Loading...
CC SR 20260303 C - Hawthorne at Eddinghill-Seamount Left Turn Signal NOC CITY COUNCIL MEETING DATE: 03/03/2026 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consider a Notice of Completion for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Construction Contract. RECOMMENDED COUNCIL ACTION: (1) Accept the construction contract with Alfaro Communications Construction Inc. for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project as complete; (2) Authorize the City Clerk to file a Notice of Completion (NOC) for the project with the Los Angeles County Registrar-Recorder’s Office; and if no claims are filed within 35 days after recordation, send a notice to the surety company to exonerate the Performance Bond; and, (3) Authorize the Contract Officer to release the 5% construction retention payment to Alfaro Communications Construction Inc., 35 days after recordation of the NOC by the Los Angeles County Registrar-Recorder’s Office, contingent upon no claims being filed on the project, and the contractor posting an acceptable warranty bond with the City. FISCAL IMPACT: The total construction cost was $600,763, which is $27,302 under the approved total construction budget, inclusive of contingency. The budget amount listed below is the entire project budget including planning, project management, engineering, construction, construction management, and construction inspection. VR Amount Budgeted: $890,000 Additional Appropriation: $0 Account Number(s): 211-400-8857-8XXX (various accounts) (Fund 1911 Act Street Lighting – Improvements/Prof Tech) VR ORIGINATED BY: Noel Casil PE, TE, PTOE, Senior Engineer NVC REVIEWED BY: Deanna Fraley, PE, Principal Engineer Ramzi Awwad, Public Works Director APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. Notice of Completion (page A-1) B. Staff Report Awarding Construction Contract 1 C. Contract Change Orders (page C-1) BACKGROUND: On January 16, 2025, based on the findings of a traffic study and the recommendations of the Traffic Safety Committee (TSC), the City Council approved the installation of left - turn signal arrows for Hawthorne Boulevard at Eddinghill Drive/Seamount Drive. The Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (Project) was approved as part of the FY 2024-25 Capital Improvement Program (CIP) (Project No. 8809). The Project included the installation of a northbound and southbound left turn signal and associated upgrades to traffic signal equipment, as well as related roadway enhancements at the intersection. The Project is expected to enhance safety of vehicles turning left from Hawthorne Boulevard onto Eddinghill Drive and Seamount Drive. The Project design process included extensive community engagement. A list of interested constituents was created, and regular updates were provided to those constituents. Additionally, Public Works sought the input of area residents, particularly with respect to required street lighting, to ensure that an aesthetically appropriate and context sensitive design was developed. DISCUSSION: Following a competitive bidding process, on March 4, 2025, the City Council awarded a construction contract for the Project to Alfaro Communications Construction Inc. (ACCI) in the amount of $570,968, with a contingency of 10%, or $57,097, for a total not-to- exceed amount of $628,065. (Attachment B) Construction was completed in December 2025 for a total cost of 600,763, which is $27,301.60 under the approved total construction budget, inclusive of contingency. The contract includes a 12-month warranty period requiring the contractor to remedy any defective work. The project area will be monitored for the duration of the warranty period. [CONTINUED ON NEXT PAGE] 2 Figure 1: Hawthorne Blvd and Eddinghill Drive Traffic Signal Before Construction Figure 2: Hawthorne Blvd and Eddinghill Drive Traffic Signal After Construction 3 The filing of the NOC allows the City to close out its contract with Alfaro Communications Construction Inc. (ACCI) and release the associated retention within a reasonable timeframe relative to the date all construction contract work was completed, and the City took beneficial use of the facility. A financial summary of the project is shown in Table 1 below. Table 1: Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project Financial Summary CONCLUSION: The construction contractor, Alfaro Communications Construction Inc. (ACCI), has completed all work in accordance with the plans, specifications, and construction contract. Therefore, Staff recommends accepting the project as complete and filing a NOC with the Los Angeles County Registrar-Recorder’s Office. If no claims are filed within 35 days after recordation, the City will release the 5% retention, and upon the contractor posting an acceptable warranty bond, notify the surety company to exonerate t he Performance Bond. ALTERNATIVES: In addition to Staff recommendation, the following alternative action s are available for the City Council’s consideration: 1. Direct Staff not to file the NOC for Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project. 2. Take other action, as deemed appropriate. 4 Revised 05/2019  To be recorded with County Recorder within 15 days after completion. No recording fee. RECORDING REQUESTED BY: City of Rancho Palos Verdes Attn: City Clerk 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 AND WHEN RECORDED MAIL TO: Same as above THIS SPACE FOR RECORDERS USE ONLY NOTICE OF COMPLETION (CA Civil Code 9204- Public Works) Notice is hereby given by the undersigned owner, a public entity of the State of California, that a public work of improvement has been completed, as follows: Project title or description of work: Date of completion: Nature of owner: Interest or estate of owner: Address of owner: Name of contractor: Address of contractor: Street address or legal description of site: Dated: ___________________________ Owner: City of Rancho Palos Verdes (Name of Public Entity) By: Title: ____________________________ Ara Mihranian, AICP, City Manager State of California ) County of Los Angeles ) ss City of Rancho Palos Verdes ) I am the City Clerk of the City of Rancho Palos Verdes, the public entity which executed the foregoing notice and on whose behalf I make this verification; I have read said notice, know its contents, and the same is true. I certify under penalty of perjury that the foregoing is true and correct. , California on (Date) Executed at Rancho Palos Verdes By: Title: Teresa Takaoka, City Clerk A-1 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov FY2025-036 8857 1 2.0 0 0A TIME EXTENSION OF Hawthorne/Eddinghill, Protected LT Phase Project PM Services PROJECT CODE: UNIT PRICE $1,234.39 QUANTITY DIFFERENCE NEW QUANTITY 20250351 DESCRIPTION Cost increase due to increase in the length of two mast arms from 40' to 45' each $2,468.77 ORIGINAL QUANTITY $2,468.77 Totals PROFESSIONAL SERVICES AGREEMENT CHANGE ORDER FORM PROJECT NAME:CONTRACT NUMBER: ITEM NO. 1 DATE:07/30/25 PURCHASE ORDER NUMBER: CHANGE ORDER NUMBER: CONTRACTOR NAME:Alfaro Communications Construction, Inc. 2.0 ADDITIONAL WORKING DAYS DESCRIPTION AND LOCATION OF PROPOSED WORK *DVDQGZDWHUXWLOLW\FRQIOLFWVLGHQWLILHGGXULQJSRWKROLQJUHVXOWHGLQWKHWUDIILFVLJQDOSROHDWWKHVRXWKZHVWFRUQHURIWKHLQWHUVHFWLRQWREH UHORFDWHG7KLVUHORFDWLRQRIWKHSROHUHTXLUHGDORQJHUPDVWDUP IURPIHHWWRIHHW WREHWWHUDOLJQWKHVLJQDOKHDGVIRUWKH/73RFNHW 7UDIILFRQ6%+DZWKRUQH%OYG7KHILQDOGHVLJQIRUWUDIILFVLJQDOSROHRQWKHQRUWKHDVWFRUQHUZDVIRUDIRRWPDVWDUPKRZHYHUWKHELG VKHHWDQGVSHFLILFDWLRQVZHUHQRWXSGDWHGWRWKHIRRWPDVWDUPIRUWKHFRQWUDFWRUWRELGRQ NEW COMPLETION DATE: TOTAL OF CHANGE ORDER #1: NEW CONTRACT AMOUNT:$573,436.78 SUMMARY OF QUANTITY CHANGES ORIGINAL CONTRACT AMOUNT:$570,968.01 WORKING DAYS WILL BE ALLOWED FOR THIS WORK PRICE DIFFERENCE $2,468.77 ORIGINAL COMPLETION DATE: 1/25 TOTAL OF TIME EXTENSION #1: 1 of 2 Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-1 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 1 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Accepted and Executed by: By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. Client Manager Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. Public Works Director Ramzi Awwad Contract Officer CONTRACTOR NAME:Alfaro Communications Construction, Inc. Hawthorne/Eddinghill, Protected LT Phase Project PM Services FY2025-036 20250351 PROJECT CODE:8857 PURCHASE ORDER NUMBER: CHANGE ORDER NUMBER: CONTRACT NUMBER: PROFESSIONALSERVICESAGREEMENTCHANGE ORDER FORM PROJECT NAME: 2 of 2 ture 8/26/25Jamal Deaifi nature li Zaghari Contracted Project Manage 8/26/25 Si atur Ramzi Awwad 09/02/2025 09/02/2025 Si natur Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 9/3/2025 C-2 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 8857 Alan Braatvedt, Sunbeam Consulting Contracted Construction Manager to City of Rancho Palos Verdes 0 0 $54,628.23REMAINING CONTINGENCY AMOUNT: PREPARED BY: ACCOUNT NUMBER: CONTRACTOR NAME:Alfaro Communications Construction, Inc. FY2025-036 $57,097.00 Working Days ORIGINAL CONTRACT AMOUNT:$570,968.01 TOTAL CHANGE ORDERS COST:$2,468.77 ORIGINAL CONTINGENCY AMOUNT: TOTAL SCHEDULE CHANGE ORDERS: ORIGINAL COMPLETION DATE: 1/25 NEW CONTRACT AMOUNT:$573,436.78 $2,468.77CO#1 DATE 1/25 NEW CONTRACT COMPLETION DATE: 1/25 Working Days CHANGE ORDER NUMBER COST AMOUNT SCHEDULE EXTENSION CONSTRUCTION CHANGE ORDER SUMMARY SHEET CONTRACT NUMBER: PURCHASE ORDER NUMBER:20250351 PROJECT NAME: PROJECT CODE: DATE:04/23/25Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification CO#7 CO#8 Working Days Working Days Working Days Working Days Working Days Working Days Working Days CO#2 CO#3 CO#4 CO#5 CO#6 CO#9 Working Days CO#10 Working Days 1 of 1 Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-3 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov CHANGE ORDER MEMORANDUM TO: ALI ZAGHARI, PROJECT MANAGER FROM: ALAN BRAATVEDT, SUNBEAM CONSULTING DATE: APRIL 23, 2025 SUBJECT: RPV Project 8857 – HAWTHORNE BLVD. AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION CONSTRUCTION CHANGE ORDER NUMBER: 1 Description of Construction Change Order Install longer mast arms on the traffic signal poles at the south east and north west corners of the Hawthorne/Eddinghill intersection. Justification Gas and water utility conflicts identified during potholing resulted in the traffic signal pole #1, at the southZHst corner of the intersection, to be relocated. This relocation of the pole required a longer mast arm IURPIHHWWRIHHW to better align the signal heads for WKH/73RFNHW7UDIILFRQ6%Hawthorne%OYG The ILQDOGHVLJQIRUtraffic signal pole #5 on the northeDst corner ZDVIRUDIRRWPDVWDUP, KRZHYHUWKHELG VKHHWDQGVSHFLILFDWLRQVZHUHQRWXSGDWHGWRWKHIRRWPDVWDUPIRUWKHFRQWUDFWRUWR ELGRQ Cost Analysis The contractor provided quotations from the supplier agent for the 40-foot and 45-foot long mast arms, showing the added cost for the longer mast arm. The difference in cost for the longer mast arm is reasonable. Tax has been added to the material cost and a markup of 15% in total has been added in conformance with Section D-3 of the general provisions of the specifications. Schedule Analysis Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-4 RPV Project 8857 - Hawthorne Blvd and Eddinghill Drive Traffic Signal Modification Construction Change Order Number 1 April 23, 2025, pg. 2 http://sharepoint/publicworks/PW Templates/Construction Contract/Construction Change Order/Construction Contract Change Order Memo[Template].docx There is no schedule impact. Attachments: Construction Contract Change Order Form Construction Contract Change Order Summary Sheet Contractor’s Change Order Proposal Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-5 Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-6 To:Alfaro Construction From:Corina Navarro ATTN: Jamal Aldoaifi Phone#:714-712-8526 Fax#:714-712-8517 Job:Hawthorne & Eddinghill Rancho Palos Verdes Date:4/7/2025 Re:Adder for SMA Size Increase UNIT EXTENDED QTY TYPE DESCRIPTION PRICE TOTAL 1 POLE LOT ADDER FOR SMA SIZE INCREASE FOR TYPE 26-4-100:975.00$ 975.00$ 1 WAS 40' SMA 1 NOW 45' SMA -$ -$ Total:975.00$ REXEL 2099 S. STATE COLLEGE BLVD SUITE 200 ANAHEIM, CA 92806 This Quotation supercedes all previous quotations and on this document: (i) Our quotation for your use in submitting a job or project bid to your customer expires 30 days from the date hereof, and may be withdrawn earlier by us if prior to acceptance of your bid. (ii) All other quotations are subject to price increases in effect through time or shipment. All sales transactions are subject to credit approval. Any quotation and all transactions with Rexel are conditioned upon Rexel's Terms and Conditions of Sale located at KR10/98 Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-7 Sunbeam Consulting 1817 Josie Avenue Long Beach, California Hawthorne/Eddinghill Traffic Signal CO #01 Summary of Task 1 Additional Cost for Extended Mast Arms Rate Amount This change order is only for an additional cost for materials to change the mast arms from 40' long to 45' on both poles Quotation provided for a 40-foot mast arm 2 3,100 6,200.00 Quotation provided for a 45-foot mast arm 2 4,075 8,150.00 Difference 1,950.00 Total Cost of COR 2,468.77 change order as presented by ACCI Attached quotation from supplier is for the added cost for upsizing the mast arm The lower tax rate of 9% instead of 10.25% was used by supplier Docusign Envelope ID: 56E07684-C734-4593-8882-5DB3DCAC50F9 C-8 C-9 09/30/2025 C-10 C-11 C-12 C-13 C-14 C-15 C-16 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 C-17 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 10/23/2025 10/24/2025 10/24/2025 C-18 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 C-19 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 C-20 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 C-21 Docusign Envelope ID: F9ECBB6B-3D08-4167-A059-BAB15FC43B65 C-22 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov CHANGE ORDER MEMORANDUM TO: RAMZI AWWAD, DIRECTOR OF PUBLIC WORKS FROM: Noel Casil, Senior Engineer DATE: DECEMBER 10, 2025 SUBJECT: Hawthorne at Eddinghill/Seamount Left Turn Signal PM Services CHANGE ORDER NUMBER: 4 Description of Change Order This Change Order revises the previously approved Change Order No.4 (CO4), which authorized use of specialized drilling for six (6) signal pole foundations at an estimated cost of $35,359.81 for three (3) Working Days (WD). The updated Change Order reflects the actual cost of $25,466.60 based on two (2) WD. Justification The update is necessary to replace the original estimated cost with the verified actual cost for the work performed. Cost Analysis The update will increase the project contingency budget by $9,893.21 which could be utilized for other potential change orders. Schedule Analysis This Change Order update has no impact on the Project Schedule. Attachments: Updated Professional Services Agreement Change Order 4 Form Updated Professional Services Agreement Change Order 4 Summary Sheet Original Professional Services Agreement Change Order 4 Form Original Professional Services Agreement Change Order 4 Summary Sheet Actual Cost Breakdown Submitted by the Contractor Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-23 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 8857 4 0.0 LS 1.0 LS 1.0 LS 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 7 0 NEW CONTRACT AMOUNT:$612,032.59 NEW COMPLETION DATE:12/17/25 CHANGE ORDER NUMBER:DATE:11/19/25 ITEM NO. SPEC CODE DESCRIPTION ORIGINAL QUANTITY NEW QUANTITY QUANTITY DIFFERENCE UNIT PRICE PRICE DIFFERENCE $0.00 CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 PROJECT CODE: CONTRACTOR NAME:Alfaro Communications Construction, Inc. DESCRIPTION AND LOCATION OF PROPOSED WORK This Change Order revises the previously approved Change Order No.4 (CO4), which authorized use of specialized drilling for six (6) signal pole foundations at an estimated cost of $35,359.81 for three (3) Working Days (WD). The updated Change Order reflects the actual cost of $25,466.06 based on two (2) WD. The update is necessary to replace the original estimated cost with the verified actual cost for the work performed. The update will increase the project contingency budget by $9,893.21 which could be utilized for other potential change orders. SUMMARY OF QUANTITY CHANGES ADDITIONAL WORKING DAYS 1 Pole Foundations Excavation by Subcontractor $25,466.06 $25,466.06 0 $0.00 $0.00 $0.00 $0.00 TOTAL OF CHANGE ORDER #1-3:$15,597.52 TOTAL OF CHANGE ORDER #4:$25,466.06 Totals $25,466.06 0 WORKING DAYS WILL BE ALLOWED FOR THIS WORK ORIGINAL CONTRACT AMOUNT:$570,968.01 A TIME EXTENSION OF ORIGINAL COMPLETION DATE:12/08/25 TOTAL OF TIME EXTENSIONS #1-3:Working Days TOTAL OF TIME EXTENSIONS #4:Working Days 1 of 3 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 1/14/2026 C-24 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 4 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature CHANGE ORDER NUMBER:PROJECT CODE:8857 CONTRACTOR NAME:Alfaro Communications Construction, Inc. By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 Public Works Director Jamal Aldoaifi Ramzi Awwad Ramzi Awwad Client Manager Accepted and Executed by: Contract Officer Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. 2 of 3 Ali Zaghari Contracted Project Manager Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 12/16/2025 12/17/2025 1/13/2026 1/13/2026 1/19/2026 C-25 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 3 of 3 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-26 8857 Alan Braatvedt, Sunbeam Consulting Contracted Construction Manager to City of Rancho Palos Verdes 7 0 7 0 0 PREPARED BY: PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification DATE:11/19/25 PROJECT CODE: Alfaro Communications Construction, Inc. FY2025-036 20250351 $16,033.42 $570,968.01 ORIGINAL CONTINGENCY AMOUNT:$57,097.00 $41,063.58 $612,031.59 REMAINING CONTINGENCY AMOUNT: ORIGINAL COMPLETION DATE:12/08/25 TOTAL SCHEDULE CHANGE ORDERS:Working Days NEW CONTRACT COMPLETION DATE:12/17/25 CHANGE ORDER NUMBER COST AMOUNT SCHEDULE EXTENSION DATE CO#1 $2,468.77 Working Days 12/08/25 CO#2 $0.00 Working Days 12/17/25 CO#3 $13,128.75 Working Days 12/17/25 CO#4 $25,466.06 Working Days 12/17/25 CO#5 Working Days CO#6 Working Days CO#7 Working Days CO#10 Working Days CO#8 Working Days CO#9 Working Days Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-27 C.C.O NO DATE PREFORMED PROJECT: WORK PERFORMED BY: DESCRIPTION OF WORK: CODE HOURLY RATE HOURS EQUIP. NO EXTENDED AMOUNT G.R NO. 12-20 54.23$ 18 1 976.14$ REG.16 12-20 54.23$ 18 1 976.14$ O.T 2.25 Bobca 2040.00 40.53$ 18 1 729.54$ REG.16 Breake `0100 32.11$ -$ O.T 2.2 Water Tan 030-050 18.44$ 18 1 331.92$ REG.7.25 rrow Board TM 3.97$ -$ O.T 2.2 Compacto 0-250 8.26$ -$ REG.8.75 1635.00 64.49$ -$ O.T 2AX 73.34$ 18 1 1,320.12$ REG.16 - 125.00 -$ O.T 2.3 025-045 47.34$ -$ REG.16 10-20 5.91$ -$ O.T 2.2 100.00 18.97$ 18 1 341.46$ REG.16 4073.00 70.09 -$ O.T 100 39.01$ -$ REG. O.T REG. NO. UNIT 1 LABOR SURCHARGE - (Per Caltrans Labor Surcharge & Equip Rental Rates) 1 NO.+S NO.+S B ACCEPTED FOR RECEIPT ONLY Sub Total APPROVED FOR PAYMENT (F) TOTAL 1%Bonding $ 252.14 $ 25,466.06 +15% EXCESS OVER $5,000; CONTRACTORS MARKUP ON SUBCONTRACTOR (E) 25,213.93$ CONTRACTOR REPRESENTATIVE +15% MARKUP ON EQUIPMENT , MATERIAL, AND WORK COST (B)1,706.62$ 11,377.47$ +20% MARK UP ON LABOR COST (Per Caltrans Labor Surcharge & Equip Rental Rates)(A)2,021.64$ SUBTOTAL 6,702.15$ TOTAL COST OF EQUIPMENT, MATERIAL & WORK TOTAL COST OF LABOR A 10,108.20$ -$ Total -$ -$ -$ Curtis Drilling Invoice#27665 3,472.15$ 3,472.15$ SUBSISTENCE -$ TRAVEL EXPENSE -$ OTHER MATERIAL AND / OR WORK DONE BY SPECIALIST SUB-TOTAL 10,108.20$ DESCRIPTION UNIT COST Curtis Drilling Invoice#27650 3,230.00$ 3,230.00$ -$ HCEC Excavator -$ 4,675.32$ -$ -$ TRAIL Trailer low Bed A Brian Lopez (Apprentice Group 4)48.89$ 782.24$ ASPWP Conveyor -$ AIRCP Compressor Rumaldo Morales (labor group 1)92.77$ 1,484.32$ ABOP Concrete Saw 125.25$ 275.55$ TRUN Dump truck Guillermo Delcid (labor group 1)92.77$ 1,484.32$ VACC Vacuum 125.25$ 288.08$ COMHG Jesus Najera (operator Group 3)120.56$ 1,054.90$ ROTAM Roller -$ APMP Jesus Najera (labor group 1)92.77$ 672.58$ FLAS 125.25$ 275.55$ TRENC Lazaro Mejia (labor group 5)96.56$ 1,544.96$ HAMMR 130.93$ 288.05$ T&TT Utility Truck Pedro Cardenas (Electrician)103.03$ 1,648.48$ T&TT Utility Truck 137.41$ 309.17$ Cost Break Down REPORT NO. 10-27-25 and 10-28-25 Extra work with Curtis Driling doing holes for foundation EQUIP. CODE EQUIPMENT LABOR HOURS HOURLY RATE EXTENDED AMOUNTS DATE OF REPORT 10-27-25 and 10-28-25 HATHORNE BLVD AND EDDINGHILL DR TRAFFIC SIGNAL MODIFICATION PAGS Alfaro Communications Construction Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-28 DAILY FORCE ACCOUNT WORK TENTATIVE AGREEMENT CONT RACT NO. /J71t// ( SI 6Nt->-L IVl(j,blf f ( A 77 (JN � CCO#: DATE: tfJ lrz 1 /2 rI I LOCATION/DESCRIPTION OF EXTRA WORK: £,xr1111-PUodll. {,(I.fl t:tt •C:Utl TL5 DalL.ll/Ut[. "iJ()JA/t /ltlCI. S r/{la.. c(l llNIJJfll(Jll{S EQUIPMENT# /,/ /YI �l 5 )), 11 IA). <SO ,f EQUIPMENT 1 I I I J Al£ I ia,,,..,...,t_ J Pn l'J yJl.J. J7VJ // ht�./ t. ,,/...,!.,,,. ,f-yy t-le. 1 j ::J,'t /.1 rlvw J{ /7:7/ p j / h I,,( h/1 I/ J ./ --, 'j; o;;c�,... -;rM{-t:r MAT ERIAL: NTAT IVE HRS #OF MEN :J. J- 1- R jj 5f C, {.Y . r .R NAME a� VVIJl'I ,AIJMJ,),/4,ti. t"1 /... ,._, .; -? 11-;i � HA- i..J,.--;J;;, /4 �7--�, ,_ I/,? i,.t o -:;,;t;: II t,., �,Jr. l I/.(, J\lu;'' 'l,,� JI II ... � If} I 11'7 r rru ' , llr llYl ll '/ d 11 1i ')el ll'!AI W!-11/4 ti r[f Yl/Ji11 7 I, n ,,..,,, I V STATE REPRESENTATIVE "ACCEPTABLE FOR PROGRESS ESTIMATE· PURPOSES" DIST. 7 • TTl-4-94 HOURS ST OT � .')_ .0 .C,; -D 0 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-29 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-30 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-31 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-32 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-33 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-34 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-35 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-36 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 8857 4 0.0 LS 1.0 LS 1.0 LS 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 7 0 TOTAL OF CHANGE ORDER #1-3:$15,597.52 TOTAL OF CHANGE ORDER #4:$35,359.81 Totals $35,359.81 0 WORKING DAYS WILL BE ALLOWED FOR THIS WORK ORIGINAL CONTRACT AMOUNT:$570,968.01 A TIME EXTENSION OF ORIGINAL COMPLETION DATE:12/08/25 TOTAL OF TIME EXTENSIONS #1-3:Working Days TOTAL OF TIME EXTENSIONS #4:Working Days $0.00 $0.00 ADDITIONAL WORKING DAYS 1 Pole Foundations Excavation by Subcontractor $35,359.81 $35,359.81 0 $0.00 $0.00 CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 PROJECT CODE: This Change Order is to approve authorizing the Contractor to utilize a specialized subcontractor to perform the excavation of six (6) pole foundations out of a total of eight (8). The Contractor was able to reach the desired depths in two foundations. It has been determined the required excavation is beyond the scope of existing contract and the considered incidental work items. Due to the subsurface conditions and the specialized nature of the required equipment, the Prime Contractor has proposed engaging a subcontractor with the necessary expertise to complete the work. The estimated cost is based on a 3-working day excavation work to be performed. The final cost will be based on actual Time and Materials and will be captured under an updated Change Order (if needed) after the work is completed. NEW CONTRACT AMOUNT:$621,925.34 NEW COMPLETION DATE:12/17/25 CHANGE ORDER NUMBER:DATE:10/22/25 CONTRACTOR NAME:Alfaro Communications Construction, Inc. DESCRIPTION AND LOCATION OF PROPOSED WORK SUMMARY OF QUANTITY CHANGES ITEM NO. SPEC CODE DESCRIPTION ORIGINAL QUANTITY NEW QUANTITY QUANTITY DIFFERENCE UNIT PRICE PRICE DIFFERENCE $0.00 1 of 3 Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-37 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 4 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature Public Works Director Ramzi Awwad Accepted and Executed by: Contract Officer Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. CHANGE ORDER NUMBER:PROJECT CODE:8857 CONTRACTOR NAME:Alfaro Communications Construction, Inc. By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 2 of 3 10/23/2025 10/23/2025 10/23/2025 10/23/2025Ali Zaghari Contracted Project Manager Jamal Deaifi Client Manager Ramzi Awwad Docusign Envelope ID: D7440605-B86B-4F0F-BF1F-19DA3D85D150 C-38 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov CHANGE ORDER MEMORANDUM TO: ALI ZAGHARI, PROJECT MANAGER FROM: ALAN BRAATVEDT, SUNBEAM CONSULTING DATE: DECEMBER 10, 2025 SUBJECT: RPV Project 8857 – HAWTHORNE BLVD. AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION CONSTRUCTION CHANGE ORDER NUMBER: 5 Description of Construction Change Order Credit for Bid Item 202 in the amount of $33,550 will reduce the contract amount by $33,550 and create a credit that will be applied to the contingency. The Change Order is also to approve extending the completion date by 1 Working Day (WD) from 12/17/25 to 12/18/25. Justification Bid Item 202 – “Temporary Traffic Signal” is for the installation and maintenance of a fully operational temporary traffic signal system. This would have been used to control traffic during the construction of new traffic signal pole foundations and new pole installation. That temporary traffic signal system includes temporary signals, wiring and a controller that is compatible with the existing system. It was not used because the potholing for the foundations revealed site conditions which led the Engineer of Record (EOR) to revise several pole locations, which eliminated conflicts with existing signal poles and therefore meant that the contractor was able to install all foundations and new poles without the need for a temporary traffic signal system. Due to the late delivery of the Traffic Signal Controller by the vendor, the additional one WD is needed to complete the Controller replacement. Cost Analysis $33,550 is the bid amount being credited. Schedule Analysis The Change Order will extend the completion date by one Working Day (WD) from 12/17/25 to 12/18/25. Docusign Envelope ID: 9510DD0E-61CB-4C09-9B3D-162C6D12423D C-39 RPV Project 8857 - Hawthorne Blvd and Eddinghill Drive Traffic Signal Modification Construction Change Order Number 5 December 4, 2025, pg. 2 http://sharepoint/publicworks/PW Templates/Construction Contract/Construction Change Order/Construction Contract Change Order Memo[Template].docx Attachments: Construction Contract Change Order Form Construction Contract Change Order Summary Sheet Docusign Envelope ID: 9510DD0E-61CB-4C09-9B3D-162C6D12423D C-40 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 8857 5 0.0 LS 1.0 LS 1.0 LS 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 7 NEW CONTRACT AMOUNT:$578,482.13 NEW COMPLETION DATE: 12/18/25 CHANGE ORDER NUMBER:DATE:12/05/25 SUMMARY OF QUANTITY CHANGES ITEM NO. SPEC CODE DESCRIPTION ORIGINAL QUANTITY NEW QUANTITY QUANTITY DIFFERENCE UNIT PRICE PRICE DIFFERENCE $0.00 CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 PROJECT CODE: CONTRACTOR NAME: Alfaro Communications Construction, Inc. DESCRIPTION AND LOCATION OF PROPOSED WORK This Change Order is to approve a credit for unused bid item #202 for temporary traffic signals in the amount of $33,550.00. The Change Order is also to approve extending the completion date by one Working Day (WD), from 12/17/25 to 12/18/25. Due to the late delivery of the Traffic Signal Controller by the vendor, the additional 8 WD is needed to complete the Controller replacement. ADDITIONAL WORKING DAYS 1 Credit for Bid Item #202 -$33,550.00 -$33,550.00 $0.00 $0.00 $0.00 $0.00 TOTAL OF CHANGE ORDER #1-4:$41,064.12 TOTAL OF CHANGE ORDER #5:($33,550.00) Totals -$33,550.00 1 WORKING DAYS WILL BE ALLOWED FOR THIS WORK ORIGINAL CONTRACT AMOUNT:$570,968.01 A TIME EXTENSION OF ORIGINAL COMPLETION DATE:12/08/25 TOTAL OF TIME EXTENSIONS #1-4:Working Days TOTAL OF TIME EXTENSIONS #5: 1 Working Days 1 of 2 1 Docusign Envelope ID: 9510DD0E-61CB-4C09-9B3D-162C6D12423D 12/18/2025 C-41 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 5 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature CHANGE ORDER NUMBER:PROJECT CODE:8857 CONTRACTOR NAME:Alfaro Communications Construction, Inc. By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended field costs, general conditions, claim preparation costs, inefficiencies, or the like, no matter how characterized. Contractor further understands for the work referred to herein, is void. CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 Public Works Director Jamal Aldoaifi Ramzi Awwad Ramzi Awwad Client Manager Accepted and Executed by: Contract Officer Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. 2 of 2 Ali Zaghari Contracted Project Manager Docusign Envelope ID: 9510DD0E-61CB-4C09-9B3D-162C6D12423D 12/16/2025 12/17/2025 12/17/2025 12/17/2025 12/18/2025 C-42 8857 Alan Braatvedt, Sunbeam Consulting Contracted Construction Manager to City of Rancho Palos Verdes 0 7 0 0 1 CO#10 Working Days CO#8 Working Days CO#9 Working Days CO#6 Working Days CO#7 Working Days CO#4 $25,466.06 Working Days 12/17/25 CO#5 -$33,550.00 Working Days 12/18/25 $49,583.42 Working Days CHANGE ORDER NUMBER COST AMOUNT SCHEDULE EXTENSION DATE CO#1 $2,468.77 12/08/25 20250351 $578,481.59 REMAINING CONTINGENCY AMOUNT: PREPARED BY: Alfaro Communications Construction, Inc. FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification DATE:12/04/25 PROJECT CODE: $570,968.01 ORIGINAL CONTINGENCY AMOUNT:$57,097.00 $7,513.58 ORIGINAL COMPLETION DATE:12/08/25 TOTAL SCHEDULE CHANGE ORDERS: 8 Working Days NEW CONTRACT COMPLETION DATE: 12/18/25 CO#2 $0.00 Working Days 12/17/25 CO#3 $13,128.75 Working Days 12/17/25 Docusign Envelope ID: 9510DD0E-61CB-4C09-9B3D-162C6D12423D C-43 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov CHANGE ORDER MEMORANDUM TO: ALI ZAGHARI, PROJECT MANAGER FROM: ALAN BRAATVEDT, SUNBEAM CONSULTING DATE: DECEMBER 4, 2025 SUBJECT: RPV Project 8857 – HAWTHORNE BLVD. AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION CONSTRUCTION CHANGE ORDER NUMBER: 6 Description of Construction Change Order Cost for additional potholing required to verify traffic signal pole foundation depths and locations with any potential underground conflicts prior the start of fieldwork and the procurement of signal poles and mast arms. Justification The Contract includes two separate Notices to Proceed (NTP). NTP1 authorized the Contractor, Alfaro Communications Construction Inc. (ACCI), to complete submittals and procure materials. NTP2 authorized the commencement of field construction activities. ACCI prepared its bid assuming potholing for traffic signal foundations would occur during the construction phase of the project, following mobilization under NTP2. Under this approach, ACCI would pothole, verify utility conflicts, and immediately proceed with foundation excavation using the same mobilized resources. During the procurement phase under NTP1, the Engineer of Record recommended potholing and clearance of the signal pole foundation locations prior to approving the signal pole submittals. This verification was to confirm that the proposed foundation locations were free of utility conflicts and to validate the required mast arm lengths. Signal poles and mast arms have an approximate six-month lead-time, making early verification critical to avoid procurement delays and further construction delays. Although potholing was performed during the design phase, those investigations were based on utility markings, which are only approximate underground utility locations. Due to this uncertainty, ACCI was directed to perform potholing during NTP1, prior to NTP2, to confirm actual utility conditions and determine whether pole relocations or longer mast arms were required. In compliance with this directive, ACCI potholed and excavated all eight signal pole Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-44 RPV Project 8857 - Hawthorne Blvd and Eddinghill Drive Traffic Signal Modification Construction Change Order Number 5 December 4, 2025, pg. 2 foundation locations identified in the contract plans. The results of this early potholing revealed utility conflicts, requiring the relocation of five signal poles and the use of longer mast arms at two locations. These design revisions were incorporated into the plans, and the mast arm modifications were addressed separately under Change Order No. #1. The potholing work performed during NTP1 was completed using a dedicated crew over four days. Excavations were backfilled using the excavated material temporarily paved with cold-patch asphalt. Upon issuance of NTP2, approximately six months later, ACCI mobilized for field construction and was required to re-excavated all eight pole locations. Five locations were new due to pole relocations, and three original locations, previously potholed and backfilled, were re-excavated by hand in compliance with State law. Each location was hand-excavated to a depth of 4-feet using shovels, jackhammers, and wedging tools, after which auguring was performed to reach full foundation depth. Cost Analysis ACCI submitted a Time & Materials (T&M) claim in the amount of $13,382.06 for the potholing work performed during NTP1. Sunbeam Consulting, the City's Construction Manager, reviewed the T&M tickets, verified labor hours against certified payroll records, and evaluated equipment and material charges. Based on this review, Sunbeam Consulting determined the allowable cost to be $11,940.24. Schedule Analysis No additional working days have been requested for this activity. Attachments: Construction Contract Change Order Form Construction Contract Change Order Summary Sheet Contractor’s Change Order Request for T&M Costs Contractor’s T&M Costs Independent Cost Estimate http://sharepoint/publicworks/PW Templates/Construction Contract/Construction Change Order/Construction Contract Change Order Memo[Template].docx Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-45 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 8857 6 0.0 LS 1.0 LS 1.0 LS 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 0.0 0 0 0 NEW CONTRACT AMOUNT:$590,422.37 NEW COMPLETION DATE: 12/18/25 CHANGE ORDER NUMBER:DATE:12/05/25 CONTRACTOR NAME:Alfaro Communications Construction, Inc. DESCRIPTION AND LOCATION OF PROPOSED WORK SUMMARY OF QUANTITY CHANGES ITEM NO. SPEC CODE DESCRIPTION ORIGINAL QUANTITY NEW QUANTITY QUANTITY DIFFERENCE UNIT PRICE PRICE DIFFERENCE $0.00 CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 PROJECT CODE: This Change Order is to pay for additional potholing performed to clear pole foundation locations prior to start of the construction field activities. ADDITIONAL WORKING DAYS 1 Time & Material Cost for 8 pothole excavations $11,940.24 $11,940.24 $0.00 $0.00 $0.00 $0.00 TOTAL OF CHANGE ORDER #1-5:$7,514.12 TOTAL OF CHANGE ORDER #6:$11,940.24 Totals $11,940.24 0 WORKING DAYS WILL BE ALLOWED FOR THIS WORK ORIGINAL CONTRACT AMOUNT:$570,968.01 A TIME EXTENSION OF ORIGINAL COMPLETION DATE:12/08/25 TOTAL OF TIME EXTENSIONS #1-5: 8 Working Days TOTAL OF TIME EXTENSIONS #6:Working Days 1 of 2 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 1/15/2026 C-46 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 6 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature CHANGE ORDER NUMBER:PROJECT CODE:8857 CONTRACTOR NAME:Alfaro Communications Construction, Inc. By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification PURCHASE ORDER NUMBER:20250351 Public Works Director Jamal Aldoaifi Ramzi Awwad Ramzi Awwad Client Manager Accepted and Executed by: Contract Officer Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. 2 of 2 Ali Zaghari Contracted Project Manager Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 1/8/2026 1/9/2026 1/13/2026 1/13/2026 1/26/2026 C-47 8857 Alan Braatvedt, Sunbeam Consulting Contracted Construction Manager to City of Rancho Palos Verdes 0 7 0 0 1 0 CONSTRUCTION CHANGE ORDER SUMMARY SHEET PROJECT NAME:Hawthorne Blvd. and Eddinghill Dr. Traffic Signal Modification NEW CONTRACT COMPLETION DATE: 12/18/25 ORIGINAL COMPLETION DATE:12/08/25 TOTAL SCHEDULE CHANGE ORDERS: 8 Working Days DATE:12/04/25 PROJECT CODE: PREPARED BY: CONTRACTOR NAME:Alfaro Communications Construction, Inc. CONTRACT NUMBER:FY2025-036 PURCHASE ORDER NUMBER:20250351 ACCOUNT NUMBER: $57,097.00 TOTAL CHANGE ORDERS COST:$19,453.82 NEW CONTRACT AMOUNT:$590,421.83 REMAINING CONTINGENCY AMOUNT:$37,643.18 ORIGINAL CONTRACT AMOUNT:$570,968.01 ORIGINAL CONTINGENCY AMOUNT: DATE CO#1 $2,468.77 Working Days 12/08/25 SCHEDULE EXTENSION CHANGE ORDER NUMBER COST AMOUNT 12/17/25 CO#3 $13,128.75 Working Days 12/17/25 CO#2 $0.00 Working Days 12/17/25 CO#5 -$33,550.00 Working Days 12/18/25 CO#4 $25,466.06 Working Days 12/18/25 CO#7 Working Days CO#6 $11,940.24 Working Days CO#10 Working Days Working Days CO#9 Working Days CO#8 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-48 File - RFI’s CHANGE ORDER REQUEST (COR) City of San City of Rancho Palos Verdes RFI #: 003 FROM: Alfaro Communications Construction, Inc. 15614 S Atlantic Ave Compton, CA 90221 DATE REQUESTED: 12/5/25 PROJECT City of Rancho Palos Verdes (Hawthorne Boulevard and Eddinghill Drive BY: Jamal Deaifi DATE: 5/12/23 NUMBER OF PAGES:1 RESPONSE: BY: DATE: RESPONSE: The purpose of this Change Order Request is to formally explain our position regarding the additional costs incurred. As you know, the City directed Alfaro Communications (ACCI) to pothole the foundation locations to identify any potential conflicts prior to our mobilization to the job site and before a notice to proceed with early mobilization was issued . As I have explained to you on numerous occasions, ACCI’s bid included one mobilization to the project site. The directive to perform potholing ahead of time resulted in additional, unanticipated costs that were not included in our original estimate. These extra expenses stem from the potholing work and other related items that were required to be completed outside of the planned mobilization sequence and loading plan. All excavations for foundations are required by state law to be potholed to clear them before excavation, whether previously potholed or not, so there was no advantage to ACCI for this potholing done prior to the NTP". Please see the attached T&M detailing the additional costs associated with this work. Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-49 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-50 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-51 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-52 Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-53 Sunbeam Consulting 1817 Josie Avenue Long Beach, California Hawthorne/Eddinghill Traffic Signal CO #05 Cost Mark Up Amount Time and Materials Costs Equipment 2,844 15%3,270.55 Labor 7,126.22 20%8,551.46 11,822.02 Bond/Ins 1%118.22 Total Cost of COR 11,940.24 Sunbeam Consulting Independent Estimate Analysis Potholing for Pole Foundations Before Mobilization Equipment Code Hours Hourly Amount Labor Hours Hourly Amount Utility Truck 12-20 28 54.23 1,518.44 Manuel Montejano Reg 28.63 88.69 2,539.19 OT 0.25 133.04 33.26 Arrow Board *TM 28 0 - Jesus Najera (labor)Reg 6.8 88.69 603.09 OT 0 133.04 - Compressor AIRCP 28 47.34 1,325.52 Mateo Ordaz Reg 24 88.69 2,128.57 OT 0.28 150.53 42.15 Salvador Solorio Reg 19 88.69 1,685.12 OT 0.63 150.53 94.83 2,843.96 7,126.22 Total Cost Before Mark Up 9,970.18 Labor Mark Up 20%1,425.24 Equipment Mark Up 15%426.59 Arrow Board is included in traffic controls, paid elsewhere 11,822.02 Labor Costs come directly from payroll records Bonding 1%118.22 As the calculations Sunbeam's calculations are based on the actual hours and paid to the workers, Sunbeam recommends rejecting the change order amount as presented by ACCI and accepting Sunbeam's This change order is for the additional cost for polholing, performed 25-weeks prior to Additional Cost for Early Potholing Summary of Task Docusign Envelope ID: 2A744E6D-7C75-4A46-B175-79ECC92D5CF1 C-54 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov CHANGE ORDER MEMORANDUM TO: ALI ZAGHARI, PROJECT MANAGER FROM: ALAN BRAATVEDT, SUNBEAM CONSULTING DATE: FEBRUARY 2, 2026 SUBJECT: RPV Project 8857 – HAWTHORNE BLVD. AT EDDINGHILL/SEAMOUNT LEFT TURN SIGNAL CONSTRUCTION CHANGE ORDER NUMBER: 7 Description of Construction Change Order The change order authorizes payment for addional work and materials required to address field condions, a design error, and ADA compliance issues encountered during construcon. The change order includes the following items: 1. Addional sidewalk replacement 2. Addional curb and guer replacement 3. Addional Item 604 – Pedestrian Push Buon Posts (PPB) 4. Time and Materials to chip down foong encroaching into the right-of-way 5. Replacement of Pedestrian Push Buon Posts 6. Installaon of curb/retaining wall at the boom of slope on the west side of the intersecon Justification 1. Addional Sidewalk Replacement Sidewalk adjacent to the newly install contract sidewalk was found to be broken and/or not ADA compliant in three of the eight connecons to exisng sidewalk. To ensure compliance and connuity, removal and replacement were extended by: • 17 feet by 4 feet (68 sf) on Hawthorne at the northwest corner • 3 feet by 4 feet (12 sf) on Seamount at the northeast corner • 10 feet by 4 feet (40 sf) on Hawthorne at the southwest corner 2. Addional Curb and Guer Replacement The plans indicated curb and guer replacement on the south side of Eddinghill that ed into exisng curb and guer at a point that would have resulted water ponding and improper drainage. This issue was resolved by extending curb and guer removal and replacement by and addional 27 feet. 3. Addional Pedestrian Push Buon Post (PPB) Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-55 http://sharepoint/publicworks/PW Templates/Construction Contract/Construction Change Order/Construction Contract Change Order Memo[Template].docx RPV Project 8857 - Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal Construction Change Order Number 7 February 2, 2026, pg. 2 Both signal poles at the northwest corner were relocated due to obstrucons. Pole #3 was relocated further west to accommodate an exisng gas line that was not known before construcon due to marked up utilities on the roadway not being accurate, and pole #4 further north to avoid boulders in the foundaon which were not known before construcon due to being located underground and not being found during inial potholing. The addional PPB was required as the signal pole mounted push buons would be beyond the ADA regulated distance from the curb ramp unless relocated from the original design. 4. Chipping Down Encroaching Foong A private property wall foong at the southwest corner of the intersecon encroached into the public right-of-way and was higher than the adjacent new sidewalk. This created a tripping hazard and reduced sidewalk width. The concrete foong was chipped down to eliminate the hazard and allow construcon of the sidewalk to its full width. 5. Replacement of Pedestrian Push Buon Posts The contractor (ACCI) purchased pedestrian push buon posts with an overall height of 42”, consistent with the plans and approved submial. During installaon, ACCI discovered that the posts were too short to accommodate the push buon assembly while meeng ADA height requirements. The EOR acknowledged that ACCI had purchased the posts per the plans and directed that they be replaced. To avoid project delay, ACCI immediately installed taller posts that were sourced from another project and ordered expedited replacement posts, to arrive before they were required for that project. 6. Installaon of Header Curb Behind Sidewalk The plans did not account for the steep slopes behind the sidewalk improvements on the west side of Hawthorne. In the field, it was determined that a header curb was necessary at the back of walk to contain the undercut slopes. The curbs were formed, poured, stripped, and finished concurrently with the sidewalk installaon, minimizing added costs. Cost Analysis 1. Items 1 and 2 – Sidewalk and Curb & Guer Replacement The contractor submied detailed daily cost breakdowns to establish actual unit costs, which were then applied to the addional quanes. Sunbeam Consulng, the City’s Construcon Manager, reviewed the methodology and costs, found them reasonable, and confirmed the resulng unit costs compare favorably with Southern California regional averages for similar work (Aachment A). 2. Item 3 – Addional PPB (Item 604) The contract unit price for Bid Item 604 was applied to the addional PPB installed to meet ADA requirements. 3. Item 4 – Chipping Down Foong The work required slightly more than two hours and was monitored by the Inspector. Prevailing wage rates and applicable markups were applied to determine the total cost. Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-56 RPV Project 8857 - Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal Construction Change Order Number 7 February 2, 2026, pg 3 http://sharepoint/publicworks/PW Templates/Construction Contract/Construction Change Order/Construction Contract Change Order Memo[Template].docx 4. Item 5 – Replacement PPB Posts ACCI originally purchased three posts per the plans; however, they were too short and did not meet ADA requirements. To avoid delays, ACCI installed longer posts from another project and ordered three replacement posts. The change order is the actual current cost for the replacement poles per the aached invoice , with mark-up. Sunbeam researched recent bids for PPB posts, which showed the range of material only costs for each post is $894 to $1500 (see Email from Sunbeam containing summary from online research aached). The contractor’s price of $856 is close to the lowest price in the range. No addional labor costs are included, as installaon is covered under the original bid item. The three unused posts will be returned to the City. 5. Item 6 – Header Curb To Retain Slope Behind Sidewalk Installaon required two dedicated workers for four hours to form, pour the concrete, strip the forms, and finish the curbs. This work was performed concurrently with sidewalk construcon. Sunbeam Consulng performed an independent cost assessment of the proposed change order items and found the costs to be reasonable and consistent with the Change Order Requests. Sunbeam recommends payment of the summary of tasks as listed below: 1. Addional sidewalk replacement: $2,823.96 2. Addional curb and guer replacement: $2,363.58 3. Addional item 604 – Pedestrian Push Buon Posts (PPB): $1,118.75 4. Time and Materials to chip down foong: $299.47 5. Replacement of Pedestrian Push Buon Posts: $2,568.08 6. Added curbs behind sidewalk on the west side of Hawthorne: $1,167.731. Total cost for this change order: $10.341.57 Schedule Analysis None of these changes required additional contractual time and so there was no effect on the Project Schedule. Attachments: Construction Contract Change Order Form Construction Contract Change Order Summary Sheet Contractor’s T&M Costs Sunbeam Attachment A Sunbeam cost analysis for pedestrian push button postsFe Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-57 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 7 0.0 SF 120.0 SF 120.0 SF 0.0 LF 27.0 LF 27.0 LF 2.0 EA 3.0 EA 1.0 EA 0.0 LS 1.0 LS 1.0 LS 0.0 LS 1.0 LS 1.0 LS 0.0 LS 1.0 LS 1.0 LS 0 8 0 TOTAL OF CHANGE ORDER #1-6:$19,453.82 TOTAL OF CHANGE ORDER #7:$10,341.57 Totals $10,341.57 0 WORKING DAYS WILL BE ALLOWED FOR THIS WORK ORIGINAL CONTRACT AMOUNT:$570,968.01 A TIME EXTENSION OF ORIGINAL COMPLETION DATE:12/08/25 TOTAL OF TIME EXTENSIONS #1-6:Working Days TOTAL OF TIME EXTENSIONS #7:Working Days 6 5 Replacement of 3 PPB psts $2,568.08 $2,568.08 0 Added curbs behind sidewalk $1,167.73 $1,167.73 0 0 ADDITIONAL WORKING DAYS 1 Additional sidewalk replacement $23.53 $2,823.96 0 4 Chip Down encroaching Footing $299.47 $299.47 0 3 Additional Pedestrian Push button Post $1,118.75 $1,118.75 0 CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME: Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal 8857PURCHASE ORDER NUMBER:20250351 PROJECT CODE: The change order authorizes payment for additional work and materials required to address field conditions, a design error, and ADA compliance issues encountered during construction. The change order includes the following items: 1.Additional sidewalk replacement 2.Additional curb and gutter replacement 3.Additional Item 604 – Pedestrian Push Button Posts (PPB) 4.Time and Materials to chip down footing encroaching into the right-of-way 5.Replacement of Pedestrian Push Button Posts 6.Installation of curb/retaining wall at the bottom of slope on the west side of the intersection NEW CONTRACT AMOUNT:$600,763.40 NEW COMPLETION DATE:12/18/25 CHANGE ORDER NUMBER:DATE: 02/02/26 CONTRACTOR NAME:Alfaro Communications Construction, Inc. DESCRIPTION AND LOCATION OF PROPOSED WORK SUMMARY OF QUANTITY CHANGES ITEM NO. SPEC CODE DESCRIPTION ORIGINAL QUANTITY NEW QUANTITY QUANTITY DIFFERENCE UNIT PRICE PRICE DIFFERENCE 2 Additional curb and gutter replacement $87.54 $2,363.58 1 of 2 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB 2/11/2026 C-58 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310)544-5252 www.publicworks@rpvca.gov 7 Recommended: Date: Signature Contractor:Date: Signature City:Date: Signature Date: Signature Ara Mihranian Date: City Manager Signature Public Works Director Jamal Aldoaifi Ramzi Awwad Ramzi Awwad Client Manager Accepted and Executed by: Contract Officer Except as set forth, all terms and provisions of the contract and all prior change orders remain in full force and effect. Execution of this Change Order by both parties constitutes a binding agreement. This document constitutes the entire agreement between the parties. The person signing this Change Order for Contractor hereby represents and warrants that he/she is fully authorized to sign this Agreement on behalf of Contractor. CHANGE ORDER NUMBER:PROJECT CODE:8857 CONTRACTOR NAME:Alfaro Communications Construction, Inc. By signing this Change Order, Contractor understands and agrees that it is accepting the specified sums and adjustment of contract time of completion (if any) set forth herein as full, final and complete satisfaction of any and all claims by Contractor for all costs and expenses of Contractor and anyone for whom Contractor may be responsible for the work referred to herein, including but not limited to costs or expenses of the Contractor or any of its subcontractors, materials suppliers, vendors or anyone else for whom Contractor is responsible, for labor, materials, services or equipment, no matter how characterized, whether known or unknown to Contractor, including but not limited to, all field and home office overhead, delay costs/claims, acceleration costs/claims, unabsorbed or under-absorbed home office overhead, extended field costs, general conditions, claim preparation costs, inefficiencies, or the like, no matter how characterized. Contractor further understands and agrees by signing this Change Order that any attempt by Contractor to purportedly reserve rights to claim additional time or compensation for the work referred to herein, is void. CONSTRUCTION CHANGE ORDER FORM CONTRACT NUMBER:FY2025-036 PROJECT NAME:Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal PURCHASE ORDER NUMBER:20250351 2 of 2 Contracted Project Manager Ali Zaghari Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB 2/11/2026 2/11/2026 2/11/2026 2/11/2026 2/11/2026 C-59 8857 Alan Braatvedt, Sunbeam Consulting Contracted Construction Manager to City of Rancho Palos Verdes 8 0 7 0 0 1 0 0 CO#10 Working Days CO#8 Working Days CO#9 Working Days CO#6 $11,940.24 Working Days 12/18/25 CO#7 $10,341.57 Working Days 12/18/25 CO#4 $25,466.06 Working Days 12/18/25 CO#5 -$33,550.00 Working Days 12/18/25 CO#2 $0.00 Working Days 12/18/25 CO#3 $13,128.75 Working Days 12/18/25 CHANGE ORDER NUMBER COST AMOUNT SCHEDULE EXTENSION DATE CO#1 $2,468.77 Working Days 12/08/25 ORIGINAL COMPLETION DATE:12/08/25 TOTAL SCHEDULE CHANGE ORDERS:Working Days NEW CONTRACT COMPLETION DATE:12/18/25 $27,301.61 ACCOUNT NUMBER: ORIGINAL CONTRACT AMOUNT:$570,968.01 ORIGINAL CONTINGENCY AMOUNT:$57,097.00 TOTAL CHANGE ORDERS COST:$29,795.39 NEW CONTRACT AMOUNT:$600,763.40 REMAINING CONTINGENCY AMOUNT: PURCHASE ORDER NUMBER:20250351 CONSTRUCTION CHANGE ORDER SUMMARY SHEET PROJECT NAME: Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal DATE: 02/02/26 PROJECT CODE: PREPARED BY: CONTRACTOR NAME:Alfaro Communications Construction, Inc. CONTRACT NUMBER:FY2025-036 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-60 ATTACHMENT A Cost Comparisons from Comparable Unit Costs for Header Curbs and Sidewalk Replacement taken from AI Research The following rates are only for the installation of sidewalk. The change order cost includes for the demolition and disposal of the existing sidewalk and so is within the ballpark costs. ____________________________________________________________________________ Installed Sidewalk (Concrete) – Public Works On public works contracts in California, sidewalk work is almost always bid as a unit price per square foot (SF) of concrete sidewalk installed, including all labor, materials, tools, equipment, forming, finishing, curing, and incidental work — and must pay prevailing wage rates per California law. Based on available engineer’s estimates on public works bids (e.g., state/local projects): Concrete sidewalk, 4-inch thick (public work estimate): Typically ~$15 per SF engineer estimate for sidewalk installation in prevailing-wage public projects (used by agencies in their budget guides). Converted to linear feet for a typical 5-ft walk: $15/SF × 5 ft width ≈ $75 per linear foot installed (This is just a baseline installed item; actual bid prices can vary higher or lower depending on scope and conditions.) What This Means for Southern California Public Projects In a prevailing-wage environment in Southern California (e.g., city/county sidewalk improvement programs): Installed concrete sidewalk (prevailing wages, public contract quality) — ~ $12–$22 per SF is a reasonable planning range. Segments with traffic control, stormwater features, driveways, curb transitions, or difficult access tilt toward the higher end. Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-61 __________________________________________________________________________ The following are 2024 rates for the installation of header curbs. The curbs installed on this project were complex due to the steep slope behind, limiting access, and on a curve, with other restraints. Note: This is to establish a ballpark comparison with the actual hours witnessed for the dedicated workmen for the specific tasks. ____________________________________________________________________________ Here are actual recent Los Angeles County public works bid prices you can use as real prevailing-wage market data for header curb and curb ramp work, specifically for ADA ramps (which includes curb & gutter/header work associated with ramp installs): LA County Bid Item Unit Prices (Prevailing-Wage Public Works) From Los Angeles County Department of Public Works bid history data (recent projects): Concrete Curb (header/curb & gutter)  PCC Curb & Gutter (various types): ~ $45–$72 per LF (recent 2024 project averages)  Some variability by project and type, but $50–$70/LF is a current realistic range. Curb Ramps  PCC Curb Ramps unit price: o ~ $1,500–$2,150 per CY on a 4/23/2024 project (quantity small) o ~ $680–$1,400+ per CY on a 3/11/2025 project, depending on low bidder and ramp details  Bid summaries also show a separate Curb Ramp Case (modification/detail) line item with lump prices from ~$3,500 to ~$9,750 on county contracts, depending on complexity. What This Means for Header Curb at a Curb Ramp In LA County public works bidding, items you’ll typically see related to a curb ramp include:  PCC Curb & Gutter (header) — unit cost in the mid-$40s to low-$70s per linear foot.  Curb ramp concrete (measured in cubic yards) — significant cost per cubic yard, often several thousand dollars per ramp when volume totals are converted.  Modified curb ramp case/detail — sometimes separately bid as a lump sum because geometry or special forming adds time and cost. Interpretation for Estimating When estimating relatively complex header curb segments associated with a curb ramp on a prevailing-wage LA County project: Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-62  Header/curb work itself: plan on ~ $45–$70/LF (installed) as a baseline from recent bid history.  Concrete ramp portion: the ramp element (which most bidders price by cubic yard) tends to be substantial — costing hundreds to over a thousand dollars per CY installed.  If the header has complicated return geometry or unique forming , expect additional effort and potentially a special line item at a premium (as seen in bids). Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-63 C.C.O NO DATE PREFORMED PROJECT: WORK PERFORMED BY: DESCRIPTION OF WORK: CODE HOURLY RATE HOURS EQUIP. NO EXTENDED AMOUNT G.R NO. 12-20 54.23$ 8 3 1,301.52$ REG.8 12-20 54.23$ -$ O.T Bobcat 2040.00 40.53$ 8 1 324.24$ REG. Breake `0100 32.11$ 8 1 256.88$ O.T Water Tan 030-050 18.44$ -$ REG.8 rrow Board TM 3.97$ 8 1 31.76$ O.T Compacto 0-250 8.26$ -$ REG. 1635.00 64.49$ -$ O.T 2AX 73.34$ 8 1 586.72$ REG.8 - 125.00 -$ O.T 025-045 47.34$ -$ REG. 10-20 5.91$ -$ O.T 100.00 18.97$ 8 1 151.76$ REG.4 4073.00 70.09 -$ O.T 100 39.01$ -$ REG.4 O.T REG.8 NO. UNIT 1 LABOR SURCHARGE - (Per Caltrans Labor Surcharge & Equip Rental Rates) 1 NO.+S NO.+S B ACCEPTED FOR RECEIPT ONLY Sub Total APPROVED FOR PAYMENT (F) TOTAL EXTRASF TOTAL SF 68 512 Cost Break Down REPORT NO. December 4, 2025 17'x4" (68 SF) SIDEWALK AT NORTH WEST CORNER EQUIP. CODE EQUIPMENT LABOR HOURS HOURLY RATE EXTENDED AMOUNTS DATE OF REPORT December 4, 2025 HATHORNE BLVD AND EDDINGHILL DR TRAFFIC SIGNAL MODIFICATION PAGS Alfaro Communications Construction T&TT Utility Truck MANUEL MONTEJANO CEMENT FINISHER 94.26$ 754.08$ T&TT Utility Truck -$ APMP MATEO ORDAZ CEMENT FINISHER 94.26$ 754.08$ FLAS -$ TRENC -$ HAMMR -$ COMHG -$ ROTAM Roller -$ TRUN Dump truck SALVADOR SOLORIO 94.26$ 754.08$ VACC Vacuum -$ AIRCP Compressor -$ ABOP Concrete Saw -$ TRAIL Trailer low Bed A CARLOS SANDOVAL OPERADOR 120.56$ 482.24$ ASPWP Conveyor -$ HCEC Excavators CARLOS SANDOVAL LABOR GROUP 1 92.77$ 371.08$ 2,652.88$ -$ JOSE PEREZ LABOR 1 92.77$ 742.16$ MATERIAL AND / OR WORK DONE BY SPECIALIST SUB-TOTAL 3,857.72$ DESCRIPTION UNIT COST Concrete 2,430.04$ 2,430.04$ -$ dump fee 400.00$ 400.00$ SUBSISTENCE -$ TRAVEL EXPENSE -$ OTHER -$ -$ -$ -$ 5,482.92$ +20% MARK UP ON LABOR COST (Per Caltrans Labor Surcharge & Equip Rental Rates)(A)771.54$ Total SUBTOTAL 2,830.04$ TOTAL COST OF EQUIPMENT, MATERIAL & WORK TOTAL COST OF LABOR A 3,857.72$ +15% EXCESS OVER $5,000; CONTRACTORS MARKUP ON SUBCONTRACTOR (E) 10,934.62$ CONTRACTOR REPRESENTATIVE +15% MARKUP ON EQUIPMENT , MATERIAL, AND WORK COST (B)822.44$ 444 21.57$ 1,466.78$ 1%Bonding $ 109.35 $ 11,043.97 TOTAL SQUARE FEET PER PLAN UNIT PRICE PER SF= TOTAL AMOUNT/TOTAL SF TOTAL COST FOR 68 EXTRA SF= 68XUNIT PRICE Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-64 C.C.O NO DATE PREFORMED PROJECT: WORK PERFORMED BY: DESCRIPTION OF WORK: CODE HOURLY RATE HOURS EQUIP. NO EXTENDED AMOUNT G.R NO. 12-20 54.23$ 8 3 1,301.52$ REG.4 12-20 54.23$ -$ O.T Bobca 2040.00 40.53$ 8 1 324.24$ REG.8 Breaker `0100 32.11$ 8 1 256.88$ O.T Water Tank 030-050 18.44$ -$ REG.4 rrow Board M 3.97$ 8 1 31.76$ O.T Compactor 0-250 8.26$ -$ REG.4 1635.00 64.49$ -$ O.T 2AXL 73.34$ 8 1 586.72$ REG.4 - 125.00 -$ O.T 025-045 47.34$ -$ REG.4 10-20 5.91$ -$ O.T 100.00 18.97$ 8 1 151.76$ REG.4 4073.00 70.09 -$ O.T 100 39.01$ -$ REG.4 O.T REG.4 NO. UNIT 1 LABOR SURCHARGE - (Per Caltrans Labor Surcharge & Equip Rental Rates) 1 NO.+S NO.+S B ACCEPTED FOR RECEIPT ONLY Sub Total APPROVED FOR PAYMENT (F) TOTAL EXTRA LF TOTAL LF 27 129 Cost Break Down REPORT NO. November 26, 2025 27 LF of extra Curb and Gutter on South West corner. EQUIP. CODE EQUIPMENT LABOR HOURS HOURLY RATE EXTENDED AMOUNTS DATE OF REPORT November 26, 2025 HATHORNE BLVD AND EDDINGHILL DR TRAFFIC SIGNAL MODIFICATION PAGS Alfaro Communications Construction T&TT Utility Truck CARLOS SANDOVAL OPERADOR 120.56$ 482.24$ T&TT Utility Truck -$ APMP SALVADOR SOLORIO CEMENT FINISHER 94.26$377.04$ FLAS -$ TRENC JOSE PEREZ LABOR 1 92.77$742.16$ HAMMR -$ COMHG SALVADOR SOLORIO LABOR GROUP 1 92.77$371.08$ ROTAM Roller -$ TRUN Dump truck CARLOS SANDOVAL LABOR GROUP 1 92.77$371.08$ VACC Vacuum -$ AIRCP Compressor MATEO ORDAZ CEMENT FINISHER 94.26$377.04$ ABOP Concrete Saw -$ TRAIL Trailer low Bed A MATEO ORDAZ LABOR GROUP 1 92.77$371.08$ ASPWP Conveyor -$ HCECL Excavators LAZARO MEJIA CEMENT FINISHE 94.26$377.04$ 2,652.88$ -$ LAZARO MEJIA LABOR GROUP 1 92.77$371.08$ MATERIAL AND / OR WORK DONE BY SPECIALIST SUB-TOTAL 3,839.84$ DESCRIPTION UNIT COST Concrete 2,663.00$ 2,663.00$ -$ dump fee 400.00$ 400.00$SUBSISTENCE -$TRAVEL EXPENSE -$OTHER -$ -$ -$ -$ 5,715.88$ +20% MARK UP ON LABOR COST (Per Caltrans Labor Surcharge & Equip Rental Rates)(A)767.97$ Total SUBTOTAL 3,063.00$TOTAL COST OF EQUIPMENT, MATERIAL & WORK TOTAL COST OF LABOR A 3,839.84$ +15% EXCESS OVER $5,000; CONTRACTORS MARKUP ON SUBCONTRACTOR (E) 11,181.07$ CONTRACTOR REPRESENTATIVE +15% MARKUP ON EQUIPMENT , MATERIAL, AND WORK COST (B)857.38$ TOTAL COST FOR 27 EXTRA LF=27XUNIT PRICE 2,363.63$ 1%Bonding $111.81 $ 11,292.88 TOTAL LINEAR FEAT PER PLAN 102 UNIT PRICE PER LF= TOTAL AMOUNT/TOTAL LF 87.54$ Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-65 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-66 C.C.O NO DATE PREFORMED PROJECT: WORK PERFORMED BY: DESCRIPTION OF WORK: CODE HOURLY RATE HOURS EQUIP. NO EXTENDED AMOUNT G.R NO. 12-20 54.23$ -$ 2 12-20 54.23$ -$ Bobca 2040.00 40.53$ -$ Breake `0100 32.11$ 2 1 64.22$ Water Tan 030-050 18.44$ -$ Arrow Board TM 3.97$ -$ Compacto 0-250 8.26$ -$ 1635.00 64.49$ -$ 2AX 73.34$ -$ - 125.00 -$ 025-045 47.34$ -$ 10-20 5.91$ -$ 100.00 18.97$ -$ 4073.00 70.09 -$ O.T 100 39.01$ -$ REG. O.T REG. NO. UNIT LABOR SURCHARGE - (Per Caltrans Labor Surcharge & Equip Rental Rates) NO.+S NO.+S B ACCEPTED FOR RECEIPT ONLY Sub Total APPROVED FOR PAYMENT (F) TOTAL 1%Bonding $2.97 $299.47 +15% EXCESS OVER $5,000; CONTRACTORS MARKUP ON SUBCONTRACTOR (E) 296.50$ CONTRACTOR REPRESENTATIVE +15% MARKUP ON EQUIPMENT , MATERIAL, AND WORK COST (B)9.63$ 64.22$ +20% MARK UP ON LABOR COST (Per Caltrans Labor Surcharge & Equip Rental Rates)(A)37.11$ SUBTOTAL -$ TOTAL COST OF EQUIPMENT, MATERIAL & WORK -$ -$ -$ OTHER -$ TOTAL COST OF LABOR A 185.54$ -$ Total -$ SUBSISTENCE -$ TRAVEL EXPENSE MATERIAL AND / OR WORK DONE BY SPECIALIST SUB-TOTAL 185.54$ DESCRIPTION UNIT COST -$ -$ HCEC Excavator -$ 64.22$ -$ -$ TRAIL Trailer low Bed A -$ ASPWP Conveyor -$ AIRCP Compressor -$ ABOP Concrete Saw -$ TRUN Dump truck -$ VACC Vacuum -$ COMHG -$ ROTAM Roller -$ APMP -$ FLAS -$ TRENC -$ HAMMR -$ T&TT Utility Truck Salvador Solorio 92.77$ 185.54$ T&TT Utility Truck -$ Cost Break Down REPORT NO. December 8, 2025 Chipping the footing at the concrete block well to make way for the new ramp elevation at the SW corner. EQUIP. CODE EQUIPMENT LABOR HOURS HOURLY RATE EXTENDED AMOUNTS DATE OF REPORT December 8, 2025 HATHORNE BLVD AND EDDINGHILL DR TRAFFIC SIGNAL MODIFICATION PAGS Alfaro Communications Construction Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-67 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-68 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-69 From: Alan Braatvedt <alan@sunbeamtech.net> Sent: Wednesday, January 28, 2026 6:39 AM To: Ali Zaghari <ali.zaghari@transtech.org> Subject: Re: 8857 Change Order #7 Revised CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Ali I have just checked on prices using AI which show the cost charged to ACCI ($670) is below current market prices, where the low end cost is $900. See below: For a traA ic signal project in Los Angeles County , the unit cost that agencies estimate for pedestrian push button posts (the pole and possibly basic mounting hardware — not including the actual push button or installation labor) varies based on recent county bid history: Typical Estimated Cost Ranges (based on LA County Public Works bid documents)  Pedestrian push button post: roughly $894 – $1,500 per each in recent bids. (LA County Public Works)  A separate bid history shows typical prices around about $1,200 – $1,300 each as the bid history average. (LA County Public Works) Note: These are unit prices from county contract unit price data — what contractors have bid on public projects — and do not include:  The pedestrian push button assembly/device itself (which is additional).  Foundation work, wiring, installation labor, or signal controller integration. Example from actual LA County project bid docs  One recent bid list shows the pedestrian push button post priced at: o $894 to $1,500 each, depending on the bidder. (LA County Public Works) What about the pedestrian push button unit?  If you need to purchase the pedestrian push button hardware (the actual button assembly that mounts on the post), typical oA-the-shelf part prices in general markets are on the order of hundreds to a few thousand pesos/dollars retail (e.g., ~$150–$1500+ per unit in general online listings), though municipal procurement Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-70 usually sources these through electrical/traAic equipment suppliers on contract rather than retail. (Torniquetes y Barreras Vehiculares CIDEP) Summary — Estimated Cost Components Component Range Notes Pedestrian push button post (pole) ~$900 – $1,500+ each Based on LA County bid prices — varies with market conditions and bidder. (LA County Public Works) Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-71 C.C.O NO DATE PREFORMED PROJECT: WORK PERFORMED BY: DESCRIPTION OF WORK: CODE HOURLY RATE HOURS EQUIP. NO EXTENDED AMOUNT G.R NO. 12-20 54.23$ -$ REG.4 12-20 54.23$ -$ O.T Bobcat 2040.00 40.53$ -$ REG.4 Breake `0100 32.11$ -$ O.T Water Tan 030-050 18.44$ -$ REG. rrow Board TM 3.97$ -$ O.T Compacto 0-250 8.26$ -$ REG. 1635.00 64.49$ -$ O.T 2AX 73.34$ -$ REG. - 125.00 -$ O.T 025-045 47.34$ -$ REG. 10-20 5.91$ -$ O.T 100.00 18.97$ -$ REG. 4073.00 70.09 -$ O.T 100 39.01$ -$ REG. O.T REG. NO. UNIT 1 LABOR SURCHARGE - (Per Caltrans Labor Surcharge & Equip Rental Rates) NO.+S NO.+S B ACCEPTED FOR RECEIPT ONLY Sub Total APPROVED FOR PAYMENT (F) TOTAL 1%Bonding $ 11.56 $ 1,167.73 +15% EXCESS OVER $5,000; CONTRACTORS MARKUP ON SUBCONTRACTOR (E) 1,156.17$ CONTRACTOR REPRESENTATIVE +15% MARKUP ON EQUIPMENT , MATERIAL, AND WORK COST (B)32.78$ 218.50$ +20% MARK UP ON LABOR COST (Per Caltrans Labor Surcharge & Equip Rental Rates)(A)150.82$ Total SUBTOTAL 218.50$ TOTAL COST OF EQUIPMENT, MATERIAL & WORK -$ -$ -$ TOTAL COST OF LABOR A 754.08$ -$ -$ TRAVEL EXPENSE -$ OTHER One yard of concrete 218.50$ 218.50$ -$ -$ SUBSISTENCE -$ MATERIAL AND / OR WORK DONE BY SPECIALIST SUB-TOTAL 754.08$ DESCRIPTION UNIT COST HCEC Excavators -$ -$ -$ TRAIL Trailer low Bed A -$ ASPWP Conveyor -$ AIRCP Compressor -$ ABOP Concrete Saw -$ TRUN Dump truck -$ VACC Vacuum -$ COMHG -$ ROTAM Roller -$ APMP -$ FLAS -$ TRENC Manuel Montejano 94.26$ 377.04$ HAMMR -$ T&TT Utility Truck Mateo Ordaz 94.26$ 377.04$ T&TT Utility Truck -$ For setup forme retening curb in ramp NE and ramp SE. EQUIP. CODE EQUIPMENT LABOR HOURS HOURLY RATE EXTENDED AMOUNTS DATE OF REPORT December 12, 2025 HATHORNE BLVD AND EDDINGHILL DR TRAFFIC SIGNAL MODIFICATION PAGS Alfaro Communications Construction Cost Break Down REPORT NO. December 12, 2025 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-72 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-73 Docusign Envelope ID: A7FA831F-C3C6-4D5D-841C-958B3A0EAEFB C-74