Loading...
HomeMy WebLinkAbout2020-07-14 - AGENDA REPORTS - TRANSIT MAINTENANCE FACILITY UPGRADES AND EQUIPMEN (2)Agenda Item: 16 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: July 14, 2020 SUBJECT: TRANSIT MAINTENANCE FACILITY UPGRADES AND EQUIPMENT REPLACEMENT - BUS WASH SYSTEM AND AIR BLOWER SYSTEM, PHASE II, PROJECT F1023 - AWARD DESIGN - BUILD CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: Award the design -build contract to Air & Lube Systems, Inc., in the amount of $542,391, and authorize a contingency in the amount of $108,478, for a total contract amount not to exceed $650,869. 2. Authorize the continuation of available funds in Transit funds (Fund 700), previously appropriated to the Transit Maintenance Facility Upgrades and Equipment Replacement, Project F1023 from Fiscal Year 2019-20 to Fiscal Year 2020-21. 3. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The Transit Maintenance Facility Upgrades and Equipment Replacement, Project F1023, will provide for the repair and replacement of various facility equipment at the Transit Maintenance Facility (TMF). Upgrades and replacements include the bus wash, bus wash bay lift, fall protection for in -ground pits, shop safety exhaust hoses, two in -ground lifts, building roll -up door motors, HVAC controls upgrade, and parking lot repair and slurry seal. Most of the existing equipment has been in use for more than 13 years and in some cases are past their useful life. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2020. Page 1 Packet Pg. 128 The Transit Maintenance Facility Upgrades and Equipment Replacement project was divided into seven phases. This project is in phase two, this includes the removal and disposal of the existing bus wash system with the replacement of a newer and more efficient system that will fit into the existing building footprint at the TMF. This phase also includes the installation of an air blower system that will remove excess water from buses and vehicles exiting the bus wash and direct water back into the drainage system to be cleaned and recycled in the bus wash. A Notice Inviting Proposals was published on May 14 and May 21, 2020, and was posted on the City's website on May 13, 2020. The proposal solicited firms to identify their relevant experience in similar projects and demonstrate their approach for this "design -build" project. A total of three proposals were submitted and opened by Purchasing on June 11, 2020. Staff from both the Capital Improvement Projects and Transit divisions reviewed the proposals and based on their evaluations, scored the submitted proposals on a 100-point scale. The three firms, their respective scores, and bid prices are listed below. Rank Company Score Bid Price Location 1 Air & Lube Systems, Inc. 89 $542,391 Sacramento, CA 2 N/S Corporation 87 $490,089 Inglewood, CA 3 Autolift Services, Inc. 79 $721,772 Los Alamitos, CA The scoring system heavily emphasized the understanding of the required scope, qualifications and related experience with similar "design -build" projects, approach to the project schedule and work plan, qualifications of the project team and their resources, and organization of the proposal. In addition, the project had a minimum Disadvantage Business Enterprise (DBE) goal of 6 percent. The top ranked firm, Air & Lube Systems, Inc. demonstrated an in-depth understanding of the project needs, provided a detailed scope of work and approach to the project, provided value engineering options, and met the project DBE goal requirement. The second ranked firm, N/S Corporation, did not meet the required DBE goal of the project. Staff recommends awarding the design -build contract to Air & Lube Systems, Inc., based on their experience with similar projects, the completeness of their proposal, and references. Air & Lube Systems, Inc., possesses a valid state contractor's license and is in good standing with the Contractor's State License Board. The proposal has been reviewed for accuracy and conformance to the contract documents and was found to be complete. At completion of design and prior to commencing construction, the design will be reviewed for design immunity purposes pursuant to Resolution No.19-6. The requested contingency will cover any unforeseen issues or additional needs that may occur during the design and construction process. The remaining funds in the budget will cover staff oversight related to the construction and project management, public works inspection, labor compliance, and administrative costs. ALTERNATIVE ACTION Other action as determined by the City Council. Page 2 Packet Pg. 129 FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in the Transit Maintenance Facility Upgrades and Equipment Replacement project expenditure account F1023700-5161.001 (Transit Fund) to support the recommended contract and all anticipated project costs. ATTACHMENTS Location Map Bid Proposal for Air & Lube Systems (available in the City Clerk's Reading File) Page 3 Packet Pg. 130 k 2 �En § jf§g ƒ�.1, )maL; k) { £ _ � R /\\ e p � w 4EWUN ©y<Y / � $ CL k CL Response to RFP #TMF-19-20-FlO23B — Transit Maintenance Facility B,us Wash and Air Blower Systems, Project Prepared for: 0 ("ity of' CLARITA IL I LA�!) NTA City of Santa Clarita Attn: Purchasing 23920 Valencia Boulevard, Suite 120 Santa Clarita, CA 911355 KgL16� Micheltorena AIR & LURE SYSTEMS, INC. � A-00VBNLETTER /|NTRODU00ON....--..-.-_..^_-_..^...--^^...--~..^.~-^__~-..~...,.-__~_-__ B_QUALIFICATIONS, RELATED EXPERIENCE AND REFERENCES QFTHE FIRM .................................................... ^...5 C-QUAUfKCATIONSOFTHE PROPOSER MEMBER AND TEAM / KEY STAFF MEMBERS ........................................ 13 D_WORK STATE PNEMT/PLAN ....................................... .................................................................................... 13 E-SCHEDULE .�� _.-_........-^_.,_-~.,,__^~^.,,._,.~,,_^_^,,,__.~,,.__,~,,~_.~~,,.~_._.,._,,,_,..,,. F-SUB-CONSULTANTS ....... ....................... ..................................... ............ ............................... __,,,,,,..^,.�4 G_FORMS AND CERTIFICATIONS SUBMITTAL REQUIREMENTS ........ ................................................................... 45 1111�!;; Ili, City of Santa Clarita Attn: Purchasing 23920 Valencia Boulevard, Suite 120 Santa Clarita, VA 91355 RE: Response to RFP #TMF-19-20-F1023B — Transit Maintenance Facility Bus Wash and Air Blower Systems Project Dear City of Santa Clarita: Air & Lube Systems Inc. ("ALS") appreciates the opportunity to present the qualifications of our assembled team in response to TMF-19-20-F1023B ("Transiit Maintenance Facility Bus Wash and Air Blower Systems Project"). Air & Lube Systems (General Contractor), interClean Equipment (Bus Wash Equipment Supplier), and NoviClean (InterClean distributor in Western Region) are highly confident we are the highest quality team providing the highest quality bus wash system for the City of Santa Clarita. With 14 large scale train/bus/large truck wash projects either completed or currently in progress in the past 10 years, our team's track record, experience, and continued strong momentum are second to none in the inclustry. Our team is assembled to provide City of Santa Clarita with sustainable value throughout the expected life of the equipment. Located in Azusa and with 22 years in business, Air & Lube Systems specializes in fleet maintenance equipment installations and service for transit agencies, municipalities, and automotive dealer service facilities throughout California, Nevada, and Arizona. With 35 years in business, InterClean's American -made equipment leads in the heavy bus, train, aind large truck wash segment. INoviClean represents InterClean in the western region and hias over 100 wash system installations to its credit in the western U.S. Our formal response to the topics and questions in the RFP will be addressed in subsequent pages. Please don't hesitate to reach out to me if l can help answer any additional questions about our qualifications or those of our equipment supplier. Below is my contact information: Miguel Micheltorena owner and: Secretary office: (916) 642-7201 Cell. (415) 971-3190 Fax: (916) 381-5522 Email: mmicheltorena@airandlube-com We would welcome the opportunity to meet in person should the City of Santa Clarita look to enable a more substantive discussion around our proposal, equipment capabilities / features, qualifications, or any other topic of interest. Sincerely, Miguel Micheltorena Owner and Secretary Air & Lube Systems, Inc. 8353 Demetre Ave. Sacramento, CA 95828 Page 4 of 46 B - QUALIFICATIONS, RELATED EXPERIENCE AND REFERENCES OF THE FIRM 1. Provide a brief profile of the firm, including the types of services offered, the year founded, form of organization (corporation, partnership, sole proprietorship), number, size, and location of offices, number and job classification employees, and general description of the firm's financial condition. Founded in 1997, Air & Lube Systems ("ALS or the Company") is a leading distributor, installer, and servicer of fleet maintenance facility equipment in California, Nevada, and Arizona. ALS procures and installs a wide range of complex equipment including bus and, train wash systems, vehicle wash systems, water reclaim systems, hydraulic lifts for buses and trains, bridge cranes, lubrication systems, compressed air systems, and vehicle exhaust systems, amongst many other types of equipment. Air & Lube Systems possesses the following licenses: A -General Engineering Contractor, B-General Building Contractor, CIO -Electrical, C61/D21-Machinery and Pumps, and HAZ-Hazardous Substances Removal. ALS's primary markets include municipal, transit, and automotive dealership service facilities. ALS is structured as an S-Corporation with a single shareholder. The company is a certified Disadvantaged Business Enterprise by the State of California Department of Transportation (Certification #: 46670) and certified Small Business by the State of California Department of General Services (Certification #: 24508). The, Company operates its business from warehouse locations in Azusa, Sacramento, and Tulare. Its team of —70 highly experienced professionals consist of Equipment Installers (30), Service Technicians (12), Project Managers (3), Estimators (4), CAD (1), and various Administrative professionals (20). With —$3.3 million in: shareholders equity on the balance sheet, the firm's financials position is quite strong. The company has a $1.0 million line of credit with $0 drawn against that line at the present time. Bonding capacity is —$5.0 million per project and —$15 million in aggregate. 2. identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede the offeror's ability to complete the project. There are no current or foreseen conditions such as bankruptcy, pending litigation!, planned office closures, or an impending merger that will impede Air & Lube Systems' ability to complete the project. Page 5 of 46 3. Describe the firim's experience in performing work of a similar nature to that solicited in the RFP and highlight the participation in such work by the key personnel proposed for assignment to this project. In the last five (5) years, Air & Lube has completed nine (9) wash system installation projects in California and Arizona and currently has four (4) projects in process. All the bus and train wash projects were completed in partnership with InterClean; Equipment LLC and NoviClean LLC as we are proposing for the City of Santa Clarita. Please see Table 1 on the next page for a summary of completed and ongoing wash system related projects. TABLE 1: Air & Liube Systems' Completed or In -Process Wash System Projects Client Brief Description Completion Date References Monterey Salinas Installation of Bus Wash and In -Process Carl Wulf 19 upper Ragsdale Drive, Suite 200, Transit Water Recycling Systems, Monterey, CA 93940 (King City, CA) Vehicle Lifts, Air Compressors, (831) 264-9437 and Misc. Equipment AC Transit Removal of Existing and In -Process Stephen Stanley (Oakland, CA) Installation of Two New Bus 1600 Franklin St. Cia kla nd, CA 94612 Wash, Systems (510) 891-4754 Golden Empire Demolition of Existing and In -Process Chris lames Transit Installation of New Bus Wash 1830 Golden State Avenue Bakersfield, CA 93301 (Bakersfield, CA) and Water Reclaim Systems (661) 869-6319 Clawson Honda Installation of New Car Wash In -Process Robert Hanna (Fresno, CA) System 6346 N Blackstone Ave Fresno, CA 93710 (559) 435-5000 City of Tucson —Sun Removal of Existing and 2020 Brian Conte Trani Installation of New Bus Wash 255 West Alameda Tucson, AZ 85701 (Tucson, AZ) System (520) 206-8811 Mercedes Benz of Installation of New Car Wash 2020 Victor Oh West Covina System 2010 E Garvey Ave S West Covina, CA 91791 (West Covina, CA) (626) 859-1200 Sacramento Unified Maintenance Facility including 2019 Michael Forbes School District Heavy Duty Lifts, Lubrication 1241 Hawks Flight Ct. El Dorado Hills, CA 95762 (Sacramento, CA) System, Wash Equipment, and (916) 939-8346 Shop Equipment City and County of Design and installation of Wash 2018 [don Junes San Francisco Equipment, Vehicle Lifts, 555 Selby St, San Francisco, CA 94124 (San Francisco, CA) Cranes, Fluid Dispensing, and (415) 550-4600 Air Compressors Monterey Salinas Installation of Bus Wash and 2018 Carl Wulf Transit Water Recycling Systems, 19 Upper Ragsdale Drive, Suite 200 (Monterey, CA) Vehicle Lifts, Air Compressors, Monterey, CA 93940 (831) 264-9437 and Misc. Equipment Santa Clarita Toyota installation of New Car Wash 2017 Mike Ortiz (Santa Clarita, CA) System 700 Automall Dr. Santa Clarita, CA 95661 (916)782.2163 AC Transit Demo of Existing and 2017 Stephen Stanley (Richmond, CA) installation of New Bus Wash 1600 Franklin St. and! Reverse osmosis System Oakland, CA 94612 (510) 891-4754 Bay Area Rapid installation of Train Wash and 2017 Jim Benson Transit' Fuel Dispensing Equipment 390 Bridge Pkwy Redwood City, CA 94065 (Antioch, CA) (650) 65,4-1900 SANDAG East Design and Installation of Bus 2017 John McKee County Wash Equipment, Vacuum 544 Vernon Way El Cajon, California (San Diego, CA) System, and Vehicle Lifts (9161409-9072 Page 7 of 46 4. identify subcontractors, by company name, address, contact person, telephone number' and project function. Provide the same information for each subcontractor as requested above, and describe any experience working with each subcontractor. Air & Lube Systems, Inc. will self -perform 100% of the work and not utilize any subcontractors for this project. Self -performing the entire scope of the project allows for consistently high quiality construction and efficiency by removing the "learn on the job" approach employed by certain contractors and subcontractors. S. Company brochure(s),, if available, including a brief company history, organizational chart, and current workload information. Please find our Company Resume for Public Works projects on the next page. An Organizational Chart and current workload information are on the pages that follow the Company Resume. Page 8 of 45 WIWI PT-M Company 9 Founded in 1997, Air & Lube Systems is the leading fleet maintenance service facility Profile equipment contractor covering, California, Nevada, and Arizona • "One stop shop" for equipment and installation of bus washes, vehicle lifts, lubrication systems, compressed air systems, exhaust systems, industrial fans, cranes, and work benches, amongst many other types of equipment • Services include construction, consultation, system design, piping, equipment procurement and installation, operator training, and maintenance / service Key Project Owner: Miguel Micheltorena; mmicheltorena@airandlube.com; (916) 642-7201 Personnel President: Dennis Thomsen; dthomsen@airandlube.com; (916) 642-7219 Southern California GM: Paul Kargl; pkargl@airandlube.comi; (323) 727-7576 Project Management: Roman Fursov; rfursovairanidlube.com; (916) 642-7218 Estimating: Mike Bewsey; mbewsey@airandlube.com; (916) 642-7206 Workforce * 70 employees; 18 employees with over 10 years with the business 9 Member of Millwrights union .......... . ....... Licenses Licenses License Classifications Bonding CA(#287715) A — General Engineering Contractor Capacity AZ (#289245, #289246) B — General Building Contractor NV (#72009, #72010) C-10 — Electrical Bonding Capacity C-61 / D21 — Machinery and Pumps >$5MM (individual project) Hazardous Substances —$15MM (aggregate) . .... . ........ . . . ........ — . . . . ..... . .... Certifications Disadvantaged Business 11101011 Small Business Minonty Business Enterrise ` � " 7,) (C Designation Enterprise (MBE) pC 'JI'D 11 1 # Certificate 4: 46670 Certificate #: 24508 Certificate : 19000054 . . .. . .... ... ... . . ...... . ...... . ........ . . ... ..... . ...... Locations Sacramento Los Angeles Tulare . . . ...... . ....... . . ....... . . . ..... . . . ..... Authorized Distributor rKONECoMES 40)R Relationships Heavy Duty Lubrication Air Bus & Train Bridge Vehicle Lifts Systems Compressors Wash Systems Cranes Please inquire for our full list of authorized distributor relationships. . . . . .......... . . . ..... . . . . ....... Dedicated EMIR SAFETY HATING SCALE to Safety EMR(q) Experience Modifier Rate mi GRIAT I'AIR POOR 21-1a - Organizational Chart for Air & Lube Systems, Inc. M ro 80 M 0 a U-' E CL P. UP E 0 C 0 Page 10 of 46 Current Projects Under Contract' Client Description Expected Contract Completion Amount Date AC Transit Removal of Existing and installation of Two New Bus Wash $1,256571 October 2020 (Oakland, CA) Systems CA Air Resources Board Installation of Vehicle Lifts, Compressed, Air System, Exhaust $778,799 October 2020 (Riverside, CAI System, and Miscellaneous Shop Equipment California Highway Patrol Maintenance Facility including Vehicle Lifts, Exhaust $276,187 March 2021 (San Bernardino, CA) System, Bict Wash Bay, and Miscellaneous Shop Equip. City of Roseville Replacement of Heavy Duty Bus / Utility Vehicle Wash and $651,748 January 2021 (Roseville, CA) Replacement of Light Duty Vehicle Wash City of Torrance Decommissioning of In -ground Vehicle Lifts, New Concrete $211,344 July 2020 (Torrance, CA) Footings, and Installation of New Lifts County of Kern Supply New 6,000 Gallon Unleaded Fuel Tank and New $179,434 September (Bakersfield, CA) 6,000 Diesel Fuel Tank 2020 Golden Empire Transit Demolition of Existing and Installation, of New Bus Wash $1,092,000 June 2020 (Bakersfield, CA) including Water Reclaim and Reverse Osmosis Systems Indigo JLR Riverside New Build Project Including Vehicle Lifts, Compressed Air Private August 2020 (Riverside, CA) Systems, Lubrication System, and Exhaust System Jim Burke Ford New Build Project Including Vehicle Lifts, Compressed Air Private July 2020 (Bakersfield, CA) Systems, Lubrication System, and Exhaust System LAC Metro Installation of New Wheel Press Machine for Rail $2,663,203 July 2021 (Los Angeles, CA Maintenance Operations MB of Walnut Creek New Build Project Including Vehicle Lifts, Compressed Air Private July 2020 (Walnut Creek, CA) Systems, Lubrication System, and Exhaust System Monterey -Salinas Transit Installation of Bus Wash, Water Reclaim System, Vacuum $1,797,1668 May 2021 (King City, CA) Systems, Fluid Dispensing, Vehicle Lifts, and Compressed Air Penske Ford La Mesa New Build Project Including Vehicle Lifts, Compressed Air Private June 2020 (La Mesa, CA) Systems, Lubrication System, and Exhaust System Niello JLR Rocklin Installation of Bus Wash, Water Reclaim System, Vacuum Private January 2021 (Rocklin, CAI Systems, Fluid Dispensing, Vehicle Lifts, and Compressed Air Pacific Gas & Electric Installation of Lubrication System, Compressed Air System, $130,996 January 2021 (Lemoore, CAI and Miscellaneous Shop Equipment SunLine Transit Installation of New Fall Arrest System $61,564 September (Thousand Palms, CA) 2020 West Bay Sanitary District Replacement of Three Diesel Fuel Tanks $52,759 September (Menlo Park, CA) 2020 I Note: List above represents the larger contracts currently in process (or for which Intend to Award letters have been issued) but is not a full diSclosure or all current projects as that list is —250 and cornprisod of many smaller construction and repair./ equipment servicing projects. Page 11 of 46 6. For each project listed, include the name of the facility, year completed, and names of staff directly involved with the project. Please provide references for contacting, including primary contact person(s,) responsible for each of the projects listed, their position and phone number. TABLE 2: Air & Lube Systems' Staff Names for Completed or Ongoing Wash System Projects Year Client Staff Names Completed Primary Contact Person Monterey Salinas Transit Project Manager'. Roman Fursov Est. 2021 Carl Wulf (King City, CA) Installation Foreman: Ray King Operations Manager Monterey Salinas Transit (831) 264-9437 AC Transit Project Manager: IRoman Fursov Est. October Stephen Stanley (Oakland, CA) Installation Foreman: Ray King 2020 Manager, Capital Projects AC Transit (510) 891-4754 Golden Empire Transit Project Manager: Roman Fursov Est. July 2020 Ross Keith (Bakersfield, CA) Installation Foreman: Jeff Tuch Facilities Maintenance Installation Foreman: Ray King Supervisor Golden Empire Transit (661) 324-9874 ext. 329 City of Tucson —Sun Tran Project Manager: Roman Fursov 2020 Brian Conte (Tucson, AZ) Installation Foreman: Ray King Facilities Director (520) 206-8811 Sacramento Unified Project Manager: Roman Fursov 2019 Michael Forbes School District Installation Foreman: Ray King VP, Preconstruction (Sacramento, CA), Roebbelen Contracting (916) 939-8346 City and County of San Project Manager: Roman Fursov 2019 Don Jones Francisco Installation Foreman: Jeff Tuch Fleet Operations (San Francisco, CA) Manager City of San Francisco (415) 550-4600 Monterey Salinas Transit Project Manager: Roman Fursov 2018 Carl Wulf (Monterey, CA) Installation Foreman: Ray King Operations Manager Monterey Salinas Transit (831) 264-9437 AC Transit Project Manager: Roman Fursov 2017 Stephen Stanley (Richmond, CA) Installation Foreman: Ray King Manager, Capital Projects AC Transit (510) 891-4754 Bay Area Rapid Transit' Project Manager: Roman Fursov 2017 Jim Benson (Antioch, CA) Installation Foreman: Ray King Lead Estimator S.J. Amoroso (6501) 654-1900 SANDAL East County Project Manager: Roman Fursov 2017 John McKee (San Diego, CA) Installation Foreman: Ray King Facility Maintenance Manager Transclev 19161409-9072 23302= C - QUALIFICATIONS OF THE PROPOSER MEMBER AND TEAM / KEY STAFF MEMBERS 1. Qualifications of the proposed project staff in terms of education, experience, and professional credentials TABLE 3: Qualifications of the Proposed Project Staff Name Years of Wash Systems Project Title Experience Background / Experience Experience Air & Lube Systems, Inc. Roman Fursov 21 Since 2016, Heavy Duty Project Manager on " AC Transit (2 projects) Heavy Duty all contracted municipal and transit agency , Altamont Commuter Project Manager projects Express Service (ACE Train) Lead Installer/ Field Foreman from 2001 to Bay Area Rapid Transit 2016 (BART) Range of equipment installation experience City of San Francisco, includes HID and LD vehicle wash, systems, in , City of Tucson (SunTra,n) groundi and above ground vehicle lift systems, , Golden Empire Transit exhaust systems, bridge cranes, lubrication aMonterey-Salinas Transit systems, and compressed air systems, (2 projects) amongst various other equipment LACIVITA (4 projects) Raymond King 2S Lead execution resource for heavy duty bus Sacramento Municipal Utility District (SMUD) Field Foreman and train wash systems Sacramento City Unified Part of Air and Lube Systems design team for School District bus washes, heavy duty vehicle lifts, San Diego Association of lubrication systems, and compressed air Governments (SAN DAG) systems Began career in plumbing prior to transitioning to millwright work Paul Kargl 18 Oversees ail projects in Southern California Golden Empire Transit General Responsibilities include customer relations, LACMTA (I projects) Manager, project scheduling, human / capital resource San Diego Association of Southern allocation, overseeing field installation teams, Governments (SANDAG) California and internal/external project coordination Nov!Clean Kirk Ylinen, 16 14 Years in sales, service, and project Led by Kirk, NoviClean has Territory Director coordination, with InterClean partnered with Air & Lube on all bus wash Chris Do,ckins 5 5 years in system design, sales, project mgmt., protects listed aboveSystems and Sales and Service and post -safes support has completed over 100 Representative commercial wash systems projects since its founding in 1985 Page 13 of 46 2. include a project organization chart which clearly delineates communicative/reporting relationships among the project staff and among the various firms involved. General Manager - InterClean - Aft�l I E Southern California VP and GIVI Paul Kargl Greg Harvey Field Foreman - NoviClean - Heavy Duty Washes Territory Director Kirk Ylinen Laborer Jose Carabez Laborer 3. Adequacy of labor resources as evidenced by the proposed distribution of labor hours. Please review Table 4 below which demonstrates the adequacy of labor resources for this project. TABLE 4: Allocation of Professional Labor Hours by Task Allocation of Task Professional ID Task Description Responsible Entity Team Member(s) Labor Hours 1 Construction Planning 2 Notice to Proceed Received City of Santa Clarita N/A 1% 3 Prepare Submittals / Drawings Air & Lube Systems, Roman Fursov, Kirk Ylinen 5% InterClean, NoviClean 4 Submittals / Permit Review All Parties All Parties 1% Period 5 Submittal / Permit Approval City of Santa Clarita N/A 0% 6 Manufacturing and Delivery of Heavy Duty Wash Equipment 7 Pre -Production Design Review InterClean / NoviClean Greg Harvey Kirk Ylinen 5% 8 Machining / Welding Parts InterClean Greg Harvey 10% 9 Mechanical Assembly InterClean Greg Harvey 15% 10 Machine Startup InterClean Greg Harvey 5% 11 Final Acceptance Testing at InterClean Greg Harvey 10% Factory 12 Disassembly / Packing InterClean Greg Harvey 2% 13 Delivery InterClean / NoviClean Greg Harvey / Kirk Ylinen 1% 14 Receive Equipment Onsite Air & Lube Systems Roman Fursov / Ray King 1% 15 Installation and Start Up — Heavy Duty Vehicle Wash 16 Demo Existing Bus Wash Air & Lube Systems Ray King, Jose Carabez 5% 17 Install Wash Bay Equipment Air & Lube Systems Ray King, Jose Carabez, 30% Dylan Howell, + Additional Installers as needed 18 Testing and Commissioning NoviClean / Air & Lube Kirk Ylinen, Roman 5% Fursov, Ray King 19 Operator Training NoviClean / Air & Lube Kirk Yliinen, Roman Fursov 2% 20 Final Acceptance Test and Additional Training 21 Final Testing with City of Santa NoviClean / Air & Lube Kirk Ylinen, Roman Fursov 2% Clarita Page 15 of 46 4. Furnish brief resumes (not more than two pages each) for the proposed Project Manager and other key personnel. Resumes must feature experience most directly relevant to the, work proposed for such key personnel on this project. Please review the resume of Roman Fursov, Heavy Duty Project Manager for Air & Lube Systems, who will be in charge of execution for this project. Please also reference Table 3: Qualifications of the Proposed Project Staff earlier in this section which provideS backgrounds experience levels for other project personnel. EXHIBIT 1: Brief Resume for Roman Fursov, Heavy Duty Project Manager at Air & Lube Systems Title: Heavy Duty Project Manager Description of Work to be Performed on This Project: Project Management RTT-T_Z= Lead Installer / Field Foreman from 2001 to 2016. Since 2016, Heavy Duty Project Manager on all contracted municipal and transit agency projects. Background: Entire 19 year career has been spent with Air & Lube Systems in various capacities. Years of Experience: 19 years experience with Air and Lube Systems, Inc. Relevant Experience: • As Lead Installer/ Field Foreman through 2016, led field work for all types of municipail and private projects ranging in value up to $7.5 million • Range of equipment installation experience include bus washes, light and heavy duty in ground and above ground vehicle lift systems, train lift systems, exhaust systems, bridge cranes, lubrication systems, and compressed air systems amongst various other equipment. • Part of Air and ILube Systems design team for bus washes, heavy duty vehicle lifts, lubrication systems, and compressed air systems. • 600 types of projects involving automotive shop equipment • Project Manager or Field Foreman role on over 65 car, truck / utility vehicle, and transit wash systems including bus / train wash systems at Golden Empire Transit, City of Tucson (SunTran), Sacramento Unified School District, City and County of San Francisco, Monterey -Salinas Transit, AC Transit, San Diego Association of Governments, Sacramento Municipail Utifities District, and Altamont Commuter Express Service SJRRC • Both heavy duty and light duty in ground and above ground lift systems • over 250 lubrication systems • Over 200 compressed air systems (utilized to power the pneumatically actuated brushes on most wash systems) Page 16 of 46 Completed Projects of Relevance for City of Santa Cliarita Bus Wash Project: Contract Completion Client Description Amount Date Monterey Salinas Transit Installation of Bus Wash and Water Recycling Systems, $1,787,,668 In Design (King City, CA) Vehicle Lifts, Air Compressors, and Misc. Equipment Phase ACTransit Removal of Existing and Installation of Two New Bus Wash $1,206,709 Estimated (Oakland, CA) Systems October 2020 Golden Empire Transit Demolition of Existing and Installation of New Bus Wash $1,106,781 Expected (Bakersfield, CA) and Water Reclaim Systems July 2020 City of Tucson —Sun Tran Removal of Existing and Installation of New Bus Wash, $494,152 2020 (Tucson, AZ) System Sacramento Unified Maintenance Facility including Heavy Duty Lifts, $748,546 2019 School District Lubrication System, Wash Bay, and Miscellaneous Shop (Sacramento, CA) Equipment City and County of San Design and Installation of Fluid Dispensing, Air $7,587,602 2018 Francisco Compressors, Storage Equipment, Wash Equipment, (San Francisco, CA) Vehicle Lifts, Cranes, and Other Miscellaneous Shop Equipment Monterey Salinas Transit Installation of Bus Wash, Water Reclaim System, Air $3,047,756 2018 (Monterey, CA) Compressors, Vacuums Systems, Fluid Dispensing, Cleaning Equipment, Vehicle Lifts, and AC Transit Demo of Existing and installation of New Bus Wash $1,662,000 2017 (Richmond, CA) Systems including Plumbing, Electrical Upgrades, Doors, and Reverse Osmosis System Bay Area Rapid Transit installation of Train Wash and Fuel Dispensing Equipment $1,474,096 2017 (Antioch, CA) San Diego Association of Design andl Installation of Bus Wash Equipment, Vacuum $1,349,766 2017 Governments (SANDAL) System, Vehicle Lifts, and Storage Equipment (San Diego, CA) Regional Transportation Installation of Heavy -Duty Vehicle Lifts, Lubrication $970,615 2017 Commission (RTC) of Systems, Exhaust Reels, Monorail, and Miscellaneous Shop Wa:shoe County Equipment (Reno, NV) SMUD East Campus Design and installation of Truck Wash, Oil Storage Tanks, $1,700,000 2013 Operations Piping, Reels, Fluid Management System, Bridge Cranes, (Sacramento, CA) Jib Cranes, and Truck Scale Altamont Commuter Installation of Train Wash Equipment, Train Maintenance $1,100,000 2013 Express Service SJRRC Equipment, Pressure Washers, Material Slide, Drop Table, (Stockton, CA) and Wheel Truing Machine to Service Trains Page 17 of 46 S. Include a statement that key personnel) will be available to the extent proposed for the duration of the project and acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the AGENCY. Page 18 of 46 Air & Lube Systems assures the City of Santa Clarita that identified Key Personnel in this Proposal will be avai!lable to the extent proposed for the duration of the project and acknowledges that no person designated as" y"to the project shall be removed or replaced without the prior written concurrence of the City of Santa Clarita. Sincerely, Miguiel Micheltorena Owner and Secretary it & Lube Syems, Inc. ?,353 Demetstre Ave. Sacramento, CA 95828 6. Statement of Qualifications (SOQ) showing the proposer's design team meets the minimum prequialification requirements as outlined. Please see Statement of Qualifications on next page, 906 W. 101 In 5 tr(.,eJ --1936 , Azusa, CA 91702 CA Contractor's Lic# 2�87715 (323) 727-7576 III Air & Lube Systems assures the City of Santa Clarita that the Air & Lube Systems' design team meets the minimum prequalification requirements as outlined in the amended Pre - Qualification Questionnaire. In suipport of this statement, we summarize the iinformation found in this Proposal as it pertains to Questions, 6 through 12 of the amended Pre -Qualification Questionnaire: 6. Has the Proposer completed the design & construction of at least three (3) bus wash equipment of similar size and scope to the proposed project in the last five (5) years and was at least one (1) located in California? Yes. The Air& Lube Systems and InterClean / NoviClean team has completed nine (9) bus wash equipment projects of similar size and scope in, the last five (5) years. Eight (8) of these projects have been in California. 7. Does the manufacturer have a minimum of five (5) years of experience manufacturing and installing the equipment? Yes. InterClean Equipment LLC was founded in 1985 and has 35 years experience manufacturing and installing bus wash equipment. 8. Have each of the primary Subconsultant Team Members completed the design of at least one (1) vehicle wash equipment for a public agency in the last five (5) years? Yes. The primary Subconsultant Team Members have completed well over one (1) vehicle wash equipment projects for a public agency iin the last (S) years. Please see TABLE 3: Air & Lube Systems' Staff Names for Completed or Ongoing Wash System Projects. The Subconsultant team for this project at InterClean Equipment LLC and NoviClean LLC have been involved in every one of those projects. Page 21 of 46 9. Does the Proposer and their associates, and each proposed Subconsultant possess a valid and current California professional license covering the discipline for their Project roles? Yes. Air & Lube Systems possesses the following licenses: A -General Engineering, B-General Building, C-10 (Electrical), C-61 / D21 (Machinery and Pumps), and Hazardous Substance Removal. Air & Lube Systems utilizes Jon Martin of Martin Consulting Group, Inc. for any Professional Engineering requirements. 10. Does the Proposer, each primary Subconsultant member, the General Contractor miember(s), or any proposed Subcontractor have professional liability insurance with a minimum policy limit as set forth in Section F herein? Response: Yes, the project team will provide professional liability insurance with, the minimum policy limit as set forth in Section F herein. 11. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor seeking qualification, know and understandtheir obligations regarding the employment of apprentices on public works under Labor Code Sections 1776, 1777.5, 1777.6,, and do they intend to comply with these requirements, including the requirement, if appllicable, to make contributions to, funds established for administration of apprenticeship programs if Design -Build Entity employs registered apprentices or journeypersons in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions? Response: Yes, as is evidenced by our Public Works Projects List, Air & Luibe Systems has extensive experience with public works projects and is very familiar with the Labor Code requirements. 12. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor have current California workers' compensation insurance policies as required by the Labor Code or are legally self -insured pursuant to Labor Code section 3700, et seq. or intend to obtain such insurance prior to commencing work? Response: Yes, the project team will provide workers' compensation insurance policies as required by the Labor Code. Sincerely, Miguel Micheltorenia Owner and Secretary 1. Offeror's understanding of the AGENCY's objectives and work requirements and substantiate the offeror's ability to satisfy those objectives and requirements. include supporting documentation of the proposed bus wash and air blower systems including, but not limited to, marketing material, specifications, and other related materials. Project Understanding of Objectives and Work Requirements The system proposed herein has been designed and theorized to meet the City of Santa Clarita's needs based on the RFP TMF-19-20-FI023B. We understand the equipment reliability and operation to be as follows: • Designed to connect to the existing reclaimed/freshwaiter system • Designed to function, for in excess of 10 years with a 5-year subsystem warranty • All equipment to be suitable for a water intensive environment, readily available for 10 years after final acceptance • To ensure quality assurance the system will be installed by manufacturer's representatives • The wash shall be designed to wash a minimum of 60 buses/day in an automated fashion without stopping the vehicle or manual intervention The InterClean system has been designed to provide a system that is equal or better than the specified equipment in the following categories: operation, safety, and quality. However, InterClean does not manufacture the same equipment as N/S and therefore the following proposal is for a like -kind systems. InterClean has over 700 washes in North America and maintains a significant transit industry share. Below we have detailed many of the major components of the proposed wash system andl included ain example set of drawings for a similar wash. InterClean Wash Specifications and an example Operation and Maintenance manual are included as well to detail equipment specifics and further display our competency as industry experts. InterClean XJ 404 with Reclaim, RO (Sport Free Rinse) and Blowers The first structure in the wash Bay is the Chemical Arch that applies soap solutions to the vehicle. The arch consists two vertical side spray bars and one horizontal rear spray bar. Side Spray Bars — Each side spray bar holds 18 double spray nozzles, giving an effective 36 spray points to distribute the alkaline soap solution to, the sides of the vehicle. The side spray bars are controlled by a solenoid valve in the Chemical Module. Page 23 of 46 As the fresh water supplied by the 3-hp Booster Pump flows through the solenoid valve and out to the Chemical Arch side spray bars, a Dosatron chemical injection pump in the module injects a metered volume of concentrated alkaline -based detergent into the water to produce the soap solution applied to the veh,iicle. The Dosatron pumps are powered by the water flowing through them and require no electricity. The wash computer controls the solenoid valve through an, output point in the Master Control Panel. The side spray bars are enabled when the vehicle blocks the photoeye and remain enabled until the vehicle clears the assigned photoeye and an off -delay timer in the wash program times out. Rear Spray Barr -The hiorizonta I rear spray bar holds seven single spray nozzles oriented at a 30' angle to the direction of vehicle travel to best cover the rear of the vehicle with soap solution. The rear spray bar is controlled by solenoid valve in the Chemical Module and the Dosatron pumps work the same as described for the, Side Spray Bars. The wash computer controls the solenoid valve through an output point in the Master Control Panel located in the Master Control Panel. The rear spray bar is enabled when the vehicle clears the assigned photoeye and remains enabled until an off -delay timer in the wash program expires. Each Dosatron pump is independently adjustable so, the soap concentrations may be adjusted separately if, for example, you want to use a higher soap concentration to wash the rear section of the vehicle. Page 24 of 46 Rear Spray Bar Chemical Si4e Spray Bari Arch Wah w. Option S�elector 4r ti A*" 1, Tire Chemical Applicator Photoeye, photoeye YE21DET YEVIDET A The chemical tire applicator shall automatically apply cleaning solution to vehicle wheels and tires when the hose activation is actuated. Liquid cleaniing solution shall be injected into the chemical tire applicator after being pre -mixed. The stainless -steel swivel nozzles with are fully adjustable to produce the best spray pattern. The stand is, a minimum 26" to allow for proper adjustment. Fresh water will be the main, feed flowing through the pressured regulator and the chemical tier applicator waiter intake port. The chemical from the chemical storage tank is drawn into the chemical tire applicator and discharged to the applicator nozzles. Ratio of water and chemical is fUlly adjustable. Page 25 of 46 Wheel Wash This structure washes the vehicle with reclaimed water when the vehicle blocks the photoeye and' remains enabled until the vehicle clears the photoeye and an off -delay timer in the wash program times out. The vehicle is washed through four patented Centri Spiinner wash heads distributed over two vertical stanchions. The water its pumped to, the Spinner Arch structure by a 20 HP pump at a nominal 320 psi pressure. The pump is isolated to the wheel wash and can be enabled / disabled as desired. Speed' Control The system consists of three detectors, a control panel consisting of a power supply, and PLC, appropriate relays and an operator warning signal system both, visual and audio. The visual signal system will be in thie form of a waterproof red, amber, and green light system. The amber light is to indicate excessive speed (over 1.25 fps). If the speed is in excess of 1.5 fps, the red light will illuminate, the horn will sound, the wash brushes retract, and the wash will immediately shut down. The aiudible alarm shall be a horn that can be programmed to sound from zero to 180 seconds. The automatic reset to reactivate the wash, located on the speed monitoring control panel, shall be programmable from zero to 180 seconds, This structure washes the top of the bus with reclaimed water using an assembly of mops that are driven back and forth, by a 1-hp motor and gearbox assembly. The structure is supplied with concentrate from the Reject Water Tank by the 3-hp Booster Pump. The pump flows concentrate from the tank to the mop assembly through a solenoid valve in the Rinse Module when the vehicle blocks the assigned photoe,ye. The 1800 rpm motor drives a shaft through a 60:1, 900 gearbox, giving the mops a back and forth duty cycle of 30 rpm, The mops remain active until the vehicle clears the photoeye and an off -delay timer in the wash program expires. The concentrate (reject water) is sprayed onto the roof mops through four fixed spray nozzles. This arch uses a total of four Spraying Systems Washjet 1/8" HVV-8004 stainless steel spray nozzles. Top Wash Aran rot Wash o of Mop, �.� Arch Mir Wheel��. Washer (typ) " �m J �� a a e sbwYa The Brush Module consists of four vertical brushes, each of which is powered by a 2-hp, 1200 rpm, 480 VAC motor, and a 902, 12.5:1 gearbox to rotate the brushes at a nominal 96 rpm. The brush motors are controlled by the PLC processor in the Master Control Panel through components in the separate Brush Panell. The brush assemblies are staggered with the left side brushes located ahead of the right side brushes in the Wash Bay, The four brushes are on articulated arms so they not only contact the bus sides but they swing out into the drive lane to wrap around the rear of the bus from each side to clean that area. Air -aver -oil cylinders actuate the brushes out to the line to wrap around and cover the bus front and rear. The cylinders plus extension springs return the rear 'brushes to their home position after the bus has passed or if the system loses power. The rotational positions of the brush arms are monitored by inductive proximity switches mounted on fixed plates with three sensors for each rear brush arm. The brush wrap around feature for the front brushes can be turned off by the two -position selector switch at the entrance to the Wash Bay. This option is useful when the vehicle has front -mounted structures, such as bicycle racks, that might be damaged by the brushes or that might damage the brushes themselves. The front of all vehicles is washed by the Front Arch (if the option is selected) so disabling the front brush wrap feature does not leave the front of the vehicle unwashed. The wash system shall be provided with two rear position alert systems to enhance the cleaning of thie vehicle being washed!. The alert system shall consist of an electromechanical trigger that will initiate an amber signal light. The amber visual warning will flash twice, alerting the driver to pause or slow down momentarily while the rear of the vehicle is thoroughly cleaned. In addition to the light, an audible alarm will sound with sufficient decibel level so the driver can hear the alarm. The alert system is visible by the driver at all times, regardless of size of the vehicle. The vehicle speed is computed and monitored by the PLC processor in the Master Control panel (MCP). The vehicle should be driven through the Wash Bay at 1 foot per second (fps), or approximately 0.66 mph, not only for best wash results, but if speed reaches 2 feet per second the PLC processor shuns down the Brush Modlule to prevent damage to the components. The Front Arch and Rinse Arch may continue to operate but you will leave thie Wash Bay with an improperly washed vehicle. The location of the vehicle in the Wash Bay is monitored through four photoeye sensors. The PLC processor uses the blocking and clearing in -formation of these photoeyes to control the motors that rotate all the brushes and the cylinders that swing the rear brushes into and away from the drive lane. The PLC processor in the Master Control Panel controls the brushes through motor starters and protection devices located in the Brush Control Panel. Spray bars keep the brushes wet during this part of the cycle. The 3-hp booster pump supplies the brushes with concentrate water from, the Reject RO Water Tank (if RO option selected) while the brushes are spinning. The wash computer turns on solenoid valve that connects the booster pump discharge to the spray bars on the Brush Module. The water supplied to the Brush Module spray bars is injected with, a wax agent through the chemical injection pumip. Thais reduces the friction between the brushes and the vehicle body parcels. There are two wash options (if the front arch option is, selected, only option I without), Option 1, Full Wash and Option 2, No Front Brush. These options are selected on the 2-position Wais,h Selector Switch located at the Wash Bay entrance. The options apply to the way the front of the bus is washed only; the rear brushes have only one mode of operation. Option 2 may be selected if there are racks or other objects extending out from the front of the bus that may be damaged by the front brushes wrapping around the front of the bus. if Option 2 is selected, the front of the bus is washed by the Front Wash Arch, Option 1 — Full Wash: This option brush washes the front, sides, andl rear of the bus. The two front brushes rotate to the center of the Wash Bay allowing each brush, to wash hial'f of the bus front end. The brush arms are held in place by normally -closed lockout valves until each brush is contacted by the front of the bus at which time the lockout valves are turned on (opened) allowing the bus to push each front brush assembly to the side as it drives through. Option 2 — No Front Brush: This, option brush washes only the sides and rear of the bus with the front arms rotating in just far enough, to engage the brushes against the bus side panels. This position is indicated by actuating the front proximity switch that monitors front arm rotational position. This proximity switch is not used for an Option 1 wash cycle. • Reduced brush module footprint to allow for desired wash equipment package • No stopping reqiuired — allows owner to achieve desired' throughput for current and future fleet • No brushes are ever located in front of the bus, bike rack, or mirrors. Preventing any damage to the bus or wash equipment Page 29, of 46 Brush Volor 00 fj 44, _ RR Brush RF y r H Brush a r a t Al, a� ptwtoeye �I f r v High-pressure Front Arch (if option selected) This structure washes the front of the bus with reclaimed water when the vehicle blocks the assigned photoeye and remains enabled until the vehicle clears the photoeye and an, off -delay in the wash pro -gram expires. The 15 fixed spray nozzles are located on a horizontal spray bar over the drive lane. The 30-hp EQ-P1 High Pressure Pump pulls reclaimed water from the 500-gallon EQTank and pumps it to the arch regardless of the state of the Wash Selector switch at the Wash Bay entrance. The switch controls the use of the front brush wraparound feature that lets you skip the wrap around during the brush wash to prevent damage to structures that may be mounted on the front of the bus. The front of all vehicles are washed with the Front arch. Enhanced cleaning capabilities • No brushes required to clean front of bus, reduced maintenance Page 30 of 46 High-pressure Front Arch (if option selected) This structure washes the front of the bus with reclaimed water when the vehicle blocks the assigned photoeye and remains enabled until the vehicle clears the photoeye and an, off -delay in the wash pro -gram expires. The 15 fixed spray nozzles are located on a horizontal spray bar over the drive lane. The 30-hp EQ-P1 High Pressure Pump pulls reclaimed water from the 500-gallon EQTank and pumps it to the arch regardless of the state of the Wash Selector switch at the Wash Bay entrance. The switch controls the use of the front brush wraparound feature that lets you skip the wrap around during the brush wash to prevent damage to structures that may be mounted on the front of the bus. The front of all vehicles are washed with the Front arch. Enhanced cleaning capabilities • No brushes required to clean front of bus, reduced maintenance Page 30 of 46 Pre Rinse Arch This structure rinses the vehicle with concentrate when the vehicle blocks the assigned photo,eye andl remains active until the vehicle clears the photoeye and an off -delay timer in the waish, program expires. The 3-hp pump supplies concentrate to the structure from the Reject Water Tank through solenoid valve in the Rinse Module. The arch incorporates 24 double swivel spray nozzles ending iin Spraying Systems, Inc. Unijet Model 2510 spray tip for a total of 48 spray points on the three -sided wash structure. Final Rinse Arch This structure rinses the vehicle with permeate when the vehicle blocks the assigned phiotoeye and remains active until the vehicle clears the phiotoeye and an off -delay timer in the wash program expires. The 5-hp Repressurization Pump supplies permeate to the structure from the RO Water Tank. The arch incorporates 24 double swivel spray nozzles ending in Spraying Systems, Inc. Uniijet Model 2510 spray tip for a total of 48 spray points on the three -sided wash structure. ZOP RO Final Rinse Arch Pre -Rinse Arch low, Photoeye YEVIROS �07 Affi— I ILE Note: Sow wash stmKfums IMA sho"In lof iflustration Pwposes. Photoeye YEVROS, This structure strips, residual water off the vehicle as it exits the Wash Bay through nine 10-hp motor/blower assemblies. The wash structure becomes active when the, vehicle blocks the assigned phiotoeye and remains active until the vehicle clears the photoeye and an, off -delay timer in the wash program expires. The blower system not only provides a better wash but saves water by blowing the residual water back into the Wash Bay drain system instead of letting it be carried out by the exiting vehicle. The drain water becomes an important part of the reclaimed water system. When the PLC processor detects the blocking of the photoeye, it turns on the blower motors one at a time with a short delay, typically 0.1 to 0.5 seconds, between each motor start to minimize inruish current from the electrical mains. Blower Motor Assembly (typical) 7- 411111, SO WA 14 YJ -14 Page 32 of 46, Reverse Osmosis System The Reverse Osmosis system produces two grades of water, RO water (permeate) and RO reject water (concentrate). Both water products are used in the wash system so no water is wasted in the reverse osmosis process, The Reverse Osmosis (RO) system receives cold, soft water (feed water) from the water softener through a separate carbon filter. The feed water is pumped into the RC► system by the 1-hp Booster Pump. RO water (permeate) is used in the RO Final Rinse Arch to give the vehicle a spot -free rinse as it leaves the Wash Bay. Even the soft water produced in the water softener contains minerals that will leave spots if allowed to dry on the surfaces, especially the vehicle windows. RO water is virtually mineral free and dries without leaving any residue. The permeate produced by the system is stored in a 925-gallon water tank designated the RO Water Tank anid! is pumped to the RO Final Rinse Arch by the 5-hp Repressurization Pump that is mounted on, the RO assembly skid. The second product produced by the RO system, concentrate, is used to wet the brushes in the Brush Module and is also used in the Pre -Rinse Arch. The concentrate is stored in a 925-gallon water tank designated the RO Reject Water Tank and is pumped to the Rinse Module by the 3- hp Booster Pump. The solenoid' valves in the Rinse Module control the flow of the concentrate to either the brush spray bars or to the Pre -Rinse Arch. The RO system is enabled to produce water products when the RO Water Tank requires more permeate. The upper float switch in that tank is normally -closed but will be held open if there is sufficient water in the tank. When the switch closes as the water level drops, the RO system turns on. The PLC processor in the Master Control Panel (MCP) first turns on the 1-hp booster pump and' 5-hp RO Pump, followed by solenoid valve on the RO skid. This pumps cold, soft water, designated "feed water", into the RO system until the upper float switch opens, The Booster Pump pumps the feed water into the RO system through the carbon filter tank. The carbon filter removes chlorine, chlorine by-products, organics, and other contaminants from the water supply before entering the InterClean 13,200 Gallon Per Day Reverse Osmosis unit. The carbon filter is backwashed on a regular schedule to remain effective. The incoming feed water pressure is monitored by pressure sensor. if the incoming feed water pressure, drops below a setpoint, the PLC generates an alarm and turns off the pumps to prevent damage due to cavitation if the pumps lose prime. A particulate filter inside the RO System removes any remaining solid contaminants larger than 5 microns before the water reaches the semi -permeable membranes where the reverse - osmosis processing takes place. Page 33, of 46 Downstream, of the solenoid valve, the 5-hp RO Pump (ROS-P2) flaws the feed water through a needle valve ("System Pressure Control") to control the flaw through a series of three semi- permeable membrane tanks. The pores or holes in the membrane material are sized to allow water molecules under pressure to pass through but are too small to pass larger contaminant molecules, The water that passes through, the pores is approximately 05% mineral free and is designated RO water or permeate. It flows out of the bottom of the membrane tanks and into the RC) Water Tank TK1. This action continues until the upper float switch in the tank opens, at which time the pumps and solenoid valve are turned off. The feed water is pressure checked a second time through pressure sensor designated ROS-PT2 before flawing through the membrane tanks. If this pressure exceeds the maximum operating system ;pressure of 230 psi, the PLC processor generates an alarm and shuts down the RCS system pumps and valve. Because of flow rates and the resistance of the membranes, not all the feed water passes through the membrane material but some flows over the lower resistance of the membraine surface. Thais water, designated the concentrate or reject water, picks up and carries away contaminants that were trapped on the membrane when the pure water passed through the pores to become permeate. Thi's self-cleaning action greatly extends the usable life of the membranes. The concentrate flows from one membrane tank to the next and then out of the system, and into the RO Reject Water Tank TK3 through a second needle valve ("Reject Control"). An ideal balance between permeate and concentrate production would be 50/50. The temperature and pressure of the water will greatly influence the permeate production. For example, if the feed water temperature varies, permeate production varies, with colder feed water producing less permeate than warmer water, The two needle valves, labeled "System Pressure Control" and "Reject Control" on the RO skid front panel, work together to try to achieve a 50/50 production balance between the two water products. They also affect the operating pressure inside the RO system. It is important that the system internal pressure not exceed 20 psi or the processor will turn off the R© system pumps. System pressure information is provided on a gauge mounted' on the front panel of the RO system. The volume of both water products the system, produces is dependent only on the upper float switch in the RO, Water Tank TK1; the RO Reject Water Tank TK3 does not have an upper float switch to control the tank filling. Therefore, the possibility exists that the RO Reject Water Tank TK2 can become overfilled if the system is producing more concentrate than permeate. For that reason" the concentrate tank (TK2) is equipped with an overflow circuit that will dump excess concentrate in the tank into the Settling Pit. Bath tanks are equipped with normally -open lower float switches that are held closed with sufficient water in the taroks. If either tank's lower float switch opens, the PLC processor • " M... .d generates an alarm and shuts down the RO pumps to prevent pump damage due to loss of prime on their suction ports. Wet" sm'0043, knl 1ofl Ros-po RO Pu" Mcron ter Reclaim System IN M The Wash System uses water that has been reclaimed from previous wash, cycles and then processed for reuse in parts of the wash process, This water is pumped from the drainage/pit system, processed to remove most sediments, and stored for use. The reclaimed water is generally used to wash the front of the vehicle and wash the wheels. The Reclaim Module holds several pumps that process the water and supply it to the Wash Bay structures. Th,e pit water is continuously circulated by the 2-hp Circulation Pump that pulls water from the Pickup Pit through an intake pipe. This water is then pumped through the Ozone/UV Unit where it undergoes an Advanced Oxidation Process (AOP), This Ozone/ UV Unit combines an on board Plasmas Gap ozone generator plus germicidal UV light delivering hydroxyl free radicals typical of AOP systems into the next stage. This circulation helps prevent the water from becoming stagnant by keeping the water moving. In addition to, Ozone / UV, the reclaim water is injected with air through an air injector on the Reclaim Module. The air provides oxygen for bacteria that live in the pit system that break down contaminants and keep the pit System healthy. Page 35 of 46 When the wash System requires reclaimed water for the high-pressure processes, the 7.5-hp Sump Pump turns on and pumps water from the Pickup Pit into the Cyclonic Separator. The water is pumped from the pit through an InterScreen filter. The InterScreen is a drum -shaped tank whose outer wall is comprised of finely -slotted stainless steel that blocks debris larger than 381 microns (.015") from, entering the Sump Pump suction port. Water enters the strainer through the outer wall slots as the Sump Pump pulls water out of the structure through a pipe in the top of the unit. The InterScreen filter is automatically back flushed every 5th wash cycle by injecting a burst of pressurized air into the inside of the filter drum through a solenoid valve controlled by the processor. This air forces off debris that may have collected on, the outer wall of the strainer that may impede the Sump Pump's operation. The Cyclonic Separator spins the water tangentially around its inner tank, forcing thie heavier - than -water contaminants (sediments) to spin out of the water flow and settle into the bottom sump of the Separator. The clearer water is forced up a standpipe in the center of the Separator where it flows into the 500-gallon cone -bottomed Reclaim Tank. The Rosedale Cyclonic Separator can remove contaminants down to 50 microns (0.002") in size. Inside the Reclaim Tank the water conitinuies to spin around the inside of the tank and the sediment separation process continues. Again, the sediments spin out of the water and settle in the bottom sump area, of the tank. The water is stored in this tank until needed for the high- pressure processes. The sediments that settle out of the water in the Cyclonic Separator and the Reclaim Tank are pulled out of those structures and into the water circulated by the Circulation Pump on a continuous basis. They are eventually dumped back into the first part of the wash bay trench. Helpful Bacteria Bacteria live in the pit system; this is good and necessary. These helpful bacteria produce enzymes that are catalysts in the process of breaking down waste material and preventing pit odors in, the drain water. For this reason, the pit water is continuously circulated by the 2-hp Circulation Plump to prevent stagnation and air is injected into the water to provide oxygen to keep the bacteria alive. The bacteria have to live within a certain pl-I range. if pit odors become a problem, it may be because the bacteria are not surviving due to a pit system that is too acidic or alkaline. If this happens, the ECG Module contains a Bioremediation Pump, that can inject supplemental bacteria into the circulating water. The Bioremediation system is usually not enabled when the Wash System is installed but can be turned on later if odors become a problem. Page 36 of 46 Value Engineering Opportunities Below are cost saving options relative to our proposal Tire Guides: It has been our experience that rolling tire guides do not provide value to the wash bay. They often times seize up over time when exposed to the wash conditions and do not add any additional safety measures to the wash. Recommendation: Consider standard galvanized 4" tire guides — cost savings $15,000 Blowers: Moving from 9 to 6 blowers ( 2 on each side, 2 on top) does a very good job removing water and it not only has an equipment costs savings but it will reduce the overall energy usage. Wheel Wash: The spinner system does a very good job getting a full coverage on the wheels, however, we can achieve a high quality wheel wash using two short vertical spray bar on each side of the drive, lane that wash the tires, wheels, and lower details of the bus with recycled water through four spray nozzles on each spray bar. MR, High! Pressure Front Wash: If a new Reclaim System is selected we recommend considering a High Pressure front wash arch to supplement or replace friction cleaning (selectable based on vehicle). The Front Wash arch is driven by a dedicated 30hp pump which delivers 125 GPM @ 150 PSI, The high volume of waiter does a, quality job washing vehicles with, odd shaped fronts including cutaways and does not impact accessory equipment such as mirrors or bike racks. This Page 37 of 46 solution increases functionality of the wash equipment and reduces both equipment and bus maiinte,nance such as broken mirrors. f I Page 38 of 46 2. An equipment layout drawing that incorporates the bus wash and the air blower systems with the bid proposal will be required. ,flease see Appendix A for the Equipment Layout Drawing. Page 39 of 46 3. Briefly describe the proposed approach to completing the required work, outlining sequentially the activities that would be undertaken in completing the various tasks and specifying the proposed allocation of professional labor hours by task. Air & Lube Systems believes detailed planning with clear deadlines and roles and responsibilities leads to efficiently executed projects. Our preliminary proposed Project Plan for the City of Santa Clarita is included below as Table 5. TABLE 5: Project Plan Including Allocation of Professional Labor Hours by Task MINIM - 1=4 i Task Professional ID Task Description Responsible Entity Team Member(s) Labor Hours 1 Construction Planning 2 Notice to Proceed Received City of Santa Clarita N/A 1% 3 Prepare Submittals / Drawings Air & Lube Systems, Roman Fursov, Kirk Yliinen 5% InterClean, NoviClean 4 Submittals / Permit Review All Parties All' Parties 1% Period 5 Submittal / Permit Approval City of Santa Clarita N/A 0% 6 Manufacturing and Delivery of Heavy Duty Wash Equipment 7 Pre -Production Design Review InterClean / NoviClean, Greg Harvey / Kirk Ylinen 5% 8 Machining / Welding Parts InterClean Greg Harvey / Ma,rianne, 10% Allen 9 Mechanical Assembly InterClean Greg Harvey / Marianne 15% Allen 10 Machine Startup InterClean Greg Harvey / Marianne 5% Allen 11 Final Acceptance Testing at InterClean Greg Harvey / Marianne 110% Factory Allen 12 Disassembly / Packing InterClean Greg Harvey / Marianne 2% Allen 13 Delivery InterClean / NoviClean Greg Harvey / Kirk Ylinen 1% 14 Receive Equipment Onsite Air & Lube Systems Roman Fursov / Ray King 1% 15 Installation and Start Up — Heavy Duty Vehicle Wash 16 Demo Existing Bus Wash Air & Lube Systems Ray King, Jose Carabez 5% 17 Install Wash Bay Equipment Air & Lube Systems Ray King, Jose Carabez 30% 18 Testing and Commissioning NoviClean Air & Lube Kirk Ylinen, Roman 5% Fursov, Ray King 19 Operator Training NoviClean Air & Lube Kirk Ylinen, Roman Fursov 2% 20 Final Acceptance Test and Additional Training 21 Final Testing with City of Santa NoviClean /Air & Lube Kirk Ylinen, Roman Fursov 2% Clarita Page 40 of 46, 4. Describe the work program. Explain the proposed technical approach that addresses the specific Tasks identified in this RFP. Provide a description of the relationships between these activities. Please see Table 5: Proiect Plan Including Allocation, of Professional Labor Hours by Task above as well as Section "E — Schedule", and Table 6: Baseline Schedule for City of Santa Clarita Bus Wash Pro*ect which covers the specific tasks to be completed. Note the tasks described are sequential with little opportunity to overlap or parallel track tasks as most items are dependent on the completion of the previous task. Page 41 of 45 1. Provide a proposed project Baseline Schedule from preparation to completion. Describe the time schedule for each proposed task and s,ubtask described. The schedule should include milestones and completion dates for all associated activities as required for the Issuance of building permits, and construction and final acceptance of project. Pleais,e see Table 6 provided on the next page. Note that the Baseline Schedule presented covers a period of 29 weeks, or 203 calendar days, from when the Notice to Proceed is provided. This timeframe is in excess of the hundred twenty (120) calendar day schedule in the RFP which includes completion of contractual paperwork, plan/shop drawings, plan/submittal review, the lead time for materials/equipment, onsite work, testing and training. Our team feels it is highly unrealistic and irresponsible for any manufacturer and contractor to commit to the 120 day schedule. There are simply too, many variables out of contractor / manufacturer control with specific concerns around the time to finalize the design of the system with the City of Santa Clarita and the time required for plan review by the building department. A suggestion would be for the 120 calendar day timefra,me to apply to the period once the plans have been approved to project completion. The work required once the plans have been approved are within contractor / manufacturer control and the 120, calendar day timeframe allows for a very tight, but achievable project schedule. In, our recently completed bins wash project with the City of Tucson (Suni'Tran), we, employed a 120 calendar day Time to Completion schedule that started once plans were approved. This schedule was met despite the logistical challenges posed by the Covid-19 pandemic and social distancing requirements. 01-1109M Table 6: Baseline Schedule for City of Santa Clairita Bus Wash Project Page 43 of 46 1. List any subconsultants proposed for this project. Include qualifications, experience, and specific responsibilities related to the scope of work. List their name, address, telephone number, type of work to be performed by each sub'consultant. InterClean Equipment LLC (Equipment Manufacturer) and NoviClean (Distributor for InterClean in western United States) are two sub -consultants that will be significantly involved in this project. Specific responsibilities and contact information can be found in the table below: Table 7 — Qualifications. I Experience and Specific Responsibilities for Sub -Consultants Experience, Years of Primary Areas of Responsibility Type of Work to Be Name Title Experience Other Comments Performed InterClean Equipment LLC (709 James L Hart Pkwy, Ypsilanti, Mil 48197) Greg Harvey VP and General 11 Over 11 years sales, engineering, and , Design support Manager product development experience , Oversee with large auto, aerospace, and heavy manufacturing and truck companies quality control Marianne Project 9 9 years with InterClean in project Project management Allen Management management roles for manufacturing of Proficient with MS Project and other the, bus wash system PM best practices Simon Luo Mechanical 14 14 years with InterClean Design support Engineering Responsible for several new product System customization Manager designs at InterClean (if required) Bryan Electrical 17 17 years experience with Electrical Design support Hickson Controls and Controls design PLC control logiic Engineering Expert in Allen Bradley PLC logic and support and Manager other Programmable Logic Controller customization (if brands required) NoviClean, LLC (65 Via Athena, Aliso Viejo, CA 92656') Kirk Yfinen Territory 16 5 years in system design, sales, Design support Director project mgmt., and post -sales support Project management Post -sales support Chris Sales and 5 14 Years in Sales, Service, and Project Design support Dockins Service Coordination with InterClean Project management Representative Post -sales support Page 44 of 46 G - FORMS AND CERTIFICATIONS SUBMITTAL REQUIREMENTS 1. Offeror shall submit all applicable documents found in Section C, Bid Forms, and include all forms provided (including all the federal forms) or information requested or required by the scope of work or specifications., Ail applicable documents found in Section C, the Bid Forms, and all the federal forms are inclluded in the subsequent pages. Page 45 Of 46 TMF 19-20-F1023B Page 135 0 a 1 0- - a i UOMU .101 RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California Sealed proposals must be received before 11:00 AM on June 11, 2020, by Purchasing of the City of Santa Clarita, 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355-2196. Purchasing Contact: Melody Bartlette (661) 255-4918 i,r,7bartie'LIC-L-rsanta-.clarilta.coii, i. Solicitation documents for this proposal maybe downloaded from the City's Purchasing BidNet website at wyvw. bid net&-ect. coT riwiwyofsantaciarita. Please refer to the solicitation documents for complete details and proposal requirements, 2. Proposer shall honor proposal prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. I Proposals must include this Notice of Request for Proposal form signed by the contractor's authorized representative. This signature acknowledges the proposer has read aind understands the requirements contained in the Request for Proposals documents. 4. The last day for questions wiill be May 29, 2020, 11:00 AM. Questions should be submitted electronically via BidNet: www,bidnetcdiirect., o 5. The proposer is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 6, The specifications in this notice shaill be considered a part of any contract made pursuant thereto. i have, read, understood, and agree to the terms and conditions on all pages of this proposal. The undersigned agrees to furnish the commodity or service stipulated on this proposal as stated above, Company: fur & Lute SystemsLnC. Address: 906 VV. 1 Oth Street, Azusa, CA 91702-1936 Name (Print). Kguel Mk,["ie Signatuire: Rorena Company Phone No.: (32) 727-7576 Title of Person Signing Proposal-, Owneir and Secretary TMF 19-20-F1023B Page 136 PRE-QUALIFICATICIN QUESTIONNAIRE RFP #TMF-19-20-FI023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California The Proposer will be automatically disqualified and the proposal will not be considered if the answer to any of Questions I thru 5 is "Yes." 1. Has the Proposer or any of its owners, officers, or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? F.-I Yes [Z No 2. Has the Proposer or any of its owners, officers, or partners ever been convicted of a crime involving any federal, state, or local law related to design or construction, fraud, theft, or any act of dishonesty? F-I Yes nX No 3. Has any contractor license held by the Proposer or its associates, the General Contractor member(s), or any of their proposed Subcontractors or their associates, been revoked or suspended with the last five (5) years? r-I Yes nX No 4. Hais a: surety firm, completed a contract or paid for completion of a contract on behalf of any member of the design team entity for termination by the project owner within the las five (5) years? n Yes nX No 5. Has the Proposer or any of its associates, the General Contractor m:ember(s), or any proposed Subcontractor been declared ineligible to bid on, a public works contract, to be awarded a public works contract, or to perform as a subcontractor on a public works contract, pursuant to either Laibor Code Section 1777.1 or Labor Code Section 1777.7 within the last five (5) years? [:]Yes [Z No The Proposer will be automatically disqualified and your proposal will not be considered if the answer to any of Questions 6 through 12 is "No." 6. Has the Proposer completed the design & construction of at least three (3) bus wash equipment of similar size and scope to the proposed project in, the last five (5,) years and was at least one (1) located in California? nX Yes No 7. Does the manufacturer have a minimum of five (5) years of experience manufacturing and installing the equipment? FX� Yes [:] No 8. Have each of the primary Subconsultant Team Members completed the design of at least one (1) vehicle wash equipment for a public agency in the last five (5) years? FXJ Yes F No 9. Does the Proposer and their associates, and each proposed Subconsultant possess a valid and current California professional license covering the discipline for their Project roles? MX Yes [-] No PROPOSAL 0 TIMF-19-2041023B 10. Does the Proposer, each primary Subconsultant member, the General Contractor member(s), or any proposed Subcontractor have professional liability insurance with a minimum policy limit as set forth in Section F herein? 11. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor seeking qualification, know and understand their obligations regarding the employment of apprentices on publicworks under Labor Code Sections 1776, 1777,5, 1777.6, and do they intend to comply with these requirements, including the requirement, if applicable, to imake contributions to funds established for administration of apprenticeship programs if Design -Build Entity employs registered apprentices orjourneypersons in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions? 12. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor have current California workers' compensation insurance policies as required by the Labor Code or are legally self -insured pursuant to Labor Code section 3700, et seq. or intend to obtain such insurance prior to commencing work? FRI Yes [:] No Questionnaire completed /�y: WgUel Wheltorna eDate: 6/10/2020 Signature: PROPOSAL # TMF-19-20-FI023B RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in, alit previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. Mam Bidder certifies that affirmative action has been, taken to seek out and consider minority business, enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder, Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Air & Lube Systeirns, �r. Business Address: 8353 Demetre Ave., Sacrarr-ilento, CA 95828-0920 Telephone No.: (916) 6'42-7201 State CONTRACTOR's License No. & Class. 28771, B,.C-'l 0, C-61/ID,21, HAS" DIPR No.: 1000008993 E�� 02/09/15 Expiration Date: 6/30/2022 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/'or corporate officers having a principal interest in this proposal: Kgw-,Mi Micheltorena I Owner and Secretary 1 111.0 8th Street, Apt. 513, Sacramento, CA 95814 1(415) 971-3190 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal I was an owner, corporate officer, partner or joint venture areas follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of aill aforementioned principals this 1 Oth day of JuneM20, BIDDER: Signature Miguel K&IEdtor&ia, Owner anid Secretary Name and Title of Signatory Nr & Lube Systems, h w. Legal Name of Bidder 906'VV. 10th Street, A2USa,, CA 91702-1936 (323) 727-7576 94- i 3284282 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED "'Subscribed and sworn to this --------------- d�f 20 TMF 19-20-F1023B Page i 43 CALIFORNIA JURAT . .................. . ... ...... ....... . --- ---- -- A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, ...... . . ..... ............... ---- -------- . .... State of California Countyof Los Angeles MALINC14AN Notary Public - California Los Angeles county 196"66 Commission 66 My Comm, Expires, Jun 1, i021 Mum= this 0 day of 311 A& 20 � by Dote Month Year (and (2) Nome(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s.), who appeared before me, Signature -- Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Tftle or Type of Document: VMfPr"hr0 aAd CP-141P- g�k Document Date: Signer(s) Other Than Named Above: 'r 2018 National Notary Association Number of Pages: RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash, and Air, Blower Systems Project City Project No. F1023B City of Santa Clarita, California 1. Submitted by: it & Lube Syste.rns, gym, Telephone: (916) 642 ,72011 Principal Office Address: 8353 Dernetre Ave., Sacramento, CA 95828-0920 2. Type of Firm: U C Corporation 4 S Corporation LJ Individual/Sole Proprietor or Single —Member LLC U Partnership Ll Limited Liability Company "C" C-Corp F1 Limited Liability Company "S" S-Corp J Limited Liability Company "P" Partnership J Other 3a. If a corporation, answer these questions: Date of Incorporation: 10/09/1997 State of Incorporation. Cafifornia President's Name: — Dennis Thornsen - Vice -President's Name: N/A Secretary or Clerk's Name: Mguid Michekorena Treasurer's Name: Migud Mcheltorena 3b. If a partnership, answer these questions: Date of organization: State, Organized in: Name of aill partners holding more than a 101% interest: Designate which are General or Managing Partners. TMF 19-20-F1023B Page 144 EI 61 RFP #TMF-19-20-FI023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California Name of person holding CONTRACTOR'S license: Air, & LUbe Systems, h-ic. License number: 287715 Class: HQExpiration Date: 12/3'1/202'1 DIR. Registration# '1000008993 CONTRACTOR's Representative: Miguel Mcheltorena Title: Owner and Secretary Alternate: Dennis Thornsen Title: 6. List the major construction projects your organization has in progress as of this date: El GoHen Empire Transft Project Location: Bakersfi0d, CA Type of Project: New Bus Wash, New Water Recirn Systern, New Metal Bukling B, Owner: lr6go Automotive Groulp Jaguar 9,.and Rover of Riverside Project Location: _ Riverside, CA Type of Project: New Service FacHity - Instalhion of Vehill e LiLts, Exhaust System, Compressed Air Systern, Lubricafion Systern, Etc. C. Owner: Jim Burke Ford Project Location:_ Bakersfield, CA Type of Project: New Buell d Prreect Mcluding VehUe Ufts, Mpressed Air Systems, L.Libricatiori System, and Exhaust System TMF 19-20-F1023B Page 145 s1malmm LILOJ 2 g M g nzagmcx �,� IRFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Claritai, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform, their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it wiill not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms a,nd other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities, provided for employees whiich are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, becaiuse of habit, local custom, or otherwise. The BIDDER agrees, that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which afire not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. A�r & Lube Systems, lnc. wr Required by the May 19, 1967 order on, Elimination of Segregated Facilities, by the Secretary of Labor — 32 FR. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). TMF 19-20-F1023B Page 146 RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Cl,arita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of K of I percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor us participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add additional sheets if needed. Subcontractor DIR Registration No. Dollar value of Work NA NA NA Age offirm: DBE: Yes No Annual Gross Receipts: NA Certifying Agency: NA NA Location and Place of Business NA Bid Schedule Item No's: Description of Work NA NA License No. Exp. Date: Phone �NA NA NA Subcontractor DIR Registration No. Dollar Value of Work NA NA NA Age of firm: DBE: Yes No Annual Gross Receipts: NA Certifying Agency: NA �NA Location and Place of Busuness NA BVd Schedule Item No's: Description of Work NA NA License No, Exp. Date:Phone LNA 2 �- NA NA Subcontractor DIR Registration No. Dollar Value of Work NA NA Age of firm: DBE: Yes No Annual Gross Receipts: NA Certifying Agency: NA N Location and Place of Business NA Bid Schedule -Item No's: Description of Work NA NA License No. Exp. Date: Phoneo NA NA NA NO�TE: A BIDDER or subcontractor shall not be qualified to bird on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract: Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725,5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. M�� REFERENCES RFP #TMF-19-20-FlO23B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California The following are the names, addresses, aind telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: Mor-Aerey-Salinas Transit Name and Address of Owner / Agency Carl Wulf; (831) 264-9437' Name and Telephone Number of Person Familiar with Project $3,047,,756 Contract Amount Bus Wash, VeNde Lifts, Other Equipment 2018 2. City and County of San Francisco Name and Address of Owner / Agency Dori Jones, (4,15) 550 4600 Type of Work Name and Telephone Number of Person Familiar with Project $7,1,.--)8 7,602 Contract Amount 17117-NWIT, Me MT-M Vehic;le Uts, iubrication systern, wash equip. 2018 1 GoNen Ernpire Tr. ainslut Type of Work Date Completed Name and Address of Owner/ Agency Ross Keith,- 661-324-9874 ext 329 Name and! Telephone Number of Person Familiar with Project $1,092,000 Bus Wash and Walter Redairn Systerns Jul020 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder i1ntend5 to procure insurance bonds: Imirancender Insurance SolutIons, IRola,nd GuHleri, (916) 380-5305; rguiHen@wgbender.C.0M Surety Bonds: Matranga Bonds and Insurance Services, Stan Matranga, (916) 474-4227, sta ng Fn-75-�-service,, corn TM 19-20-F1 023B Page 148 RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F10238 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of all certified eck, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less an ten (10) percent of the total amount bid. Certified! check, cashier's check or Bidder's bid bond mu be received at City Hall!, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, d marked with the words "BID BOND FOR" and the bid #, no later than the bid opening date an time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bi Accompanying this Proposal is a *cerfified/cashier's check payabl o the order of the City of Santa Clarita for: doll ($-), this amount being not less than ten percent (10%) of the total amount of the bid. T proceeds of this check shall become the property of said CITY provided thiis Proposal shall be acre ed by said CITY through action of its legally constituted contracting authorities, and the undersigne hall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, e check shall be returned to the undersigned. Project Name: Transit Maintenance Facility Bus W and Air Blower Systems Project Bid No. ENG 19-204102313 Project No. F1023B NOTE: f the bidder desires to use a bond instead of a, check, the following form shall be executed. The sum this bond shall be not less than ten percent (10%) of the total amount of the bid. M�� Bond No. 975AL143 PROPOSAL GUARANTEE BID BOND RFP #TMF-19-20-F10238 Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F10238 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Air& Lube Systems, Inc. as BIDDER, and Fidelity and Deposit Company of Maryland as SURETY, are held and firmly bound unto the Ten Percent of the City of Santa Clarita, as CITY, in the penal SUM Of Total Bid Amount ' dollars ($ 10% j, which is, ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmily by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY, IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and selais, this 8th — Daly of June 20 20 Signature (Ncbveill (V)JCH6_L1T0!?bC0A,l 0 W Ill ea AVV0 3eCXa-"4—WW Name and Title of Signatory 8353 Demetre Avenue, Sacramento, CA 95828 Address SURETY* -Fidelity and Deposit Company of Ma land Stanley J. Matrancla, Attorney -In -Fact Subscribed and sworn to this —8-th —day of June 20 2_0, • (SEAL) *provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. TMF 19-20-F 1 023B Page 150 Bidder: Air & Lube Systems Inc. 8353 Demetre Ave Sacramento, CA 95828 Miguel Micheltorena, Secretary Email: mmicheltorenanq .,airandlube.com Phone: (916) 642-7201 Surety: Fidelity and Deposit Company of Maryland 525 Market Street, Suite 2900 San Francisco, CA 94105 Dave Gillis, UnderWiter Email: dave.j,), 5.( grichna,corn Phone- (916) 952-0800 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Placer Subscribed and sworn to (or affirmed) before me on this 8th day of J'�une —, 20 20 , by Stanlev J. Ma:tranqa proved to me on the basis of satisfactory evidence to be the person(e) who appeared before me. (Seal) Signature �1117- ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation ofthe State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the '"Companies"`), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the rcvct-sc side hereof and are hereby certified to be in fall force and effect on the date hereof, do hereby nominate, CL)ns1i(LltQ, and appoint Stanley J. MATRANGA and Eric V. MATRANGA, both of Granite Bay, California, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and oil its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and aniply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of tile ZIJRIC.'.H AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIML AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 13th day of August, A.D. 2019. at SAL 4y: Robert D. Murray Vice Presiden I 61e � 5 By Dawn F, Brown Seerelart, State of Maryland County of Baltimore ATTEST: ZURICH AMERICAN INS(IRANCE COMPANY COLONIAL AMERICAN CASUALTY AND SLtRETY COMPANY FIDEt,rrY AND DEPOSIT COMPANY OF MARYLAND Oil this 13th day of August, A.D. 2019, before the subscriber, a Notary Public of the Stake of Maryland, duly cwnrnissioued and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to nic personally known to be the individuals and officers desedbed in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the said Corporate Seals and tile signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. 1N'fESTlMONY WHERE'01', I have hereunto set my hand and affixed my Official Seal the day and year first above written, Constance A. Dunn, Notary Public My CtflurekSi011 t"Aph-CS: July 9, 2023 Company Profile Company Search Company Search Results Company Information OW Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDFs Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1299 ZURICH WAY SCHAUMBURG, IL 60196 800-382-2150 Old Company Names Effective Date Agent For Service Melissa DeKoven 2710 Gateway Oaks Drive, Suite 150N Sacramento CA 95833-3SOS Reference Information NAIC # J[�!306 . . . . ................. . California ompany ID #: 2 79-4 Date Authorized in California: 01/01/1982 ILicense Status N Vv _— . ... ............... .. . ........ UNLIMITED -NORMAL Company Type: Property & Casualty State of Domicile: ................. . ..... ILLINOIS . . . . . . . ......... . .. ............ . ... . ..... .... ME= NAIC Group, List NAIC Group #: 0212 ZURICH INS GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top <0 2008 California Department of Insurance EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION (Must be filled out by the Bidder and ALL subcontractors over $10,000) RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Waish and Air Blower Systems Project City Project No. F1023B City of Santa Claritai, California, This bidder Air & LUbe Systems, Inc., hereby certifies that it has 1 has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not _, filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements, Company: Air & Lube. Systems, - Iin(- Miguel Wcholtorena on behalf By: of Ar & IL ube Systems,, k)c. Title: Owner and Secretary Date: 6/10/2020 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted! by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in, a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Cl,arita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 Ulnited States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspiired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, orga,nizaition, bid depository, or to any member or agent thereof to effectuate a collusive or sham bidl. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION"' SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL, BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO, CRIMINAL PROSECUTION. TMF 19-20-F1023B Page 152 RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F10238 City of Santa Clarita, California �-Mimpi.,Ym ..... ..... STATE OF CALIFORNIA COUNTY OF LOS ANGELES KgUel Kcheltorena being first duly sworn deposes and says that he/she is the Owner cretary (sole owner, a partner, president, etc.) of ,Air 9—LugLbg S ysternoc, lnc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his generali business. KgUel Micheftorena on behaff Bidder: ZW4 of it & Lube SyMen m, Inc, Signature Title Owner and Secretary S-uffs-c-r,6-ed-a n-d-s-w-o-r-n-t-o--a-n&'Ugo-re-wmthis��-- 4a"f _, 20—. Seal of Notary TMF 19-20-F1023B Page 153 CALIFORNIA, JURAT . ............. . ....... . ..... -.— A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ........... . . .. . ...... . . ...... - . .................. State of Cafifornia County of Los Angeles g ,,,MALIN C14AN N y Pu�� "�4 I" _ C�Jfor�'a otary Public - California Los Angeles county 3 Commission # 2,196566 6 " My Cc)rnm. ExpilOs Jura �� �20/1 Place Notary Seal andlor Stomp Above Subscribed and sworn to (or affirmed) before me on this tV ...... ......... day of �\k" 20 aQ by Date Month Year Em Nome(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(46) who appeared before me. f Signature A!—k'-m- Signature of Notary Public Completing this informortion can deter alteration of the document or fraudulent reottochment of this form to on unintended document. Description of Attached Document Title or Type, of Document'. I\j M - (A t I 'A Document Date: Signer(s) Other Than Named Above: )2018 Natic)nal Notary Association IMEEMBEEM DBE PARTICIPATION COMMITMENT FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A CONDITION OF DBE RESPONSIVENESS NOTE: Refer to instructions on the reverse side of this form. Bidder to Complete this Section 1. IFB No.-. TMF­1 9­,20-F1 �0,23B ...... .... . ___ ____ . ..... ------ 2. Project Name/DeseriptioName/Description:"rrant Nftntenance Facility Bus Wash and Atir Bloweir Systemroj s Pect 3. Prime Bidder Name: Air & LUbe SystelTIS, h1C. 6% 4. Contract DBEGoal %� 5. Bidder'sTolal Bid Price VSI/2,391 capa &v) Required DBE Commitment Information 6, DBE Firm 7. D13E B. Description of Scope of 9.Bid Item (#) 10. Dollar Value 11. Dollar Value (Name and Address) Certification Services/Work ($) of ($) Participation of Eligible DBE Number Participation/ Commitment Ak, & Lube Systems, kic, 466 70 Pro ject mainagemEff-IT— All bid $542,391. , 0(,) � 00%, or projeo 8353 Dametre Ave. dernoRion of bues wash, Vterns (base bid aax")unt) wflN be corr&ted b� DBE Sacirarnento, CA 95828 aiFi7d_TnstaHatlon of new bus washi Note: As a condition of responsiveness, the bidder is required to submit with the Bid a 12.'I'otal Dollar Value (S) of Eligible DBE 1,etter of Intent and Affirmation signed and dated from each DBE listed in Column Participation S 1.5-423.IJ-00 acknowledging that the DBE is participating in the contract for the specified dollar value base, Nd arnouni) (S) and scope of work. The dollar amount in the I,etter of Intent and Affirmation and the 12. Eligible DBE Participation Represented as a amount shown on this form NIUSTmatch identically. Percentage (%) of Bidder's Total Bid Price 100 % Bidder Assurance: The bidder certifies that information on this Corm is complete and accurate, that it has verified the listed DBE(s) certification stattis and is only crediting eligible DBE participation towards meeting the contract DBE goal, Miguel Mic[ieRorer1 Irtt r and Secrir,-�tary 14. Preparer's Name (Print) 15. Preparer's Signature 16. Preparer'sTitie 6/10/210201 ­____ J916) 642­7201 17. Date 18.1'elephone No. 19. Email Address TMF 19-20-FI023B Page 154 LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR /SUPPLIER /BROKER ITRUCKER RFP #TMF-19-20-FlO23B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F10238 City of Santa Clarita, California I FB TITLE: Name of Prime bidder's firm: Air& Lube Systenis, Inc 8353 Dernetre Ave. Sacramento CA 9582'8 City: state: Zip: I kl-o�ite of DBE firm: Air & Lube Systems, InR Address: 8353 Dry imetre Ave., I ento Zip: 9�5828 S,�icrarn C A City � State: Telephone: 1(916) 642-7201 Description of work to be performed by DBE firm: Air & Lube Systems, I nc. wM sdf­gerJbrm 100% of fie , rdect, Work indudes Lx2ject rnanagernent, wa,shsystern des; gn, p�an's,develo2rnent, submittds, deinolition of exisbng worm ash, hstallation of new wast'i, and aH assiodated plurnUng. The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value, of this work $ $542,3191 .010 (base Nd arnount) The percentage value of this work (in comparison to the total contract value) % 100 Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated ve MiguW Micheftorena, on behaff By cif Air & Lube Sy sterns, tnc. Title Owner airid Secretary if the bidder does not receive award of the prime contract, any and all representations in this letter of intent and Affirmation shall be null and void. lffllnslnw,61�11 ** RFP #TM,F-19-20-FlO23B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No, F1023B City of Santa, Clarita, California A RFP No: RFP Opening Date z The City of Santa Clarita (City) established a Disadvantaged Business Enterpris DBE) goal of % f for this contract. The information provided herein shows that a good f /*effort was made by (Proposer). J� Proposers shall submit the following information to document adequa good faith efforts to the City no later than, 48 hours after the City's proposal due date/time, o as otherwise specified in the document a deq u a date/time, m e ' 0 a s solicitation. Proposer should submit the following information eve if the "DBE Participation Commitment Form" indicates that the proposer has met the /DBoal. This will protect the �proposer's eligibility for award of the contract if City dete rmi that the proposer failed to meet the goal for various reasons, e.g., a DBE firm was not certified a FP opening, or the proposer made a mathematical error. Submittal of only the form may not provide sufficientcumentation to demonstrate that adequate good faith efforts were made. The following good faith efforts items (A th ug ) shall be minimally performed prior to proposal submission. Proposer to complete the foll�ow/iitems in sufficient detail to, effectively demonstrate that good faith efforts were undertaken to et t he established DBE goal: A. Items of Work the Proposer Ma df Available to DBE Firms; a description of work items and approximate dollar amounts ma available to DBE firms by the proposer, value of work items as a percentage of total contract wo , breakdown of bid items or larger scopes of contract work (including those items normally perfor d by the proposer with its own work forces) into economically feasible uinits to facilitate DBE par ' ipation sufficient to meet the DBE contract goal. It is the Iproposer's responsibility to demons to that sufficient work was made available to facilitate DBE participation, as follows (Provide doc amounts ma sufficiently evidence the efforts detailed below): Unbundled from Description Work Item: Proposer Normally Larger Scope (Y/N) Amount Percentage Performs (Y/N) If Yes, List Scope of Contract and/or Bid Item TMF 19-20-F1023B Page 157 B. Solicitation Effort Documentation; the names a,nid d es of notices sent to certified DBEs soliciting bids for this project and the dates and methods used following up initial solicitations to determine with certainty whether the DBEs were interested (a ach all copies of solicitation, telephone records, fax m i the e n t n methods 0 e m d s te e u d used 'a a n d d a d c fo h confirmations, email communications, etc.) a amount of DBEs to respond. Proposers are reminded L to solicit certified DBEs in the City's mark area through all reasonable and available means (e.g, g i t, attendance at pre -bid meetings, adverbs` and written notices,) Proposer to provide documentation to demonstrate DBE firms were proin formation nformation about the contract (location of project, contract I number, bid date, items of work ma available and contact information) in, the invitation to Bid from the proposer and evidence the afo mentioned items, as follows: DBE Firm ntact Name/Title /ntact Name/1 Method of Solicitation Date of Initial Solicictation Date of Folilo Up solicitation Response/ Interested in Bidding ff,"A (Note Solicitations should occur at a minimum no later he [�ys bid due date and follow up to the solicitation:s should allow DBE firms reas( firms solicited must be advised if the original bid due date has been extVded. D. Publication Efforts Made to Advertise the Proje each publication inwhich a request for DBE par (attachcopies ofadvertisements mrproof ofru minimum 14 calendar days before the City' re -advertise mevvbid due date. �� names and dates of Ition for this project was placed by the proposer tioms).Pubiicatiomsshouldbep|accdata, due date. Ifbid due date bextended, proposer istm Publications Type of Publica n 'I ica (Trade/Gen al�/ � /nasl Minority/ cus) Dates of Advertisement Duration of Advertisement Readvertisement (Bid -Due Date Extension) E. Agencies, Organizations, or Groups,Contacted' i to Provide Assistance in Contracting, RecruitiA, and Using DBEs; the names of agencies, organizations or groups contacted to provide ass' ance in spo s contacting, recruiting and using DBE firms (Attach copies of requests to agencies, re /nreceived and efforts made by the proposer in response),. E. Efforts to Provide Information About the Plans ' Specifica ons, and Contract Requirements; efforts made to assist interested DBEs in obtaining necessary teriaIs, or related assistance or services, bidder to provide evidence of effort. G. Assistance with Lines of Creclit, Insurance, and/or other Services; efforts made to assist interested DBEs in obtaininVgbo ding, Mines of credit or insurance, and any technical assistance or information �arelated! to the pla , specifications and requirements for the work which was provided to DBEs, proposer to prov' e a list of any assistance provided to DBEs: Mr� H. Additional Data to Support 3 Demonstration of Good Faith Efforts; in cleterminin hether a proposer made adequate good faith efforts, the City will take into account the performs rce of other proposers in meeting the DBE contract goal. Attach any additional information to suppdemonstration of good faith in this section: NOTE: 'USE ADDITIONAL SHEETS AS NECESSARY 30 DEMONSTRATE RESPONSIVENESS. TMF 19-20-F1023B Page 161 EE CL ram, d CL cli rdn ply „3 LLJ ct cl cz F. c3 I A 0 ci CL 14 73 cl tlS -Cc cz E ri 7_3 CZ U, 2 ILI V Oq m M 45 eA 1A A El E] :1 Eg p E cGuy 0 Xj Q) LO W co CD 04 co CD 0 CN E3 m LIJ CZ 0 aj CIIN C: > < <r 0 ci c 0 eccE ILI Z.3 E z 7� E 001 0 V) Z2 0) oo U) cr) --- L CE El IE1 7 17 1 0 10 E] El 7= Lc LO 1-2 z LC CC �WJ go cw CC cc ct cz z M E I. . ........... 7- RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California Instructions for Certification. By signing and submitting this bid or proposal, the prospective lower tier participant is proviidiing the signed certification set out below. 1. It will comply and facilitate compliance with U.S. DOT regulations, "Noinprocurement Suspension and Debarment," 2 CFI part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, 2. To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: a. Are eligible to participate in covered transactions of ainy Federal department or agency and are not presently: L Debarred 1 Suspended 3. Proposed for debarment 4. Declared ineligible S. Voluntarily excluded 6. Disqualified b. Its management has not within a thiree-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: 1. Commission of fraud or a criminal offense in connection, with obtaining, attempting to obtain, or performing a public (Federal, State, or local') transaction, or contract under a public transaction, 2. Violation of any Federal or State antitrust statute, or 3. Proposed for debarment commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property c. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, TMF 19-20-F1023B Page U 64 f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: 1. Equals or exceeds $25,000, 2. Is for audit services, or 3. Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: 1. Comply and facilitate compliance with the Federal requirements of 2 CFR pairts 180 and 1200, and 2. Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: A. Debarred from participation in its federally funded Project R. Suspended from participation in its federally funded Project C. Proposed for debarment from participation in its federally funded project D. Declared ineligible to participate in its federally funded project E. Voluntarily excluded from participation in its federally funded project F. Disqualified from participation in its federally funded! project 3. It will provide a written explanation as indicated on a page attached in FTA's TrAMS-Web or the Signature Page if it or any of its principals, including any of its first tier Slubrecipients or its Third - Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group, Certification Contractor Air & Lute Systems, lnc, Signature o, Authorized Official Date 2020 Name and Title of Contractor's Authorized Official Miigue�l Wcheftorena, Owner and Secretary TMF 19-20-FI023B Page 165 $11 0 a - UJIL RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California I, Miguel Micheltorena, Owner and Secretary hereby certify (Name and title of official) on behalf of Air, & Lube ysterns, Inc. that: (Name of Proposer/Company Name) No federal a!pprolpriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an: employee of a Member of Congress in, connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. * If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. * The undersigned shall require that the language of this certification be included in the, award docurnents for all sub -awards at alll tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify aind disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. $ 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than, $10,000 and: not more than $100,000 for each, such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C, Section 3801, et seq., are applicable thereto. Name of Proposer/Company Name Air, & Lube Systems, Inc. Type or print name Wgud Micheltorena Signature of Authorized representative Date __�J_DO 2020 Signature of notary and SEAL ?k1A:&e TMF 19-20-F1623B Page 166 CALIFORNIA JURAT .......... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. . . . . . . . ... . ............. State of California County of ... Los Angeles Mwd6A%A%Ahv MAI-IN C11AN Notary Pubk - Califcarrrsa Lo%AngeiesCounty Commjssfori ff 21 965566 My Comm. Expires Stan 1, 2021J AW=PqW"W—W"W-0WAW 'W Place Notary Seal and/or Stomp Above Subscribed and sworn to (or affirmed) before me on this iA—day of 20--4D , by Dote Month Year (and (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to, be the person(re) who appeared before me, Signature Signature of Notary P66lic ^n1r1r%K1 A I Completing this information can deter, olterotion of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: —cwt6coufftm q,-d' &n Lolb4m Document Date: Signer(s) Other Than Named Above: Z2018 National Notary Association Number of Pages: BUY AMERICA CERTIFICATION (STEEL ORMANUFACTURED PRODUCTS) RFP #TMF-19-20-F1023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project Nn.F10238 City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.5) a. Except as provided in49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated byFTA for agrantee project unless all iron, steel, and manufactured products used inthe project are produced in the United States.b. All steel and iron manufacturing processes must take place is the United States, except metallurgical processes involving refinement ofsteel additives. c. The steel and iron requirements apply to, all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail |in^o' and bridges. These items include, but are not limited to, structural otee< or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. d. Fmrannanufact*redproducctobmconsideredproducediotheUmitedStates: l. All of the manufacturing processes for the product must take place in the United States; and 2, All of the components of the product must be of U.S. origin. A component is considered of U.S. origin |f|tismanufactured inthe United States, regardless ofthe origin ofits subcomponents. ifsteel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shaH be completed and submitted by each proposer or offeror in accordance with the requirement contained in49 [FR661l](b). Certificate of Compliance with Buy America Requirements The proposer or offeror hereby certifies that it will comply with the requirements of49 0.SI. 5323(j)(1)^ and the applicable regulations in49[FRpart 661. Company Name Wguel Michetorena Title Owner and Secreta Certificate of Non -Compliance, with Buy America Steel or Manufactured Products Reguirements e proposer or offeror hereby oerhfesthat itcannot comply with the requirements of49 U.S.C. 5323(j)'but itmay qualify for mo exception to the requirement pursuant to49 U.S.C. 5323U>(2)' as amended, and the applicable regulations in4g Company Nome Title Signature Date rMF 19-20r1023a a I BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. I and accept the aforementioned. K(juel Kchehorena, Owner;ard 13ece--rwy, on behalf of Xr & , 1&101,�Rl�— Lube Sys�ems, �nc, Contractor's representative A�ir & Lube Systems, Inc. Company Nanie 6/10/2020 Date THIS PAGE OF THE DOCUMENT IS TO BE SUBMITTED WITH THE BID RESPONSE. PROPOSAL 4 TMF-19-20-FI023B DocuSign Envelope ID: C6065565-A389-4706-ADA8-BB00O2B485FO I Ds �At Approved by: Docu%gnod by: LI, Lam" Date. 6/5/2020 WtsiiVVY City Engineer rMtoxal 3115-1103 a $9111110 1 BIDDER'S CERTIFICATE I acknowledge receipt of this AddendUrn No. 2 and accept the aforementioned. Mguel Micheltorena, C)wner and Secreary, on b6haff of Air & ILu be Systerns, hic, 6/10/2020 alcoLie—presentative Date Alr & Lube Systems, �nc. Company Name THIS PAGE OF THE DOCUMENT IS TO BE SUBMITTED WITH THE BID RESPONSE. PROPOSAL 4 TMF-19-20-F102313 ADDENDUM NO. 3 For PROPOSAL ft TMF-19-20-FI023B Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No., F1023B June 8, 2020 This addendum must be acknowledged via BidNet and should be included with the bid response. I. MODIFICATION TO BID PROPOSAL: Notice Inviting Proposals — License(s) Required: 0 Replace Required I..,icense to Class A or B Proposal Clauses — Item 2. Disqualification of Bidders: # Replace license requirement to Contractor's License A or B Section H —''Wage Determinations 0 Updated ['ederal Wage Rates are irlClUded in this addendum and are to, replace current wage determinations in the Rt"I" documents H. DUE DATE: Time Change 0 Sealed proposals must be received before 4:�00 PM on June 11, 2020, by Purchasing of the City of Santa Clarita at 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355-2 196. BIDDER'S CERTIFICATE I acknowledge receipt of this addendum No. 3 and accept the aforementioned. Miquel Mcheilorena, Owner and Secretary, cm behWif of Air & LuLw Systerns, Inc. 6/10/2020 ........ . . Contractor's representative Date Air & LUbe Systerns, IInc. Company Name THIS PAGE OF'rHE DOCUMENT IS TO BE SUBMITTED WITH THE BID RESPONSE. PROPOSAL #TMF-19-20-FlO23B Page 46 of 46 \\� "109W vqd 19 CPT, Mov I Liz I aw 6RO'MAIWqQ-6� A I ;F, All LIUDM wdwi u �111011 �NdW:911610V-n I . . ..... ..... In 1. Ci .0- DRI, . ......... IP IJ(G6f7t11fV ID .. . ....... c, z o] I I �I I , � � 11 j m 't bmu 11"V 4 141P. N Old 9 V tt F.Wl,, 7 t A o, owd C M-6 A V61001> LA I 'S AI4 V^W 61Wb "VJ ii'D 11 vi", S I M, I 1A 10 il, �,i U i,. c.a c.a la li, y. in "I I.rY 7 L�f I KI I KI L. CfJ T kiL. C� It If LU "ilp"m — St. otr Lual -P um14AI'w Y,I GKIt"iiA; it; 'd hl� 1111i()� iJ rJ H {tfl ffl A NJ I E:t ry 610z" g I b-1,aw-b� A I WCt� A � �G 1141-M ;110-d U 11 RFP #TMF-19-20-FlO23B — Transit Maintenance Facility Bus Wash and Air Blower Systems Project Price Proposal ("ily 01, SA-��T'A ULARITA Attn: Purchasing 2,3920 Vailena Boulevard, Suite 120 MigUd NA�che[torena an(I Romian Furscw MR & LUBE SYS FEMS, INC, Page I of 7 2.a - PRICE PROPOSAL 1. The Offeror shall complete the Cost file (Price Sheet) with a "not -to -exceed" price and furnish any narrative required to explain or qualify the prices quoted. Please see the document titled COST FILE (PRICE SHEET) on the subsequent pages. Page 20f 7 !90ST, FILE JER!�gE �� RFP #TMF-19-20-FlO238 Transit Maintenance Facility Bus Wash and Air Blower Systems Project City Project No. F1023B City of Santa Clarita, California The following schedules consist of furnishing all work to be performed in accordance, with the specifications and Contract Documents. 1 Mobilization and Demobilization 2 Approved Final Plans - Design, Engineering, Permits, and As-builts 3 Cleaning, Scrubbing, and Demolition 4 Bus Wash and Air Blower System — Hardware and Materials $ 6,177,00 $ '14,930,.00 $ 11,913,00 $ 340,50TOO .1 Bus Wash System, aluminum frame and brush system including wrap around brushes, overhead oscillation scrubber, brush control panel and retract system. $106,360M Entry Light — LED $ 762.,00 Skid Plates $ 2,540.00 Guide Rail $ 33,819, 00 Double Detergent Arch $ 5,335. PLC $, 31,516.0 Programming $ 10,479.00 Rinse Arch $ 6,351 M Dual Auto Lube system $ I Rear Wash System Alert — LED $ 1,016.00 Wheel Wash $ 23,880.00 Speed Control — LED ---7SPot $ 9153.00, Free Rinse Arch with Check valves Rinse Aid Pump $ 3,404.00 TMF 19-20-F1O23B Page 139 Air Producers — Driver Side $ 26,523.00 Air Producers —Passenger Side Air Producer Frame $ 26,523,00 $ 7,621 JX) Control PaneIW/ Starters $ 25,404M Chemical Pump for Detergent Arch, and Brush Package $ 2,540.00 Chemical Tire Applicator $ 5,095,00 E-Stops $ 1,01UO 1500 Gallons Reclaim Water Tank w/ Floats $ 5,398,,00 HMI on the Control Panel $ —A- 6,351 00 Seismic Anchoring for 1500 Gallon Reclaim Water Tank $ 1,270-00 Drying Agent (Chemical) — 30 Gallons $ Tire/Wheel Cleaner (Chemical) — 30 Gallons $ 5 Bus Wash and Air Blower System — Delivery, Installation, and Warranty $ 168,864M Plumbing $ 24,,754,00 Electrical $ 30,376.00 Erection $ 24,,360.00 Freight/Delivery $ 9,240DO Warranty — Defective Parts & Labor (5) years $ 59,456,00 Semi -Annual: Maintenance (5) years $ 6,897,00 Bond Fee —for (1) year only $ 13,781 TOTAL BASE PRICE IN FIGURES: $ 542:1 TOTAL BASE BID IN WORDS: Five -hundred forty-two ffiousandthree-hundred riirlety-orle dollars TM 19-20-FlO23B Page 140 Orie-hu rid red sixty-nne thousand six-N.jndired fffly-one doBars, BIDDERS must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No BIDDER shall at any time after submission of a Proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. The above prices include all work appurtenant to the various items outlined in the specifications and all work or expense require for the satisfactory completion of said item. TMF 19-20+1023B Page 141 M Air & Lube Systems assures the City of Santa Clarita that the proposal is a firm offer for a 120- day period Sincerely, Miguel Micheltorena Owner and Secretary Air & Lube Systems, Inc, 8353 Demetre Ave, Sacramento, CA 95828 2. Please indicate any additional items and their cost that may have not been identified in the price sheet included, Air & Lube Systems, InterClean Equipment, and NoviClean have not identified any additional items that have not been identified in the price sheet. The cost file shall contain a statement to the effect that the proposal is a firm offer for a 120-day period. Please see the STATEMENT OF ASSURANCE REGARDING PROPOSAL on the previous page, 4. Proposer should: include a schedule of values with their submittal to substantiate price sheet. Please see the COST FILE (PRICE SHEET) on, a Previous page whNch includes the schedule of values. Page 7 of 7