Loading...
OB - Item 3B - Rosemead Community Recreation Center ImprovementsROSEMEAD SUCCESSOR AGENCY STAFF REPORT TO: THE HONORABLE CHAIR AND BOARD MEMBERS FROM: MATTHEW HAWKESWORTH, ASSISTANT CITY MANAGEI(� DATE: APRIL 30, 2014 �'�� SUBJECT: ROSEMEAD COMMUNITY RECREATION CENTER IMPROVEMENTS SUMMARY As part of the July 2010 bond issuance by the former Redevelopment Agency, the City included funding for a project to renovate and expand the Rosemead Community Recreation Center (RCRC). The existing facility was built in 1975 and is approximately 17,000 square feet in size. RCRC serves as a major community recreation facility that houses senior programs, recreation classes, special functions, and community events. To date, a portion of the RCRC improvements have been completed, including the replacement of roof materials, heating /cooling systems, and interior renovations. Remaining items in the project scope will be completed in two phases, including: Phase 1: The installation of new interior lights, ceiling tiles, and windows at the existing facility, and Phase 2, Construction of the community center expansion, mini - plaza, landscape improvements, kitchen improvements, and fagade renovation. The work on Phase 1, which was approved by the City Council on April 22, 2014, will commence immediately upon approval of the Oversight Board. It is estimated that this phase will take 8 -10 weeks to complete. Plans for items listed in Phase 2 are completed and will be advertised for bid later this month. It is estimated that this phase will take 6 months to complete. The facility will reopen upon completion of the Phase 1 work. Phase 2 work will continue after the facility is reopened for public use. Staff Recommendation It is recommended that the Oversight Board: 1. Approve Resolution 2014 -004 confirming the contracts and expenditures related to the Rosemead Community Recreation Center Improvements. DISCUSSION In 2010, the City completed the Parks and Facilities Master Plan to help serve as a guide for future capital improvements. As such, the City, with significant public input, ffwwo. 3B Rosemead Successor Agency Oversight Board April 30, 2014 Pace 2 of 4 identified a need to improve and expand the Rosemead Community Recreation Center (RCRC). Together with the new Civic Center Parking Lot and Downtown Plaza, this area will serve as an inviting space for public events and will expand on services available to the community. To date, a portion of the RCRC improvements have been completed, including the replacement of roof materials, heating /cooling systems, and interior renovations. Remaining items in the project scope will be completed in 2 phases, including: Phase 1: The installation of new interior lights, ceiling tiles and windows at the existing RCRC facility. Status: Bids solicited, Project ready for construction Phase 2: Construction of the community center expansion, mini - plaza, landscape improvements, miscellaneous improvements, and fagade renovation. Status: Plans completed, Project will be advertised for construction bids later this month. Window Replacement The existing windows, which date to construction of the facility, will be replaced with upgraded windows that will improve both the aesthetics and energy efficiency of the facility. A Notice Inviting Bids was published in local newspapers and trade publications on April 3rd and 10th, 2014. At 11:00 a.m. on April 16, 2014, the City Clerk publicly opened and read one (1) sealed bid with the following result: Rank Bidder Location Bid Amount 1 CEM Construction Downey, CA $ 137,422 Staff has reviewed the bid documents for completeness and investigated the contractor's background and recent projects for competency. CEM Construction has satisfactorily completed other projects for the City, including the City Hall Interior Improvements Project and Garvey Gymnasium Restroom Project, among others. The bid received was less than the engineer's estimate for this project of $150,000. Staff is requesting a contingency of $20,600.00 (Approximately 15 %) to cover any unforeseen construction expenses. The total appropriation needed for the window and door replacement is $158,022.00. Ceiling Tiles As a part of this phase, the City will furnish new ceiling tiles to be installed during the installation of the new light fixtures. These tiles will improve facility aesthetics and match new ceiling tiles installed in several rooms during recent interior renovations that were funded by a County grant. Due to funding limitations, not all of the building's ceiling tiles were replaced. In accordance with the City's purchasing guidelines for Rosemead Successor Agency Oversight Board April 30, 2014 Pace 3 of 4 supplies /materials, price quotes were solicited from vendors for the procurement of ceiling tiles with the following result: Rank Vendor 1 AMS 2 Lowe's 3 Grainger Location Montebello, CA Pico Rivera, CA Irwindale, CA Price Quote $ 8,163.86 $ 9,654.40 $ 10,720.00 Lighting Fixtures As a part of the recent interior renovations at the RCRC, new light fixtures were installed in the newly constructed offices and several classrooms. Again, due to grant funding limitations, not all of the building's lights were replaced. In order to create a uniform appearance and make energy efficiency improvements, the remaining 150 light fixtures in the building will be replaced. The new fixtures, which utilize T -8 lighting instead of the existing T -12, will contribute to additional energy efficiency savings and improve the appearance of the facility. In accordance with the City's purchasing guidelines for supplies /materials, price quotes were solicited from distributors for the procurement of lighting fixtures and related equipment with the following result: Rank Vendor Location Price Quote 1 Graybar Industry, CA $ 53,509.10 2 B &K Electric Industry, CA $ 63,660.36 3 DDC Electric Supply South El Monte, CA $ 70,971.33 Installation of Ceiling Tiles and Lighting Fixtures Proposals were solicited from local contractors that have previously completed work for the City for the installation of the ceiling tiles and light fixtures in the facility. The lowest proposer was CEM Construction of Downey, CA. A summary of the proposals follows. Rank Contractor Location Price Quote 1 CEM Construction Downey, CA $ 24,700.00 2 1326 Contractors Norwalk, CA $ 31,700.00 3 JC Lopez Downey, CA $ 35,801.00 In addition, a contingency of $3,705.00 (15 %) is requested to cover the cost of any unforeseen construction expenses. The total appropriation needed for the construction contract for the installation of ceiling tiles and lighting fixtures is $28,405.00 Asbestos Abatement (Phase 2 Preliminary Work) During the initial phases of project development for the RCRC Improvements, a survey of hazardous materials was completed for the facility. As is typical with buildings of the 1970s, certain elements of the facility came back as positive for asbestos, including stucco found in the exterior pillars and overhangs on the building. Although the Rosemead Successor Agency Oversight Board April 30, 2014 Page 4 of 4 concentration of asbestos in these materials is positive for less than 1% asbestos, it must be properly abated. So Cal Construction Services of La Mirada, CA is highly familiar with the RCRC, having completed hazardous materials abatement work for previous phases of construction, including the replacement of roofing and heating /ventilation equipment. A proposal was received from So Cal Construction for this project and in the amount of $6,135. A contingency of $1,000 (approximately 15 %) is requested to cover the cost of any unforeseen construction expenses. The total appropriation needed for the asbestos abatement is $7,135. Proiect Management/Inspection The City will utilize an existing on -call services agreement with CEJ Engineers to provide project inspection services. CEJ has completed engineering design services for the RCRC project and will ensure that construction is completed in accordance with project plans and specifications. The hourly rate for these services is highly competitive at $110 per hour for construction management services, and will not exceed a total of $23,000 for this project (10% of project hard costs). Project Administration /Staff Costs In addition to these construction and support expenses, this project will involve a high level of interaction between City staff, inspectors, and construction contractors. As such, an allotment of staff hours is included in the soft cost estimate for this project for project administration, contractor coordination, and regular oversight. Total staff costs will not exceed a total of $23,000 (10% of project hard costs). FINANCIAL REVIEW This project was included in the Fiscal Year 2013 -14 Capital Improvement Program and is funded entirely through bond proceeds from the former Redevelopment Agency. The total estimated cost for this phase of improvements is approximately $301,000. Prepared By: Submitted �By: Sean Sullivan Management Analyst Chris Marcarello Director of Public Works Attachments: A. Resolution No 2014 -004 B. Bid for Window Replacement C. Quote Summary - Ceiling Tiles D. Pricing Quote - Graybar E. Proposal from CEM Construction for Installation of Lighting and Ceiling Tiles F. Proposal from So Cal Construction Services for Asbestos Abatement Trade Firm Total Budget Construction Services — Window and Door Replacement CEM Construction $ 158,022.00* Materials — Ceiling Tiles AMS $ 8,163.86 Materials — Lighting Fixtures Graybar $ 53,509.10 Construction Services— Installation of Lighting Fixtures and Ceiling Tiles CEM Construction $ 28,405.00* Construction Services— Asbestos Abatement So Cal Construction Services $ 7,135.00* Project Management /Inspection CEJ Engineering $ 23,000.00 Project Administration /Staff Costs N/A $ 23,000.00 Total Cost $ 301,234.96 *Includes Contingency 3. Successor Agency staff is directed to submit documents to the Department of Finance as necessary, including an amended Recognized Obligation Payment Schedule. 4. Successor Agency staff is directed to provide a copy of this Resolution to the County Auditor - Controller, the State Controller's Office and the State Department of Finance. PASSED, APPROVED AND ADOPTED THIS 30"" DAY of APRIL 2014 Pat Wallach Chair ATTEST. Matthew Hawkesworth Successor Agency Staff RESOLUTION NO. 2014 -004 A RESOLUTION OF THE OVERSIGHT BOARD FOR THE SUCCESSOR AGENCY TO THE ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION CONFIRMING THE CONTRACTS AND EXPENDITURES RELATED TO THE ROSEMEAD COMMUNITY RECREATION CENTER IMPROVEMENTS WHEREAS, THE Rosemead Successor Agency received the Finding of Completion on April 18, 2013 from the Department of Finance; and WHEREAS, the Finding of Completion states that the Rosemead Successor Agency may utilize proceeds derived from bonds issued prior to January 1, 2011 in a manner consistent with the original bond covenants per Health and Safety Code section 34191.4(c); and WHEREAS, the Rosemead Successor Agency is holding approximately $7.1 million in bond proceeds derived from bonds issued prior to January 1, 2011 for Capital Improvement Projects identified in the bond covenants; and WHEREAS, the Rosemead Successor Agency will be required to provide oversight of the completion of the Capital Improvement Projects to ensure compliance with the bond covenants; and WHEREAS, the approved Capital Improvement Projects have been included on each Recognized Obligation Payment Schedule filed by the Rosemead Successor Agency; and NOW, THEREFORE, THE OVERSIGHT BOARD FOR THE SUCCESSOR AGENCY TO ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION HEREBY RESOLVES: 1. The Rosemead Successor Agency Oversight Board confirms that the vendors and professional services firms listed below are qualified and capable to provide materials and construction services necessary to complete the Rosemead Community Recreation Center Improvements. 2. That the contract with the following firms shall not exceed the amounts listed in the table below. If any contract amendments are required, all such changes shall be brought back to the Oversight Board for review and approval. CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER WINDOWS AND DOORS REPLACEMENT PROJECT PROJECT No. 31004 CONTRACT BID FORMS BIDDER: CEM CONSTRUCTION SECTION 1 - BID SCHEDULE CBF -1 BIDDER. CEM CONSTRUCTION BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER WINDOWS AND DOORS REPLACEMENT PROJECT PROJECT No. 31004 BID SCHEDULE TOTAL BASE BID PRICE $137,422.00 One hundred thirty seven thousand four hundred twenty two dollars. Dollar amount in written form All measurements are approximation Contractor shall be responsible to verify dimensions of frames windows doors etc prior bid price submittal. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of Dollars ($) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 $5,000 $5,000 specifications. 2 Disposal of Waste Materials. LS 1 $2,422 $2,422 '3 Remove, Dispose and Replace LS 1 $130,000 $130,000 Existing Windows and Doors (Including Frames) per Plans and Specific ations Complete. TOTAL BASE BID PRICE $137,422.00 One hundred thirty seven thousand four hundred twenty two dollars. Dollar amount in written form All measurements are approximation Contractor shall be responsible to verify dimensions of frames windows doors etc prior bid price submittal. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of Dollars ($) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, CBF -2 BIDDER: CEM CONSTRUCTION we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliverto the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 By: e0z, -, , Signature ,&-c%'s.4 t4. Al,C I Type or Print Name President Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: BIDDER: CEM CONSTRUCTION 8207 Brookqreen Road Business Street Address Downey, CA 90240 City, State and Zip Code 562- 714 -2886 Telephone Number e M CdMs7P2 -(Jr- �N C-0 P--Pdv -N w(V Bidder's License Number(s): A — B 951234 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -4 BIDDER: CEM CONSTRUCTION SECTION 2 BID DATA FORMS CBF -5 BIDDER CEM CONSTRUCTION Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms is properly identified with the Bidders name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of DOLLARS ($ ), being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Community Recreation Center Windows and Doors Replacement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of , 20 Principal By: Signature CBF -6 (SEAL) Surety Signature BIDDER: CEM CONSTRUCTION 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) F70udidsie Neiz Pages if needed for listing additional subdontrardi'I Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name. Address: Name and Location of Subcontractor Name Address. Name and Location of Subcontractor Name: Address: NONE CBF -8 Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted LllH►lX i 2.0 REFERENCES The following are the names, addresses and telephone numbers forth ree public agencies for which BIDDER has performed similar work within the past two (2) years: 1. City of Rosemead — Restroom Renovation Project Name and Address of Owner Jerry Mota — Recreation Department Name and telephone number of person familiar with project $105.000.00 New Restroom Construction 03/3014 Contract amount Type of Work Date Completed 2. City of Rosemead — City Hall Renovation Proiect Name and Address of Owner Sean Sullivan — Public Works Department- 626 -569 -2150 Name and telephone number of person familiar with project $70.000 City Hall Renovation 12/31/13 Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 BIDDER: CEM CONSTRUCTION SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 10 NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the parry making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, orlhat anyone shall refrain from bidding; thatthe 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. � "l Signature pt s1D1=N'r Typed or Printed Name r- LIS'rt M MICI��L Title l-t=,M c6n.ls7/zUC:T /d1'UCOLF- Bidder Subscribed and sworn before me This day of 20 Notary Public in and for the State of California My Commission Expires: CBF -11 (Seal) BIDDER CEM CONSTRUCTION CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....................................... .......................... ......... - ..... ......... ........ 1 SECTION 2 BID DATA FORMS.. ................ .......................... ....................... - .............. ........ 5 2ABID BOND.... ... .................... ........ ....... ............ ......... ............... ... 6 2,6 LIST OF PROPOSED SUBCONTRACTORS .... ..................... - ......... .............. 7 SECTION 3 NON-COLLUSION AFFIDAVIT ......... ... - .................... ........ .... - ..... ......... - .... .10 CBF - 12 ACKNOWLEDGMENT State of Califorr is County of Zi r On ! �Oybefore me, ,I (insert name a d title of the officer) personally appeared �l S` ,v r ) M, Ni:�0 (- - who proved to me on the basis of satisfactory evidence to be the person(s) whose name(*) is /ars subscribed to the within instrument and acknowledged to me that tae /shemt ey executed the same in Jmfher /theiFauthorized capacityW), and that by kis /her /thoicsignature( on the instrument the person(0), or the entity upon behalf of which the person(e) 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. A 6USM" 8766 1 COMM. 17976221 £ Notary Public - Califomia 8 Los Angeles County Comm. :76,1016 Signature (Seal) BIDDER: \�\ PRICING QUOTE Admin. Policy #50 -01 Jse for Purchases? $1,000 Company Name: Location: Phone: Contact. Date Contacted: Time Contacted: City ProductlService 80 Armstrong Ceiling Tiles #1773 - Dune 2'x4' (10 Tiles Per Pack AMS Lowe's Grainger Montebello, CA Pico Rivera, CA Irwindale, CA (323) 721 -9011 (562) 942 -9909 (626) 337 -7668 Kathy Tapia Online Online 2/17/14 2/25/14 2/25/14 1 10.00 AM $7,498.94 4:30 PM Price $9,654.40 1 4:00 PM $10,720.00 1 Sales Tax 9% $664.92 $868.90 $964.80 TOTAL $8,163.86 $10,523.30 $11,684.80 VENDOR/CONTRACTOR RECOMMENDED: 1 - AMS Montebello, CA Supplies /Eauioment —If the low bidder is not recommended, give the reason(s) below: Reason low bidder was not recommended: Additional Information: _ Services —Attach a summary of qualifications of person /firm selected. ADDITIONAL DOCUMENTATION REQUIRED (applicable to type of purchase): Supplies /Eauioment $1,000- $10,000 Vendor Agreement or Letter of Agreement (Product) required. $10,000 - $25,000 Letter of Agreement (Product) required. Services (excluding Professional Services) $1,000- $10,000 Vendor Agreement or Letter of Agreement (Services) required. $10,000 - $25,000 Letter of Agreement (Services) required. Authorized Signature Date Department/Division Head Signature Date Revised 02 /08 K.\PROJECTS \PROJECTS 2013- 2014 \RCRC LIGHTING AND CEILING REPLACEMENTTPrice Quote -Ceiling Tiles.docz C9 Gr%rbaR. 383 SOUTH CHERYL LANE CITY OF INDUSTRY CA 91789 -3003 Phone: 9094514530 Fax: 9094514459 To: ROSEMEAD CITY HALL Date: 04/16/2014 8838 VALLEY BLVD ROSEMEAD CA 91770 -1787 Proj Name: Attn: SEAN SULLIVAN GB Quote #: 219986326 Phone: Valid From: 04110/2014 Fax: Valid To: 05/10/2014 Email: DESIREE.DAVIS @GRAYBAR.COM Contact: DESIREE DAVIS Email: desiree.davis @graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Quantity Supplier Catalog Nbr Description Price Unit Est Price Notes: - Quoted prices valid for 30 days, except when price increases are issued by the manufacturer, and are contingent upon receipt of orders totaling at least 85% of the total quoted value. - Any changes to this quote may result in a change to price, product availability and/or lead times. - Lead times are approximate and based on stock conditions at time of quote. -This is a suggested Bill of Materials based on information provided to Graybar Electric . The customer is responsible for insuring the Bill of Materials is correct and complete, and meets the project requirements. (specification sheets and other tech support available upon request). -Any time a part number provided on your quote request conflicts with the description provided, our quote will be based on the part number unless noted otherwise on that line item. We will attempt to detect and call your attention to any such discrepancy, but will not guarantee we will always note the discrepancy. - Prices do not Include any applicable sales tax. - All items are subject to prior sale. - All shipments are made FOB # Shipping point. - Any returns or cancellations of material noted as non -stock for Graybar are subject to manufacturer advance approval and restocking fees. -This quotation replaces and voids any prior quotation issued by Graybar Electric related to this project. - These terms & conditions are in addition to Graybarfts standard terms and conditions included with this quotation. PER CUSTOMER QUOTE 219731910 HAS BEEN REVISED TO QUOTE FLUORESCENT FIXTURES WITH DIMMING BALLASTS NO DIMMING BALLAST INFORMATION HAS BEEN Too eampmem rend mr -ale4l nnallagon nhmgas may 8e 8nanrod for a lad mo my payment Nmogh G,aynar FlnanoeI SaMms (rUi to aedt appmvel} For more lW—trOn „all 1.8tri.7408 to epaak with a leasing an—imt To learn more about grayest, visit our minutes at vgww.graybar.com 24 -Hour Emergency Phone #: 1-800- GRAYBAR suhlecuo the standard tam, and uondteons snmrth in this dasument. Unless operates noted might morn, am F.O.S. shirring point preead and an. Unless noted the anmaM ship date ban be determined NMe time or order pnument Page 1 of 3 To ROSEMEAD CITY HALL Date: 04/16/2014 8838 VALLEY BLVD Proj Name: ROSEMEAD CA 91770 -1787 GB Quote M 219986326 Attn: SEAN SULLIVAN Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Qui Supplier Catalog Nbr Description Price Unit Ert.Price PROVIDED QUOTING ADV MK 10 DIM BALLAST NO LAMPS INCLUDED IN THIS QUOTE 200 128 EA FINELITE HPR A 2X4 DCO 3T8 $284.09 1 $36,363.52 120 SC C1 DI 300 28 EA FINELITE HPR A 2X4 DCO 3T8 120 SC C1 DI 850 $454.55 1 $12,727.40 Total in USD (Tax not included): $49,090.92 eae- Thy- X111 fIv.V? 'rbT�!c ,IS31soq.(Q At The edmwnanl snit asoolemo Instelmssn marpts may be feasts fare mw monthly payment through Guyana Fnancml semces ptuanl to me, apmovelj For moue normallon wu 1.800.241 -0408 to speak wine reeem0 specialist To learn more about Graybar, vises our website at www.graybar.com 24 -Hour Emergency Phone#: 140(p GRAYBAR SubPrun Ma a ppeaN bmm.ad conemms, out pooh in bee emumarr. wee. MnaMae nMeG.miehuerme am oo.a smppme Wmr Smalld and bin. United noted 1.e asserted Ship data Mll be chaperoned at the ties or oNO placement. page 2 of 3 To ROSEMEAD CITY HALL Date: 04/16/2014 8838 VALLEY BLVD Prof Name: ROSEMEAD CA 91770 -1787 GB Quote #: 219986326 Attn: SEAN SULLIVAN Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Quantity Supplier Catalog PO Description Price Unit Ext Price 111.111O101OINinks.Oi SALE r' its r n be,,, ,rJkos,u i s 16'eome;u a r r .ara:r -ear srKN:ieM1 a """ m,nn r. c ,, amrlf: mn� seer 'I:wm� "r . aH.vP - :, mppn.r> AND Finn NR -loam mn— gw:eapal,Ill I ka, In eRwu, eme¢r:hlpmemwS nu mu v.. :ry.ianna Fla 'PH¢ESA M1bbnllb al iOtl rhpPmg poi:p HEruHIOFC,00es -cna. m.r nean.w.a"'y..a. remmea voil In mvrmw.A not .rarbemnav fiom.mn. nanm F. omv "It If La,Jlwg .r XII-U`,In .mean° n. InteeltI'arva 9fkltry. Sn oldn w;°lea rI f an— T¢..., nn. n. h. a.ale:.w¢a.anw.,>'er¢..brommno;H M wI'd. I, Roo— p —H.w �: =e. rn armhw Goal.: so 'rllf'ry omen o: hry, are me nn, kSd f,,, sopal , nn¢ooen 2nd, a I, syclrr. rnvegum im °I�la aamo8a ani¢e rm Y rmn aF pm trrtm [lo o Ma. ^ rAs m n e M1 _n �'A APSE spot I pp.PpL1Al .' OH ID SPONA OR �an�F�A .11 . :. e.ma tars -all In In ,. w enaae l l e::ee P�.hM1 m nelow:efw 4 nadwlri. wa 4111 -s rr,- me.n,o: a aira fe o,e no, :N e,..mee dul¢m be a a le—'r, amour. e: >Ali c n oErEt rrvplTlons - e a ° rB a a- 64. a e. ee. bn 3a n om �ttr", i.� naby a.. n:wmba"aa,u a=, carp p,.oendr -n 9�.aam. 1e�r1� reran a' .. .:. m:mr If namr .b:1,111, IP HF [6.%h,,4arb..h.p,mmmad.vl¢nerel aeP.r m.y FrmduJM r¢Weim.k�The l¢r ersn.,JJ mnwcvne neamt6nybu sw�lnma.o r.:ewm rem6. oO rn E PN ep rrry�n a" x -rrn be e PY _ z a M1 b sI 1°v1 ..a a. a ,t na AN 1 Flied lY�a4se4 Fb ema]IApp.W xn:.flbP. na ap.na ny rty. 'Ineo.m ag.rt via tfF 61F 4161 ia.e ao- xsns.rt a yar<r.,¢. IZ FOREPON COeac enCIEs rr yr nnu _ pf g' �sl P pc n c e 1`3r o- „<...m,iI_ m. x Fpon, d Amen.I e u.m,pr .., ew m¢ r .....ere pen r av - r � a: J.ASS be'-an : daysps I. JU a eau e", n, in, pr n, les, an, .mmeh ltll,t rv.M1 :., . .J V. Re Pont,... b .r b r M1 .f '9ie nSI ° c �es �nPm.3 i,m a Otis r k - au,emoraneeb. err nrnem a. a,. ,.ym:,.m. a..,. > as �� b f a r w e l� ulm a a m , " .er.r mem.m olmn 1 SUme:e AVU FJmo IF o3v eezma sn:nowv. .y be u ¢wasv a� di r.axvo - emu Nli r- �'r. n. n aniE' .as a_¢ R6 .11 y-h .yl 19 -4118 nn p r M ae.ray.nnr r n e.eJ p:.r n,a o,9on e'a` ,.e.una wn M1.n rnn m n.kr'm.: •vpmnea The eq.romem and ass .... Oil radeuea.n Mageemay be fin sncea mr aloes it ly Carmel tria n arerbm Feal lServms tsubiau.cold epp:wal} For mna khannb.n SIR 1 NO241 -7408 10 Speak m1n a slang epemmbl. To learn more about Graybar, visit our eebsits at www.groybar.com 24 -Hour Emergency Phone #:14100- GRAYBAR sugeor ro ine tla.a..tarms all en.aWo.a el le I. mra aooemea u.ess urnemlae.asratio arson 11 10 a smppl.H"I'd 9144 end EHr . umaaa nolsa Me eelmatea anlp JAa an be aersrmlmtl er ma e— oro Me' plaaaaxnl. Page 3 of 3 CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER CEILING AND LIGHTING REPLACEMENT FREUEST F=PROPOSAL BIDDER: CE &J 4 I\W 4i� BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER CEILING AND LIGHTING REPLACEMENT BASE BID SCHEDULE BASE BID PRICE (SCHEDULE BID PRICE):$ 2 (i 10-1 kt 41A_- FAAoShah CSlta 6Adk'-d dolkL'L Dollar City will provide Light Fixtures and Tile Only. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing LS 1 Z 0 Z O J 2 Disposal of Waste Materials. LS 1 100 0 f 0 0 0 Remove, Dispose and Install s oo o 3 Recessed 4 x 2 Light Fixtures - EA 150 100 t l In T Bar Ceiling Remove, Dispose and Install so 4 0 0 4 Recessed 2 x 2 Light Fixtures - EA 8 In T Bar Ceiling 5 Remove, Dispose and Install 4 x EA 675 0 2 Ceiling Tiles. I 6 Remove, Dispose and Install 2 x EA 225 10 Iz L N 2 Ceiling Tiles BASE BID PRICE (SCHEDULE BID PRICE):$ 2 (i 10-1 kt 41A_- FAAoShah CSlta 6Adk'-d dolkL'L Dollar City will provide Light Fixtures and Tile Only. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the CBF -1 BIDDER: CC , C, Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment, obtaining a permit from the Building and Safety Department or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. By: Signature ((/^-. FfNIS �% G(\46 k6 Type or Ptint Name Tifle Bidders /Contractors State of Incorporation: Bidder's License Number(s): A -tt Qtt1 ilnal.Yech %k Business Street Address 0,1 Nn , (Jr t074� City, State and Zip Code fh -1 l V -%61 t Telephone Number NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjurythe accuracy ofthe representations made on the Contract Bid Forms. 2) 3) If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. CBF -2 Proposal Number: SW563 Date: March 25, 2014 Page I of 8 SO CAL CONSTRUCTION SERVICES 14818 Mansa Dr. La Mirada, CA 90638 Tel (562) 228 -5033 Fax (562) 941-9751 License 9 914757 Upon accepting this proposal, an agreement is hereby made between So Cal Construction Services, herein after referred to as "Contractor' or "So Cal Construction Services' and Owner /Client: City of Rosemead Sean Sullivan 626 -569 -2189 ssullivan @cityofrosemeaci Hereinafter referred to as the "Owner' and /or "Client ". Jobsite: Rosemead City Hall 8838 East Valley Blvd, Rosemead, CA 91770 Asbestos Survey None Received Specification. Not Applicable Lead (Pb) Survey None Received Scope of Work: Not Received Microbial Survey Not Received Addendum: None Received Drawinas: Not Applicable _ Job Walk: Performed The Scope of Work (SOW) to be performed by Contractor is as follows Asbestos Abatement 1. Send project notification to SCAQMD. 2. Dispatch necessary equipment and personnel. 3. Set up temporary containment as necessary using 6 mil poly as per industry standard. 4. Perform removal of asbestos containing stucco color coat on all outside walls at entrance area of Recreational Center building as per the bid walk. 5. Clean up all debris from the sandblast, bag and remove. 6. Dispose of all waste according to regulations. $6,135.00 These costs include consumable materials, labor, profit, overhead, taxes and disposal fees Inclusions: "r 6 Mil fire retardant Poly will be used for all containment areas as necessary. ➢ Certified Cal /OSHA, EPA, DHS, Trained workers to perform all operations. Personnel equipped with proper PPE to perform operations listed in scope. Exclusions: Consulting fees, air sampling, testing, or analytical services. ➢ Removal of materials, not specified in this proposal. Proposal Number: SW563 Date: March 25, 2014 Page 2 of 8 Time for completion: The work to be performed by Contractor pursuant to this Agreement shall be commenced on or about (Pending), and shall be substantially completed within an agreed reasonable time frame for the scope of work. Commencement of work shall be defined as the arrival of Contractor staff to the worksite and the preparation of the worksite for abatement work. Mobilization and Materials fees: So Cal Construction Services requires a down payment prior to the job start for the purchase of equipments and materials used in the execution of the referenced work. (By California law, the down payment is 10% of the purchase price or $1,000.00, whichever is less) Balance upon completion of work: Upon satisfactory payment by Client being made for any portion of the work performed by Contractor, the Contractor shall, prior to any further payment being made, furnish to the Owner /Client a full and unconditional release from any claim or mechanic's lien pursuant to Section 3114 of the California Civil Code, for that portion of the work for which payment has been made. If any payment is not paid on time, the Contractor may bill the maximum annual interest rate allowable by California law. TERMS & CONDITIONS CONTRACTUAL 1. Retention: No retention shall be withheld for this project. 2. Bonding: The Owner /Client, has the right to require the Contractor to furnish a performance or payment bond. The cost of each bond will be passed on to the Owner /Client at a rate of three - percent (3 %) of the contract value per bond. 3. Delays: The Contractor agrees to start and diligently pursue work through completion but shall not be responsible for delays for any of the following reasons: failure of the issuance of any necessary building permits within a reasonable length of time, acts of neglect or omission of Owner /Client or Owner /Client's employees or Owner /Client's agents, acts of God, stormy or inclement weather, strikes, lockouts, boycotts, or other labor union activities, other Contractors, extra work ordered by Owner /Client, acts of public enemy, riots or civil commotion, inability to secure material through regularly recognized channels, imposition of government priority or allocation of materials, failure of Owner /Client to make payments when due, or delays caused by consultants, inspectors, inspection or changes ordered by the inspectors of authorized government bodies, or other causes beyond Contractor's reasonable control. 4. Owner /Client Information: By signing this document, you authorize So Cal Construction Services to verify any and all credit worthiness of you and /or the organization you represent. Proposal Number: SW563 Date: March 25, 2014 Page i of 8 5. Furthermore, any misrepresentation you make as to your identity and /or identity of the organization you represent will be considered an act of fraud. 6. Attorney's Fees: So Cal shall be entitled to attorney fees in any action or proceeding arising out of this agreement and /or any action or adversarial proceeding to enforce a judgment based on a cause of action arising out of this agreement. a. In the event of litigation or collection, the Client agrees to pay all attorney fees, court costs, and pre - judgment interest at the maximum rate allowable by California State Law. b. The Client agrees to pay all attorneys fees and costs in the event that this account and /or contract is subject to a dispute. c. The Client agrees to pay all attorney fees and costs incurred to enforce this contract. 2. Invalid Void or Unenforceable Terms: If any of the provisions of this agreement are held by a Court of jurisdiction to be invalid, void or unenforceable, the remaining provisions shall nonetheless continue in full force and effect without being impaired or invalidated in any way. 3. Limit of Liability: The Contractor's total liability shall be limited to the proposed total contract value of this proposal. 4. Acceptance of Work: The Owner /Client duly authorized representative is responsible for being present if requested, during the last day of work and signing a "Notice of Completion' and providing final payment. 5. Access: The Owner /Client agrees to allow and provide the Contractor access to the property including keys. The keys shall be returned to Owner /Client within 14 calendar days upon completion of work to be performed. If the Owner /Client does not furnish keys, Owner /Client will take the responsibility to open and close the site for the Contractor, the Owner /Client must show up promptly. If the Owner /Client is late, he /she agrees to pay additional charges at a rate of $85.00 /manhour (a maximum of two man hours per laborer) for the period while the job is idle. In addition, if the Owner /Client takes responsibility to open and close the site for the Contractor, the Contractor shall not be responsible for any overnight theft or vandalism to property. 6. Additional Work: If additional asbestos - containing materials (ACM), lead, Lead -Based Paint (LBP), or microbial growth is encountered, that is not defined in the scope of work, during the execution of the work, the Contractor shall stop work and notify the Owner /Client. The removal of additional items or materials shall be performed as change order work or work under a separate contract. 7. Changes in the Work: Should the Owner /Client direct any modification or addition not covered by this contract, the contract price shall be adjusted accordingly to compensate the Contractor for cost incurred, and overhead and profit on the cost. Modification or addition to the work shall be executed only when a Written Change Order has been accepted and signed by both the Owner /Client and the Contractor. 8. Subrogation: Contractor shall not be subject to any insurance subrogation and the Client will be fully responsible for any type of subrogation. 9. Right to Stop Work: Contractor shall have the right to stop work if: Proposal Number: SW563 Date: March 25, 2014 Page 4 of 8 a. Any payment has not been made when due to Contractor, or if Contractor reasonably believes that payment shall not be made when due to Contractor under this agreement; Contractor may keep the job idle until all payments due are received. b. Access to work area(s) is impeded or limited in such a way as to hamper, impact or prevent work from being performed efficiently. c. The Contractor is impacted or delayed by other trades, conditions, or occurrences. 10. Existing Hazards: So Cal will not be responsible for any existing potential health hazards. Specifically, So Cal will not be responsible for the cleaning of any human and /or animal excrement or urine. If excrement or urine is present on any surface to be worked on or present in the immediate area where work is to be performed (porch, balcony, walkway, or any other area within 6 feet of work area), the Owner /Client will be responsible for thoroughly cleaning such surfaces or areas prior to So Cal commencement of work. If the Owner /Client does not clean such areas, So Cal will not perform any work on those areas and not subtract any dollar amount from this contract. 11. Video /Audio Recording: At So Cal's discretion, We may videotape and record the existing conditions of the property, work in progress, and final completion or work. So Cal will video /audio tape record any person at or in the vicinity of the project. The Client/Owner agrees to waive all rights to any video /audio /digital media contents or recordings. 12. Contract Dates: The latest or last version of any signed proposal, as indicated by date or transmission date shall be the only valid agreement and supersedes previous versions of proposals. 13. California Mechanic's Lien Law: any Contractor, subcontractor, laborer, supplier or other person or entity who helps to improve your property, but is not paid for his /her work or supplies, has a right to place a lien on your home, land, or property where the work was performed and to sue you in a court of law to obtain payment. This means that after a court ruling against you, a court officer could sell your home, land, and /or property and the proceeds of the sale used to satisfy your contractual obligation to So Cal. REGULATORY 1. Permits: So Cal Construction Services shall be responsible for required NESHAP permits. However the Owner /Client will be solely responsible for any other work and /or permits that the City and /or any other jurisdiction may require relating to work other than specified in this agreement. 2. Regulated Work Area: In order to avoid contamination and /or injury, no party including the Owner /Client shall at any time enter any interior or exterior work area that is fully and /or partially contained. The only exception that will be made is for valid and proper government authorities (OSHA, Health Departments, etc.) but valid government authorities must first check in with the site supervisor and sign a release of liability in case they are injured and /or exposed to hazardous materials. Proposal Number: SW563 Date: March 25, 2014 Page 5 of 8 3. Other Contractors: Unless specified within this contract, the Owner /Client understands and agrees that no other Contractor, under any circumstances, shall visit premises or conduct work while So Cal is performing work. No exceptions shall be made. 4. ArchitecturallStructural Components: Contractor is not responsible for the removal of architectural or structural items, members, or components not defined in the scope of work or that are discovered through remedial activities that are impacted or damaged and determined to be unsound or unusable. Should structural members be suspect of imminent failure or potential conditions of failure be identified, the Contractor is not responsible for temporary shoring, engineering, or for structural failure following identification. 5. Regulated Waste: The facility Owner /Client is to sign and authorize all regulated waste shipping manifests or bill -of- ladings at the end of the project. The Owner /Client or Owner /Client agent will be responsible for making him or herself available at the time of waste pick -up. a. Manifesting Waste: Hazardous waste (friable asbestos) is to be shipped utilizing a hazardous waste manifest. The Contractor will provide appropriate manifests when required. It is the Owner's responsibility to inform the Contractor of the EPA Generator Number, legal name and address of the generator, the address of the facility and be available to sign manifests at the time of waste shipment pickup. TECHNICAL 1. Utilities: The Owner /Client is responsible to supply safe and adequate electrical utilities, water, and restroom facilities to the worksite as required by the Contractor to operate required equipment, machinery, and to perform the referenced work. 2. Movable Objects: all movable objects located in the scope of work area shall be removed from the work area prior to Contractor mobilization and the commencement of work, at no cost to the Contractor. 3. Negative Air Exhaust: Windows may need to be removed to provide exhaust ports for the use of negative air machines dependent upon the type of operation being performed. It is the Owner /Clients responsibility to provide glaziers to remove and install windows, and to support the operation at no cost to the Contractor. 4. Site Security: The Contractor may erect temporary plywood barriers to limit access into area(s) or to effectively exhaust clean air generated from the use of negative air machines. By taking these reasonable steps to control ingress /egress at the work site and to provide temporary security for the duration of the operation, the Contractor is not responsible for illegal entry, loss, or vandalism at the worksite. 5. Accessibility: Inaccessible, buried, or otherwise trapped materials, that are not specified in this proposal or defined in the specification are not included in the scope of work. 6. Existing Utilities /cabling: If So Cal moves any type of gas line, water line, conduit, cable or phone jack in order to access or move an appliance, water heater and or building component, So Cal will not be held liable for the integrity of the utility connection or leaks or failure of the connection following the work. a. The Owner /Client accepts full responsibility for testing and proving that any electrical device, cable, water line, gas line, conduit or fixture works prior to Proposal Number: SW563 Date: March 25, 2014 Page 6 of 8 Contractor commencement. This includes but is not limited to any heater, air conditioner, appliance, light bulb, switch, outlet, timer or electronic apparatus. 7. Prior Damage and /or Contamination: So Cal will not be responsible for any pre- existing conditions, contamination, or damage at the project including but not limited to building finishes, materials, components, machinery, lighting, etc. 8. Substrate Finishes: Unless otherwise specified in this contract, So Cal will not be responsible for the finished look of any work where layers of ACM are removed. The Client understands that So Cal shall not be responsible for the finished look of plaster or drywall materials beneath any acoustic ceiling materials. This includes blemishes, divots, scratches, or any other imperfections. 9. Damage to finishes: By signing this document, Client understands that So Cal may use masking tape, duct tape, spray -glue, staples, screws and plastic to erect critical barriers and to seal off work areas. When adhesives, staples and screws are removed, cosmetic damage to the finish surfaces may occur. So Cal shall not be responsible to patch or fix any damaged surface or building material(s). 10. Oversight: The Owner /Client and /or the Owner /Client's qualified agents will be given sufficient opportunity (excluding contained areas) to review the work performed. At most, this will be at the end of every workday but shall not occur during the course of the workday. Any deviation from this can and shall be considered grounds for the Contractor stopping all work without penalty and entitle Contractor to additional compensation. The Contractor considers this to be a severe impediment to work and possibly harassment. Videotape or any other form of recording Contractor's work or workers is strictly prohibited. Unless specified in writing by So Cal, no exceptions will be made. 11. Independent Consultant: The Owner /Client shall be responsible for selecting, hiring, and paying independent consultants for project monitoring or air sampling services. The Owner /Client will disclose the name, address, and phone number of any hired consultants no later than one (1) calendar day prior to the commencement of work to be performed. 12. Post Remedial Air Sampling: If the Owner /Client chooses to have final air clearances/post- remedial air sampling performed, the Owner /Client shall notify So Cal in writing, no later than one calendar day, of the exact time a consultant will take air samples. If this is not done, So Cal will not be responsible for removing plastic, duct tape or any other barriers left behind on the registers or any other part of the house. 13. Air Sampling Concentrations: Clearance or post remedial air sampling protocols, procedures, methods, must clearly be stated and the target level of clearance (regulatory) or levels of airborne particulates to be present following remedial activities must be described in writing prior to the submission of this proposal. Post - remedial air sampling airborne particulate targets, goals, or concentrations expressed by Owner /Client agents following the acceptance of this proposal will not be honored. 14. Analytical Reports: The Owner /Client agrees to provide So Cal with any and all consultant's reports within 24 hours of Owner /Client receiving any such reports. The Owner /Client authorizes So Cal to obtain any reports or results directly from the consultant. 15. Force Majeure: So Cal views the acts of consultants whose specifications /work plans are not incorporated into bid documents or specifications used by the Contractor to estimate this Proposal Number: SW563 Date: March 25, 2014 Page 7 of 8 proposal as Force Majeure, and as such, is not bound by their rulings, directives, opinions, recommendations, or instructions. 16. Supply of Materials: If the Owner /Client is to supply any material as part of this agreement, the Owner /Client shall be responsible for ordering, transporting, and ensuring that such material shall be the proper size and /or color. If not, the Contractor will charge additionally for any labor and material necessary to install such material properly at a rate of $85.00 per manhour. Furthermore, the Contractor will additionally charge for any transportation time incurred to select and /or order proper materials at the same rate. 17. Owner /Client's Tools: At no time is the Owner /Client to bring, mix, or leave behind his /her tools at the work site. So Cal shall not be responsible for replacing such items that are claimed to be lost or are stolen from any work area. 18. Contractors Tools & Equipment: Tools and equipment supplied to the work area(s) is under the control and /or property of the Contractor. At no time is the Owner /Client to use or borrow Contractor's equipment without express written consent of the Contractor. The Contractor is not responsible for Client/Owner or Client/Owner agent accidents, damage or misuse for the unauthorized use of Contractor's equipments or tools. Proposal Number: SW563 Date: March 25, 2014 Page 8 of 8 You, the Owner /Client, may cancel this transaction at any time prior to midnight of the third business day after the signed date of this transaction provided work has NOT commenced. Owner /Client waives the right to rescind upon commencement of work or after midnight of the third business day from dated signatures below. I have fully read, understand and agree to all terms and conditions contained in this agreement. Owner /Client and /or authorized representative to complete the following: So Cal Construction Services Individual accepting proposal (signature) Company �/aN� ✓ll +wr fr. Individual accepting proposal (printed) Proposal by (signature) Pablo Mora Jr. Proposal by (printed) Estimator Company /Representing Title 03/25/14 Date EPA Generator # (if applicable) - Please authorize this document by singing each page and the acceptance on the last page and return to So Cal via mail /facsimile.