage Up To 28 Days, Three 3" x 3" Or 4" x 4" Bars, $ 520.00 Five Readings Up To 28 Dry Days (ASTM C157) 30230 Additional Reading, Per Set Of Three Bars $ 60.00 30231 Storage Over Ninety (90) Days, Per Set Of $ 50.00 Three Bars, Per Month 30207 Setting Time Up To 7 Hours (ASTM C403) $ 200.00 30209 Bleeding (ASTM C232) $ 180.00 30229 Concrete Restrained Expansion (ASTM C878) $ 700.00 30211 Mix, Make and Test Mortar or Grout Specimens for Compressive $ 600.00 Strength: Set of 6 (ASTM C878) 20263 Non -Shrink Grout: Height Change Alter Final Set (ASTM C1090) $ 600.00 20265 Non -Shrink Grout: Height Change At Eady Age (ASTM C827) $ 850.00 30232 Cracking Resistance, Set Of Three Rings, Laboratory Trial $ 6,200.00 Batching, Test Until Cracking Or Up To 28 Days (ASTM 1581) 30233 Evaluation Of Pre -Packaged Masonry Mortars (ASTM C270) $ 1,300.00 30234 Creep (ASTM C512) (One Age Of Loading, 12 Months $ 8,500.00 Duration Of Testing) 80198 Laboratory Development of Strength -Maturity Curve Without $ 3,200.00 Establishing Datum Temperature (Up To 5 Testing Ages, ASTM C1074) 80199 Laboratory Development Of Strength -Maturity Curve With $ 5,200.00 Establishing Datum Temperature (Up to 5 Testing Ages, ASTM C1074) Task Code Evaluation of Mixing Water for Concrete Rate 80246 Evaluation of Mixing Water For Concrete Per The Requirements $ 1,000.00 Of ASTM C1602, Table 1 (Physical Properties Of Mortar), Per Sample 80248 Evaluation Of Mixing Water For Concrete Per The Requirements $ 1,200.00 Of Caltrans, Section 90, Per Sample Task Code Concrete - Chemical Analysis, Transport Properties, Service Life Modeling, Petrographic Examination Rate 80123 Acid -Soluble Chloride Analysis (ASTM C1152) $ 125.00 Includes Sample Prep) 80126 Water -Soluble Chloride Analysis (ASTM C1218) $ 150.00 (Includes Sample Prep) 80193 Chloride Diffusion Coefficient Of Cementitious Mixtures By $ 2,800.00 Bulk Diffusion (ASTM C1556) 80159 Bulk Resistivity (ASTM C1876) And Formation Factor $ 650.00 80204 Chloride Binding Isotherm $ 850.00 80206 Analytical And Experimental (ASTM C1556) Modeling Of Service $ 8,000.00 Life Of Concrete Per Life-365 Model, Per Mixture Design 80208 Analytical And Experimental (NordTest) Modeling Of Service $ 8,000.00 Life Of Concrete Per FIB Model Code 34, Per Mixture Design 80210 Non -Steady State Chloride Migration Coefficient, NordTest 492 $ 625.00 80212 Petrographic Examination Of Hardened Concrete, Level 1 $ 1,750.00 (ASTM C856) (Excludes Thin Section), Per Sample 80129 Petrographic Examination Of Hardened Concrete, Level 11 $ 2,250.00 (ASTM C856) Includes Thin Section, Per Sample 80218 Petrographic Examination Of Hardened Concrete, Level III $ 3,500.00 (ASTM C856/C1723) (Thin Section And SEM/EDX), Per Sample 80222 W/CM Determination (NordTest Build 361) $ 1,250.00 80224 Examination Of Volumetric Proportions Of Hardened Concrete $ 500.00 (ASTM C457), Per Sample 80228 Air Void Analysis Of Hardened Concrete (ASTM C457), $ 600.00 Per Sample 80232 Electron Microscopy (ASTM C1723) $ 750.00 80234 Paste Carbonation Analysis, Per Sample $ 250.00 80238 Insoluble Residue Analysis (ASTM C1324) Quotation 80240 Alkali -Silica - Damage Rating Index (DRI), Per Sample $ 1,250.00 Task Code Qualification Of Cements Rate 80100 Chemical Analysis Of Portland Cement Per Standard $ 750.00 Requirements (ASTM C150) 80103 Physical Testing Of Portland Cement Per Standard $ 750.00 Requirements (ASTM C150) 80194 Physical Testing Of Type K Cement, Mortar Expansion $ 750.00 (ASTM C806) 80195 Physical Testing And Chemical Analysis Of Portland Cement $ 1,400.00 Per Standard Requirements (ASTM C150) 80106 Partial Analysis Or Specific Physical Tests Quotation 80110 Sulfates Resistance Of Hydraulic Cement (ASTM C1012), $ 3,000.00 6 Months 80111 Sulfates Resistance Of Hydraulic Cement (ASTM C1012), $ 3,300.00 12 months 80149 Type 1 L Cement (ASTM C595, Excludes Special Properties) $ 1,400.00 80151 Clinker Microscopy, Per Sample $ 850.00 Task Physical Testing Of Chemical Admixtures For Code Concrete Rate 80196 Qualification Of Admixture (ASTM C494) Quotation Task Code Evaluation Of Pozzolans And Slag Cement Rate 80140 Chemical Analysis Of Fly Ash Per Standard Requirements $ 750.00 (ASTM C618) 80143 Physical Testing Of Fly Ash Per Standard Requirements $ 750.00 (ASTM C618) 80146 Partial Analysis Or Specific Physical Tests Quotation 80147 Chemical Analysis And Physical Testing Of Fly Ash Per $ 1,400.00 Standard Requirements (ASTM C1618) 80250 Qualification Of Silica Fume Per Standard Requirements $ 1,400.00 (ASTM C1240) 80252 Qualification Of Slag Cement Per Standard Requirements $ 1,400.00 (ASTM C989) 80254 Effectiveness Of Pozzolans & Slag Cement In Mitigating $ 1,400.00 Expansion Due To ASR (ASTM C441) Task Code Mass Concrete - Engineering And Testing Services Rate 80256 Thermal Control Plan (Without Cooling Pipes) Per A Unique $ 8,000.00 Type Of Placement Of Similar Group Of Placements, Each Plan 80258 Thermal Control Plan (With Cooling Pipes), Per A Unique $ 9,500.00 Type Of Placement Of Similar Group Of Placements, Each Plan 80260 Performance Based Maximum Temperature Difference $ 3,500.00 Laboratory & Analytical Studies, One Concrete Mixture Design Task Rock And Concrete Aggregates - Petrographic Code Examination & Special USACE & CRD Tests Rate 80262 Rock Type Description, Per Sample (Rock Core Or Rock $ 850.00 Chunk) 80263 Rock Type Description +XRD Including Clay Analysis, $ 1,450.00 Per Sample 80266 Natural Aggregates - Petrographic Examination (Gravel And $ 2,750.00 Natural Sand Consisting Of Single Rock Type ASTM C295) Each, One Sample 80268 Crushed Aggregates - Petrographic Examination (Crushed $ 2,250.00 Rock And Manufactured Sand Consisting Of Single Rock Type ASTM C295), Each, One Sample 80270 Coarse Aggregate Certification For Deleterious Materials Per $ 5,900.00 Specifications Of USACE, Materials Coarser Than 0.75-Inch Each, One Sample, 200 lb. 80272 Coarse Aggregate Certification For Deleterious Materials Per $ 5,500.00 Specifications Of USACE, 0.75-Inch And Finer Material, Each, One Sample, 25 lb. 80274 Fine Aggregate Certification For Deleterious Materials Per $ 2,000.00 Specifications Of USACE, Each, One Sample 80276 Aggregate, Scratch Hardness (CRD-C 130), Each, One Sample, $ 400.00 25 lb. Task Code Soils And Aggregate Tests Rate 30503 Abrasion: LA Rattler (ASTM C131) $ 200.00 30505 Abrasion: LA Rattler (ASTM C535) $ 210.00 70301 Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204) $ 160.00 70303 California Bearing Ratio Excluding Maximum Density $ 580.00 (ASTM D1883)Soil 70304 California Bearing Ratio Excluding Maximum Density $ 650.00 (ASTM D1883) Cement -Treated Soil 70344 Cement -Treated Soil/Base Mix Design: Includes Three Trial $ 3,500.00 Cement Contents With Three Unconfined Compressive Strength Specimens Per Cement Content 70305 Chloride And Sulfate Content (CTM 417, CTM 422) $ 175.00 30403 Clay Lumps And Friable Particles (ASTM C142) $ 200.00 30321 Cleanness Value 1 " x #4 (CTM 227) $ 175.00 30322 Cleanness Value 1.5' x .75' (CTM 227) $ 275.00 "TWINING Task Code Soils And Aggregate Tests, Continued Rate 70393 Collapse Potential/Index (ASTM D5333) $ 225.00 70396 Compressive Strength Of Molded Soil -Cement Cylinders $ 105.00 (ASTM D1633) 70309 Consolidation Test Full Cycle (ASTM 2435, CTM 219) $ 195.00 70311 Consolidation Test Time Rate Per Load Increment $ 45.00 (ASTM D2435, CTM 219) 70313 Corrosivity Series Sulfate, Cl, pH, Resistivity (CTM 643, $ 245.00 417, and 422) 70315 Crushed/Fractured Particles (ASTM D5821, CTM 205) $ 175.00 70317 Direct Shear Test Remolded And/Or Residual (ASTM D3080) $ 245.00 70319 Direct Shear Test Undisturbed - Slow [CD] (ASTM D3080) $ 225.00 70321 Direct Shear Test Undisturbed - Fast [CU] (ASTM D3080) $ 195.00 70378 Durability Index Per Method-A,B,C, or D (ASTM D3744, $ 210.00 CTM 229) 70325 Expansion Index (ASTM D4829, UBC 18-2) $ 170.00 75004 Fine Aggregate Angularity (ASTM C1252, CTM 234, $ 190.00 AASHTO T304) 30507 Flat And Elongated Particle (ASTM D4791) $ 240.00 30508 Flat Or Elongated Particle (ASTM D4791) $ 210.00 70331 Maximum Density Methods A/B/C (ASTM D1557, $ 190.00 D698, CTM 216) 70333 Maximum Density Check Point (ASTM D1557, D698) $ 65.00 70335 Maximum Density AASHTO C [Modified] (AASHTO T-180) $ 195.00 70336 Maximum Index Density Vibratory Table (ASTM D4253) $ 345.00 70337 Moisture Content (ASTM D2216, CTM 226) $ 25.00 70339 Moisture and Density Ring Sample (ASTM D2937) $ 30.00 70341 Moisture and Density Shelby Tube Sample (ASTM D2937) $ 40.00 70340 Moisture -Density Relations Of Soil -Cement Mixtures $ 275.00 Premixed In The Field (ASTM D558) 70342 Moisture -Density Relations Of Soil -Cement Mixtures $ 350.00 Mixed In The Lab (ASTM D558) 70328 pH Of Soils (ASTM D4972) $ 60.00 70330 Organic Content Of Soils (ASTM D2974, Method A Only) $ 85.00 30401 Organic Impurities (ASTM C40, CTM 213) $ 90.00 70343 Permeability (ASTM D5084) Quotation 80001 Potential Reactivity Chemical Method (ASTM C289 - $ 750.00 Discontinued Method) 70394 Potential Reactivity Mortar Bar Expansion Method, $ 925.00 14-Day Exposure (ASTM C1260) 70391 Potential Reactivity Mortar Bar Expansion Method, $ 975.00 28-Day Exposure (ASTM C1260) 70398 Potential Reactivity Concrete Bar Expansion Method $ 2,800.00 (ASTM C1293), 12 month 70399 Potential Reactivity Concrete Bar Expansion Method $ 3,100.00 (ASTM C1293), 24 month 70397 Potential Reactivity of Aggregate Combination, Nonstandard $ 1,100.00 Method, 14-Day Exposure, Mortar (After ASTM C1567) 70392 Potential Reactivity Of Aggregate Combination, Nonstandard $ 1,150.00 Method, 28-Day Exposure, Mortar (After ASTM C1567) 70345 R-Value Soil (ASTM 2844, CTM 301) $ 440.00 70347 R-Value Aggregate Base (ASTM D2844, CTM 301) $ 490.00 70349 Sand Equivalent (ASTM D2419, CTM 217) $ 125.00 70351 Sieve #200 Wash Only (ASTM D1140, CTM 202) $ 90.00 70353 Sieve With Hydrometer 3/4" Gravel To Clay (ASTM D422, $ 250.00 D7928, CTM 203) 70355 Sieve With Hydrometer Sand To Clay (ASTM D422, $ 240.00 D7928, CTM 203) 70357 Sieve Analysis Including Wash (ASTM C136, CTM 202) $ 150.00 70359 Sieve Analysis Without Wash (ASTM C136, CTM 202) $ 120.00 70360 Sieve Analysis Split Sieve (ASTM C136, CTM 202) $ 240.00 70361 Sieve Analysis Without Wash With Cobbles (ASTM C136, $ 235.00 CTM 202) 70363 Soundness Sodium Or Magnesium Sulfate, 5 Cycles $ 450.00 (ASTM CBS) 70365 Specific Gravity And Absorption Coarse (ASTM C127, $ 100.00 CTM 206) 70367 Specific Gravity and Absorption Fine (ASTM C128, $ 165.00 CTM 207) 70369 Swell/Settlement Potential One Dimensional (ASTM D4546) $ 150.00 70371 Triaxial Quotation 70373 Unconfined Compression (ASTM D2166, CTM 221) $ 190.00 30317 Unit Weight Per Cubic Foot (ASTM C29, CTM 212) $ 125.00 30319 Voids In Aggregate With Known Specific Gravity (ASTM C29, $ 125.00 CTM 212) 30411 Lightweight Particles Coarse, with Two Solutions (ASTM C123) $ 500.00 30412 Lightweight Particles Fine, with One Solution (ASTM C123) $ 250.00 Task Code Asphalt Concrete Tests Rate 75031 HMA Mixing And Preparation $ 135.00 75032 HMA Mixing And Preparation With Aggregate Treatment $ 190.00 75033 Bulk Specific Gravity Of Compacted Sample Or Core SSD $ 60.00 (ASTM D2726, CTM 308C) 75036 Bulk Specific Gravity Of Compacted Sample Or Core Paraffin $ 85.00 Coated (ASTM D1188 and CTM 308A) Task Code Asphalt Concrete Tests, Continued Rate 75040 Emulsion Residue, Evaporation (ASTM D244) $ 170.00 75024 Extraction q Bitumen (ASTM D6307, CTM 382) $ 170.00 75027 Extraction % Bitumen And Gradation (ASTM D5444, D6307, $ 230.00 CTM 202, 382) 75028 Extraction q Bitumen, Correction Factor (ASTM D6307, $ 375.00 CTM 382) 75030 Chemical Extraction q Bitumen And Sieve Analysis $ 395.00 (ASTM D2172 Method A or B, ASTM D5444) 75042 Lab Tested Maximum Density Hveem, 3 Briquettes $ 230.00 (ASTM D1561, D1188, CTM 304, 308) 75057 Hveem Stabilometer Test, Premixed, 3 Briquettes $ 230.00 (ASTM D1560, D1561, CTM 304, 366) 75048 Lab Tested Maximum Density Marshall, 3 Briquettes $ 225.00 (ASTM D6926, D2726) 75049 Lab Tested Maximum Density Marshall 6" Specimen, $ 230.00 3 Briquettes (ASTM D5581, D2726) 75050 Lab Tested Maximum Density Superpave Gyratory Compacted $ 85.00 Briquette, SSD, 1 Briquette (ASTM D6925, D2726) 75052 Lab Tested Maximum Density Superpave Gyratory Compacted $ 95.00 Briquette, Paraffin, 1 Briquette (ASTM D1188, D6925) 75051 Maximum Theoretical Specific Gravity [RICE] (ASTM D2041, $ 170.00 CTM 309) 75066 Marshall Stability And Flow, Cored Sample, Each $ 85.00 ASTM D6927) 75069 Marshall Stability And Flow, Premixed, 3 Briquettes $ 245.00 (ASTM D6926, D6927) 75106 Marshall Stability And Flow, Gyratory Compacted Specimen $ 245.00 Pre -Mixed, 3 Briquettes (ASTM D5581, D6925) 75107 Marshall Stability And Flow 6" Specimen, Premixed, $ 245.00 3 Briquettes (ASTM D5581) 75063 Moisture Content (CTM 370) $ 90.00 75005 Wet Track Abrasion Test (ASTM D3910) $ 175.00 75093 Hveem Mix Design (Excluding Aggregate Quality Tests) $ 5,570.00 75096 Hveem Mix Design, With RAP (Excluding Aggregate Quality $ 6,050.00 Tests, RAP Qualification) 75099 Hveem Mix Design, With Lime (Excluding Aggregate Quality $ 9,545.00 Tests) 75094 Hveem Mix Design Caltrans Untreated Mix (Including $ 6,640.00 Aggregate Quality Tests) 75095 Hveem Mix Design Caltrans Lime Treated Mix (Including $ 7,715.00 Aggregate Quality Tests) 75084 Marshall Mix Design (Excluding Aggregate Quality Tests) $ 5,570.00 75087 Marshall Mix Design With RAP (Excluding Aggregate Quality $ 6,050.00 Tests) 75090 Marshall Mix Design With Lime (Excluding Aggregate Quality $ 6,640.00 Tests) 75083 Open Grade Asphalt Concrete Mix Design (ASTM D7064, $ 3,215.00 CTM 368) 75109 Superpave Mix Design (Excluding Aggregate Quality Tests) $ 11,355.00 75113 Superpave Mix Design, With RAP (Excluding Aggregate $ 11,995.00 Quality Tests) 75114 Superpave Mix Design With Rubber (Excluding Aggregate $ 11,995.00 Quality Tests) 75115 Superpave Mix Design With Additives (Excluding Aggregate $ 12,320.00 Quality Tests) 75075 Effect Of Moisture On Asphalt Paving Mixtures, Pre -Mixed $ 1,070.00 (ASTM D4867, AASHTO T283) 75111 Hamburg Wheel Track Test, 20,000 Passes, 4 Briquettes $ 1,180.00 (AASHTO T324) 75039 Raveling Test Of Cold Mixed Emulsified Asphalt (ASTM D7196) $ 215.00 75067 Marshall Stability, Wet Set, 3 Replicates (AASHTO T245) $ 375.00 75068 Marshall Stability, Dry Set, 3 Replicates (AASHTO T245) $ 320.00 75070 Cold Recycled Asphalt Mix Design 2 Gradings Each, $ 11,250.00 3 Emulsion Content (Caltrans LP-8) Task Code Mortar And Stucco - Petrographic Examination Rate 80282 Stucco, One -Coat (ASTM C856), Includes Thin Section), $ 2,250.00 Per Sample 80286 Stucco, Two -Coat (ASTM C856), Includes Thin Section), $ 2,500.00 Per Sample 80290 Stucco, Three -Coat (ASTM C856), Includes Thin Section), $ 3,000.00 Per Sample 80294 Mortar (ASTM C1324, Petrographic Examination And Chemical $ 3,250.00 Analysis), Per Sample Task Code Brick Masonry Tests, ASTM C67 Rate 20301 Modulus Of Rupture Flexural $ 110.00 20303 Compression Strength $ 75.00 20305 Absorption 5 Hour or 24 Hour $ 80.00 20307 Absorption (Boil) 1, 2 Or 5 Hours $ 110.00 20309 Initial Rate Of Absorption $ 70.00 20311 Efflorescence $ 85.00 20313 Cores Compression $ 90.00 20315 Shear Test On Brick Cores 2 Faces $ 110.00 "TWINING Task Code Concrete Block, ASTM C140 Rate 20321 Compression $ 95.00 20323 Absorption/Moisture Content/Oven Dry Density $ 95.00 20327 Linear Shrinkage (ASTM C426) $ 275.00 20335 Web And Face Shell Measurements $ 55.00 20329 Tension Test $ 175.00 20331 Core Compression $ 90.00 20333 Shear Test Of Masonry Cores 2 Faces $ 110.00 20339 Efflorescence Tests $ 85.00 Task Code Masonry Prisms, ASTM C1314 Rate 20341 Compression Test, Composite Masonry Prisms Up To 8" x 16" $ 205.00 20343 Compression Test, Composite Masonry Prisms > 8" x 16" $ 275.00 20346 Prism Cord Modulus of Elasticity $ 650.00 20347 Prism Cord Modulus Of Elasticity With Transverse Strain $ 710.00 (For Double -Wyche Specimen) Task Code Mortar And Grout Rate 20351 Compression 2" x 4" Mortar Cylinders (ASTM C780) $ 60.00 20353 Compression 3" x 3" x 6" Grout Prisms, Includes Trimming $ 45.00 (ASTM C1019) 20355 Compression 2" Cubes (ASTM C109) $ 60.00 20357 Compression Cores Includes Trimming (ASTM C42) $ 90.00 Task Code Masonry Specimen Preparation Rate 20155 Cutting Of Cubes Or Prisms $ 90.00 Task Code Fireproofing Tests Rate 20401 Oven Dry Density (ASTM E605) $ 75.00 Task Code Gunite And Shotcrete Tests Rate 20361 Core Compression Including Trimming (ASTM C42) $ 90.00 20365 Compression Cubes (Includes Saw Cutting) $ 105.00 Task Concrete Roof Fill: Gypsum, Vermiculite, Perlite, Code Lightweight Insulating Concrete, Etc. Rate 20371 Compression Test (ASTM C495 and C472) $ 75.00 20373 Air Dry Density (ASTM C472) $ 65.00 20379 Oven Dry Density (ASTM C495) $ 90.00 Task Code Reinforcing Steel, ASTM A615, A706 Rate 20501 Tensile Test #11 Or Smaller $ 75.00 20503 Bend Test #11 Or Smaller $ 70.00 20504 Bend Test #14 Or #18 $ 400.00 20505 Tensile Test #14 $ 300.00 20507 Tensile Test #18 $ 390.00 Task Code Reinforcing Steel - Welded Or Coupled Specimens Rate 20521 Tensile Test Welded/Coupled #11 And Smaller $ 85.00 20523 Tensile Test Welded/Coupled #14 $ 290.00 20525 Tensile Test Welded/Coupled #18 $ 410.00 20529 Weld Macroetch $ 95.00 20531 Slippage Test - Caltrans (CTM 670) $ 220.00 20532 Tensile Test Welded Hoops #11 And Smaller $ 170.00 Task Code Metal and Steel Testing Rate 20601 Tensile Strength Up To 100K Pounds (Each) $ 85.00 20603 Tensile Strength Up To 200K Pounds (Each) $ 95.00 20605 Tensile Strength Up To 300K Pounds (Each) $ 120.00 20607 Tensile Strength Up To 400K Pounds (Each) $ 175.00 20609 Tensile Strength 400K To 600K Pounds (Each) $ 400.00 20611 Tensile Strength Stress -Strain Percent Offset $ 250.00 20545 Weld Macroetch $ 95.00 20547 Weld Fracture $ 50.00 20615 Bend Test $ 80.00 20617 Flattening Test $ 80.00 General Conditions Task Code Metal and Steel Testing, Continued Rate 20619 Hardness Test (ASTM E18) $ 85.00 20630 Bolt Axial Tensile Test (Up To 7/8" Diameter) $ 70.00 20631 Bolt Wedge Tensile Test (Up To 7/8" Diameter) $ 85.00 20632 Bolt Axial Tensile Test (Greater Than 7/8" Up To 1" diameter) $ 90.00 20633 Bolt Wedge Tensile Test (Greater Than 7/8" Up To 1" Diameter) $ 110.00 20634 Bolt Axial Tensile Test (Greater Than 1" Diameter) $ 130.00 20635 Bolt Wedge Tensile Test (Greater Than 1" Diameter) $ 140.00 20636 Bolt Proof Load Test (Up To 7/8") $ 95.00 20637 Bolt Proof Load Test (Greater Than 7/8" Up To 1" Diameter) $ 115.00 20638 Bolt Proof Load Test (Greater Than 1") $ 135.00 20639 Nut Proof Load Test (Up To 7/8") $ 75.00 20640 Nut Proof Load Test (Greater Than 7/8" Up To 1" Diameter) $ 95.00 20641 Nut Proof Load Test (Greater Than 1") $ 105.00 Task Code Chemical Testing Of Metal And Steel Rate 80170 Steel Chemical Analysis Quotation 80173 Weight Of Galvanized Coating (ASTM A90) $ 90.00 80176 Epoxy Coating Thickness $ 100.00 80177 Coating Thickness $ 95.00 Task Machining And Preparation Of Tensile And Bend Code Sample: Carbon Steel Rate 20751 Machinist Initial Preparation From Mock -Up, Etc. (Per Hour) $ 145.00 20753 Sawcut To Overall Wdth (Per 0.5" Thickness Or Fraction $ 65.00 Thereof) 20755 Machine To Test Configuration Milled Specimens $ 95.00 20757 Machine To Test Configuration Turned Specimens (Per 0.5" $ 170.00 Thickness Or Fraction Thereof) 20759 Prepare Subsize Specimens (Per 0.5" Thickness Or Fraction $ 115.00 Thereof) Task Code Charpy Impact Rate 20621 Charpy Impact Ambient Temperature $ 105.00 20623 Charpy Impact Reduced Temperature $ 140.00 Task Code Machining Of Charpy Samples: Carbon Steel Rate 20780 Cutting And Milling (Per 0.5" Or Fraction Thereof) $ 95.00 20783 Final Machining To Sample Configuration $ 115.00 Task Code Prestressing Wires And Tendons, (ASTM A416) Rate 20701 Stress -Strain Analysis Wire Or Strands (Including Chart And $ 255.00 Percent Offset) 20703 Tensile Test Only $ 190.00 20705 Tendons Quotation Task Code Polymer Matrix Composite Materials (Fiberwrap) Rate 20706 Tensile Strength - Set of 5 Specimens/Batch/Direction $ 1,400.00 (ASTM D3039) 20707 Tensile Strength -Additional Specimens (ASTM D3039) $ 270.00 (ASTM D3039) 20708 Heating Chamber Time - Per 24 Hr. Period $ 100.00 Task Code Calibration Services And Universal Machine Usage Rate 20801 CalibrationNerification Services Quotation 20803 Universal Test Machine Usage (Per Hour) $ 475.00 Specialty Testing - Cylic And Fatigue Testing Programs On Special Products/Parts - Engineering And Technical Supports/Design Of Prototypes And Special Test Set -Up -Fastener/Coupling Full Testing Program Per New Regulations: Tension, Tension/Bend, Shear, Double Shear, 8 Compressions - Fiberglass/Composite Materials Field Testing Program (ASTM D1143 D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732) - Field Testing Of Structures And Structural Elements In -Place Shear Testing Materials And/Or Product Evaluation Per Specifications Structural Dynamic Testing And Durability Analysis NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), if the terms and conditions of the PLA are more restrictive than those listed below, PLA terms and conditions will apply. NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative fees, except as noted below, including report distribution and Twining Construction Hive system are billed at the following percentage of the monthly invoice total: 4 "TWINING General Conditions, Continued Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1 % if additional hard copies of reports are requested. Submittal of project specific forms or resumes will be billed houdy at the Administrative Support Rate. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives atjobsite, no work to perform 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over 4 to 8 hours of inspection Regular Time (All Types of Inspection and also All Non -Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. except as noted otherwise below. Time and One -Half (All Types of Inspection and also All Non -Exempt Employees) All shifts will be billed based on the time and date of their start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-half will also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection and also All Non -Exempt Employees) All shifts will be billed based on the time and date of their start. After the first 12 hours worked Monday through Saturday, all day Sunday, and holidays. Afterthe first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving, Christmas Day, and Local 12 general meeting days (First Saturday in June, First Saturday in December). If any ofthe holidays should fall on Sunday, the Monday following shall be considered the holiday. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime ordouble time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50- mile radius from the nearest Twining facility, per excess mile to and from the project will be charged for inspectors and technicians. Otherthan small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, current IRS mileage rate per mile and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance as detailed below. Weekend Sample Pick -Ups In order to be in strict conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, airfare, car rental, food, lodging and project specific software/applications (e.g. PlanGrid, Procore, etc.) will be charged at cost plus 20% per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities fortest samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs, provided by quotation, will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge, at the applicable regular, overtime or double time rate, with a minimum of one hour will be applied for the laboratory technician. For rush testing a 50 % surcharge in addition to the regular test rate will apply. Charges for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20% Material sent to outside fabricator or machine shop: Cost plus 20% Glu-Lam beam inspection: Cost plus 20% Other subcontractors: Cost plus 20% Project exclusive equipment purchase: Cost plus 20% Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Additional Insurance Coverage Any requirements for additional insurance policies or coverage beyond our normal policies/limits (e.g. SML coverage) may be provided at an additional fee and will be quoted on a per project requirements basis. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. "TWINING General Conditions, Continued Final Reports Required by Jurisdiction If a final report or affidavit is required, we must first review all inspection and testing reports and clear up any unresolved issues on these reports. These issues will typically require approval by the engineer or architect of record. This process can take several weeks orjust a day, depending on the number and complexity of the issues. Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation. If not paid within 30 days from date of invoice, they are considered past due and the maximum legal finance charge will be added to the unpaid balance. In addition, should the client require that invoices be submitted through a web based or electronic system, the client will be responsible for all costs associated with the use of the system. A 3 % fee will be applied for payments processed by credit card. All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice. Thereafter, customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services, the entire amount accrued for all services performed shall immediately become due and payable. Customer waives any and all claims against Twining, its subsidiaries, affiliates, servants, and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written, the prevailing party shall be entitled to recover from the non -prevailing party all reasonable costs incurred, including staff time, court costs, attorney's fees and all other related expenses in such litigation. Additionally, in the event of a non -adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration, that same process shall determine the prevailing party. Hold Specimens All "hold" specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices, methods, codes, and relevant project requirements. Representativeness of sampling and same accuracy oftesting are subject to the same probabilistic and precision limitations as governing standards, codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction of the project Specimens will be discarded aftertesting unless Twining has been notified priorto testing that the customerwishes to retrieve the specimens or storage arrangements are made. Costs for storage will be by quotation. Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our work, the client must provide safe access for Twining personnel for all required inspection, testing, sampling, etc. including a trained and certified operator or qualified inspector as applicable. Twining will not be responsible for signing waivers associated with providing such access. Should Twining be required to supply an elevated work platform, we will contract with a qualified vendor and the markups shown above will apply. Ie �p POAConsulting Group Inc, CLIENT: Kane Construction Services, Inc PREVAILING WAGE COMPLIANCE MONITORING OESCRIPTIOM OF SERVICES Billing Estimated Rate Monthly Total Amount for Classification Hours Per Hour Amount 20 Monthly Months* PREVAILING WAGE COMPLIANCE MONITORING & REPORTING Monthly Reporting & Meetings Project Manager 4 135.00 540.00 10,800.00 File Set -Up for 20 Subcontractors ($500.00 additionaly at 30 subcontractors) Compliance Specialist 36 110.00 3,960.00 79,200.00 CPR Compliance Document Processing Field Representative 18 96.00 1,728.00 34,560.00 Verify Apprenticeship Certifications Prevailing Wage Determination Research Site Visit Interview vs. CPR Comparison DIR Registration Verification Review Wage Underpayments Assist Contractors with Labor Compliance Requirements (if necessary) Liaison with DIR/DAS/Trades Project Close-out TOTAL 58 $ 4,500.00 90,000.00 GENERAL & ADMINISTRATIVE COST SCHEDULE - Cost will be in addition to Labor and will be included on monthly billing Copies $.16 per copy Printing Actual Cost Advertising Actual Cost Delivery Service Actual Cost Mileage $.64.5 per mile Supplies Actual Cost Parking Actual Cost Postage Actual Cost Miscellaneous Actual Cost PROPOSAL COST SUMMARY Prevailing Wage Compliance Monitoring & Reporting $ 90,000.00 Estimated General & Administrative Costs $ 1,500.00 TOTAL PROPOSAL COSTS $ 91,500.00 Monthly average of $5,083.00 PROCORE Kane Construction Services 2 Year/7M Project Year 1 ACV: 3.5 million Name GC Enhanced Quality & Safety Invoice Management Procore Professional Service Total Year 2 ACV: 3.5 million Name GC Enhanced Quality & Safety Invoice Management Total Subtotals Name Annual Recurring Fees One Time Fees Total Price Price Basis Points $11,905 0.340% $2,841 0.081 % $2,195 0.063% $4,860 N/A $21,801 0.484% Price Basis Points $11,905 0.340% $2,841 0.081 % $2,195 0.063% $16,941 0.484% Total $33,882 $4,860 $38,742 The pricing presented should be considered as non -binding budgetary pricing to be leveraged for modeling and scenario planning, and as such, is subject to formal approval before it can be considered final. — GENERAL CONTRACTORS Choose a package that best fits your needs. Essentials Enhanced Premier Effectively manage your Connect your project Transform your business day-to-day project needs scope, schedule, and cost with every aspect of your to unleash productivity. to boost profitability. project in one place. TOOLS Unlimited Documents & Data ✓ ✓ ✓ Unlimited Users ✓ ✓ ✓ Free 24I7 Customer Support ✓ ✓ ✓ App Marketplace ✓ ✓ ✓ Directory, Documents, Tasks, ✓ ✓ �, & Reports Daily Reporting ✓ ✓ ✓ Drawings & Specifications ✓ ✓ ✓ RFIs ✓ ✓ ✓ Schedule ✓ ✓ ✓ Incidents ✓ ✓ ✓ Punch List ✓ ✓ ✓ Correspondence ✓ ✓ ✓ Submittals ✓ ✓ Meetings ✓ ✓ Budgets ✓ ✓ Contracts ✓ ✓ Change Management ✓ ✓ Invoicing ✓ Inspections & Observations ✓ Checklists & Action Plans ✓ Forms ✓ Analytics ✓ All packages have the option to add on: Invoice Management" BIM & Design Coordination Accounting Integrations* Quality & Safety Bid Management & Prequalification Analytics Field Productivity Estimating Workforce Planning *Invoice Management and Accounting Integrations are only available for Enhanced packages and above. PR©ODRE` procore.com 1 866 477 6267 The pricing presented should be considered as non -binding budgetary pricing to be leveraged for modeling and scenario planning, and as such, is subject to formal approval before it can be considered final. — Professional Services Procore Professional Services Connecting Procore, People, and Construction to Ignite Client Success Implementation Services "Advise" Implementation Implementation package for new clients who need the Procore team to advise the Procore Committee during the implementation period. The customer is responsible for rollout and training their external teams. "Consult" Implementation Implementation package for clients who need tailored best practice implementation advice to meet your business needs. The Procore team is there to consult the customer on how to make Procore work for their business, and can assist the customer with rollout and training for external teams and projects. "Deliver" Implementation Implementation package for new clients who need the Procore team to not only consult but help deliver your desired outcomes through partnership in product configuration and training. al Add -On Services ERP Implementation Plus An enhanced implementation partnership designed to enable greater adoption of ERP Connectors by providing additional training, consultation, ERP SOP guidance and development. Custom Solutions -Built Forms and Reports Development time for building custom forms, workflows, and tools for the Procore platform. Purchased in 5-hour blocks. Work performed by Procore's Custom Solutions. Remote Admin Services (RAS) Procore expert(s) to set up configurations within a client's account based on best practices and import project data on behalf of the client. Virtual Consulting & Training Virtual consulting services with Procore resources such as Strategic Product Consultants and Training Management Specialists. Common uses include deep -dive virtual consulting and training for the Procore suite of tools and custom Procore reporting. Purchased in 5-hour blocks, including 4 hours of consulting calls and 1 hour of administration time for preparation and follow-up. <§ Annual Subscription Services Premier Support Designated Support services with quicker response times, expert troubleshooting, proactive issue management, and virtual monthly support reporting consultation. Includes access for up to 5 company admins PROCORE "CoreStart" Implementation* Implementation package designed to provide flexibility to you and your teams while getting you off to a strong start during the first 12 weeks with Procore and will help accelerate time to value. All services included in this package expire 10 weeks after service start date. Note: This package is only available to certain Procore customers based on their Annual Construction Volume (ACV). Reach out to your Procore point of contact for more information. Custom Statement of Work (SOW) Custom bundle of multiple services based on business needs. Also used for Technical Services such as Custom Integration Development & Support, as well as Integration Consulting Services. Analytics Implementation Core A guided Analytics implementation, with assistance on connecting Power BI and Procore Analytics, setting up out -of -the -box reports, and training for power user(s). Analytics Implementation Plus A guided implementation with strategic planning for rollout and training. Procore's team can provide detailed requirements discovery and custom report design; configuration and best practice consultation; an end user training. Onsite Consulting & Training** Onsite strategicconsulting with the client. Flat fee per day, which includes travel expenses. **Note: Dates must be booked at least 4 weeks in advance. 12 person limit on attendees. Cancellation fees will apply. Trainings typically led by SPC team. Only available through a Custom SOW and subject to SPC availability. Integration Maintenance & Support Required services for Custom Integration work. Added when Integration services are in a SOW. procore.com 1 866 477 6267 The pricing presented should be considered as non -binding budgetary pricing to be leveraged for modeling and scenario planning, and as such, is subject to formal approval before it can be considered final.