HomeMy WebLinkAbout2020-07-14 - AGENDA REPORTS - VISTA CANYON MULTI-MODAL TRANSIT CENTER, PROJ T302 (2)Agenda Item: 20
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: July 14, 2020
SUBJECT: VISTA CANYON MULTI -MODAL TRANSIT CENTER, PROJECT
T3020 - APPROVE SPECIFICATIONS AND PLANS, AWARD
CONSTRUCTION CONTRACT, AND AWARD SUPPORT
SERVICES CONTRACT
DEPARTMENT: Public Works
PRESENTER: Damon Letz
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for Vista Canyon Multi -Modal Center, Project T3020.
2. Award a construction contract for Vista Canyon Multi -Modal Center, Project T3020 to Icon
West Inc., in the amount of $20,100,023 and authorize a contingency in the amount of
$3,618,004, for a total contract amount not to exceed $23,718,027.
3. Award a contract for the Vista Canyon Multi -Modal, Project T3020 material testing services
to Twining Inc., in the amount of $344,055 and authorize a contingency in the amount of
$61,930, for a total contract amount not to exceed $405,985.
4. Extend the current contract and authorize an increased expenditure authority for construction
support services for Vista Canyon Multi -Modal Center, Project T3020 with RailPros in the
amount of $600,000, and authorize a contingency in the amount of $60,000, for a total
additional contract amount of $660,000.
5. Execute a Construction and Maintenance Agreement with the Southern California Regional
Rail Authority (operating as Metrolink) in the amount of $5,193,730 for project management,
railroad protection, test trains, track stabilization, flagman service, Positive Train Control
updates, and signal communication system construction for the station and associated track
work; and authorize a contingency in the amount of $934,871, for a total additional contract
amount of $6,128,601.
Page 1
Packet Pg. 151
6. Authorize the City Manager, or designee, to execute on behalf of the City of Santa Clarita a
Lease Agreement, Consent to Sublease, and a Sublease Agreement with the Los Angeles
County Metropolitan Transportation Authority and Vista Canyon LLC., for the Vista Canyon
Multi -Modal Center located on Los Angeles County Metropolitan Transportation Authority
property, subject to City Attorney approval.
7. Increase Transfers Out account 72319500-5501.602 (Facilities Fund) and Transfers In
account 602-4711.723 (Civic Arts Project Fund) by $40,000, and appropriate to expenditure
account A3003602-5161.001 Vista Canyon Multi -Modal Center Civic Art.
8. Appropriate additional funding to the Vista Canyon Multi -Modal Center project as follows:
• $8,908,000 from SB-1 Local Partnership Program Grant (Fund 259) to expenditure
account T3020259-5161.001 and increase revenue account 259-4621.001 by $8,908,000;
• $5,000,000 from Federal Transit Administration Grant (Fund 700) to expenditure account
T3020700-5161.001 and increase revenue account 700-4424.009 by $5,000,000;
• $2,586,783 from Proposition C Grant (Fund 265) to expenditure account T3020265-
5161.001 and increase revenue account 265-4422.008 by $2,586,783;
• $5,216,000 from Measure M — Regional Transit funds (Fund 700) to expenditure account
T3020700-5161.001 and increase revenue account 700-4621.001 by $5,216,000;
• $4,000,000 from Measure R — Highway Operational Improvement Grant (Fund 270) to
expenditure account T3020270-5161.001 and increase revenue account 270-4426.005 by
$4,000,000;
• $2,647,000 from Vista Canyon Community Facilities District Bond proceeds to
expenditure account T3020723-5161.001; and
• $3,192,604 from Proposition A Local Return (Fund 261) to expenditure account
T3020261-5161.001.
9. Adopt a resolution, acting on the City of Santa Clarita's behalf and as the legislative body of
the City of Santa Clarita Community Facilities District No. 2016-1 (Vista Canyon) declaring
its intent to reimburse certain expenditures from the proceeds of tax-exempt obligations
expected to be issued to finance certain public facilities as required by United States
Department of Treasury Regulations Section 1.150-2.
10. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The Vista Canyon Multi -Modal Transit Center (Train Station) is located within the transit -
oriented Vista Canyon development on the east side of the Santa Clarita Valley. The Train
Station together with the Vista Canyon Regional Transit Center (Bus Transfer Station) will serve
as a central core for commuter rail, local and commuter buses, bicycles, and pedestrians for the
surrounding communities. The Train Station will serve the Southern California Regional Rail
Authority (SCRRA) Metrolink Antelope Valley line, which runs between Los Angeles Union
Station and Lancaster.
The Train Station is one of the transportation components of the Vista Canyon project approved
Page 2
Packet Pg. 152
by the City of Santa Clarita's (City) City Council in May 2011. The Train Station is adjacent to
and will function in conjunction with the Bus Transfer Station, which is currently in construction
under a separate contract. This project supports the five-year strategic plan, Santa Clarita 2020,
under the goal of Enhancing Economic Vitality by expanding transit services to underserved
areas.
This project will consist of a grade -separated pedestrian crossing to a center track platform,
approximately one mile of new railroad track parallel to the existing track, a new railroad bridge,
sound walls, and amenities such as canopies, lighting, benches, a security system, and
landscaping. The new facility will be designed to meet the minimum Leadership in Energy and
Environmental Design (LEED) Silver Standard rating or equivalent. In addition, a plaque will be
installed honoring the Chinese railroad workers who worked on the Southern Pacific Railroad
(attached as reading file material).
Construction Solicitation Process
An invitation to bid was published twice, on May 12 and May 19, 2020, and was posted on the
City's website. The City received a total of two bids, which were opened by Purchasing on
June 8, 2020. The results are shown below:
Company Location Bid Amount
Icon West Inc. Los Angeles, CA $20,100,023
C. A. Rasmussen Santa Clarita, CA $21,873,109
Staff recommends awarding the construction contract to Icon West Inc., the lowest responsive
bidder. Icon West Inc. possesses a valid Class A State Contractor's License and is in good
standing with the Contractors State License Board. The bid has been reviewed for accuracy and
conformance to the contract documents and was found to be complete.
While the City maintains a Support of Local Businesses policy that can be utilized by the City
Council when warranted, the City is governed by the California Public Contract Code with
regard to public works project procurement. In this type of procurement, the California Public
Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead
requires the contract to be awarded to the lowest responsible bidder.
The requested construction contingency of $3,618,004 will cover the cost of unforeseen
conditions, such as the potential for adjustments to the track or station drawings, engineered
grades, utility conflicts, change order requests made by SCRRA, or additional work requested by
the City.
Material Testing Solicitation Process:
On March 2, 2020, the City received six proposals. All proposals were reviewed and evaluated
by staff. Based on the evaluation criteria set forth in the Request for Proposal (RFP), the
following is a summary of the firms' rankings:
Rank Company Location Score
1. Twining, Inc. Ventura, CA 92
2. RMA Group Rancho Cucamonga, CA 90
Page 3
Packet Pg. 153
3. MTGL, Inc. Anaheim, CA 85
4. NVS West Inc. Ventura, CA 77
5. Atlas, United -Heider Riverside, CA 75
6. Converse Consulting Monrovia, CA 73
The rating system heavily emphasized the consultant staff s experience and qualifications as they
relate to rail station projects and their understanding of SCRRA design and construction and
review requirements.
Based on Twining, Inc.'s (Twining) experience and the completeness of their proposal and
interview responses, staff recommends the City Council award the material testing services
contract to Twining. Twining demonstrated an in-depth understanding of the project needs and
provides the most qualified construction managers and staff.
As prescribed in California Government Code 4526, the selection of professional services is to
be based on demonstrated competence and professional qualifications necessary for the
satisfactory performance of the services required. It does not authorize the selection of
professional architectural and engineering services based on costs and does not require the cost
proposals to be sealed. Staff opened Twining's cost proposal and negotiated a final contract at a
fair and reasonable price for the services requested in the RFP.
The requested contingency of $61,930 will cover the costs of additional, as -needed services as
the construction project progresses.
Construction Design and Suport Services
The City Council awarded a concept design and the full plans, specifications, and estimate
services contract for a total amount not to exceed $3,654,665.00 to RailPros at its May 24, 2016,
City Council meeting. RailPros was selected through an RFP process and is the Engineer of
Record for the Train Station project.
In order to provide appropriate construction and design support throughout the construction
period, it is recommended that the existing contract amount with RailPros be increased by
$660,000, including a $60,000 contingency. This increase will allow RailPros to provide
construction support at regular meetings, review submittals, respond to requests for information,
and address design issues as the project is constructed.
Southern California Regional Rail Authority (SCRRA)
This project is within Metro's right-of-way and will modify SCRRA's facilities, thus requiring
the City to follow SCRRA's requirements for permit, inspection, and maintenance of the facility.
The Construction and Maintenance Agreement with SCRRA will provide for the installation of
the station's train signal, signal houses, communication lines, and Positive Train Control system.
A Positive Train Control system monitors and controls train movement. This system is a
Metrolink requirement of all new projects on their rail line.
SCRRA will also provide required training and flagging for the City's construction operations
throughout the project. This agreement also provides the City and SCRRA the designation of
responsible parties on the station's maintenance after it is in operation. Per the contract, fees will
Page 4
Packet Pg. 154
be paid to SCRRA in the amount of $1,262,00.00 out of the $5,193,730 total obligation, with the
execution of the agreement. The remaining funds will be requested by SCRRA based on usage.
The requested contingency of $934,871 will cover the costs of additional inspection, flagging,
additional upgrades to the existing siding required for moving the main line service to the track
during construction, and any as -needed services SCRRA requires during the project construction.
Lease Agreements
This project is within Metro's right-of-way and requires a lease agreement to be executed in
order for the City to operate and maintain the Train Station. In addition, the City will be
subleasing out a portion of the leased area to Vista Canyon Ranch LLC. The initial term of this
agreement will be for a minimum of 45 years and then will automatically renew on an annual
basis.
Civic Art
This project also includes a civic art component that will be accessible to the public at the Train
Station, which will incorporate decommissioned buses. Under the Civic Art Policy, the Train
Station qualifies as a City capital improvement project that allocates one percent of eligible
project costs towards civic art. The requested funds of $40,000 transferred into the Vista Canyon
Multi -Modal Civic Art project, Project A3003, represents the one percent contribution, based on
the City -funded portion of the project, and will provide for the costs for an artist to fabricate and
install a civic art piece and for the administrative costs associated with the project. The proposed
art component will be brought to City Council for approval at a future date.
The remaining requested funds in the amount of $637,774 will provide for required construction
permits, staff time, public works inspections, utility relocation, Storm Water Pollution
Prevention Plan monitoring, labor compliance monitoring, Southern California Edison fees,
Santa Clarita Valley Water fees, time-lapse cameras, and project administrative costs.
Intent to Reimburse Expenditures
On February 27, 2020, the City of Santa Clarita Community Facilities District (CFD) No. 2016-1
(Vista Canyon) issued $17,230,000 City of Santa Clarita CFD No. 2016-1 (Vista Canyon)
Special Tax Bonds, Series 2020. The net construction proceeds allocated 85 percent to finance
the acquisition of the Cooper Street Parking Facility and 15 percent to the construction of the
Vista Canyon Transit Center (Project). The CFD intends to issue a second series of tax-exempt
bonds (Obligations) in the future with the same proportion of net construction proceeds to
finance additional parking facilities and further finance the Project. Certain expenditures with
respect to the Project are expected to be paid by the City prior to the date of issuance of the
Obligations. The proposed Resolution would allow for the City to be reimbursed for such
expenditures.
Section 1.150-2 of the Treasury Regulations promulgated under the Internal Revenue Code of
1986, as amended, requires that for an allocation of proceeds of tax-exempt Obligations to a
capital expenditure paid prior to the issuance of the obligations to be respected by the Internal
Revenue Service, the City, and the CFD, generally must no later than 60 days following such
expenditures have declared their reasonable official intent to reimburse the City for such
payment out of the proceeds of the Obligations.
Page 5
Packet Pg. 155
The proposed Resolution would evidence the City's and the CFD's reasonable official intent for
purposes of the Treasury Regulations. The Resolution is adopted only for the purpose of
establishing compliance with the requirements of the Treasury Regulations. It does not obligate
the City to make any expenditure or proceed with the Project or obligate the CFD to issue any
Obligations.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Upon approval of the recommended actions, the total requested appropriations of $31,590,387
will provide for the Vista Canyon Multi -Modal Center, Project T3020 to support construction
and support services contracts, the required one percent civic art component, as well as all
anticipated costs. The requested expenditure appropriations include $8,908,000 to T3020259-
5161.001 (SB-1 Local Partnership Program Grant), $5,000,000 to T3020700-5161.001 (Federal
Transit Administration Grant), $2,586,783 to T3020265-5161.001 (Proposition C Grant),
$5,216,000 to T3020700-5161.001 (Measure M — Regional Transit funds), $4,000,000 to
T3020270-5161.001 (Measure R — Highway Operational Improvement Grant), $2,647,000 to
T3020723-5161.001 (Vista Canyon Community Facilities District Bond proceeds), $3,192,604
to T3020261-5161.001 (Proposition A Local Return), and $40,000 to A3003602-5161.001 (Civic
Arts Project Fund).
ATTACHMENTS
Location Map
Resolution
Monument Plaque (available in the City Clerk's Reading File)
Bid Proposal for Icon West, Inc. (available in the City Clerk's Reading File)
Proposal for Twining, Inc. (available in the City Clerk's Reading File)
RailPros Scope of Work (available in the City Clerk's Reading File)
Agreement for City and SCRRA (available in the City Clerk's Reading File)
Lease Agreement for City and Metro (available in the City Clerk's Reading File)
Consent to Sublease Agreement for City and Metro (available in the City's Clerk Reading File)
Sublease Agreement for City and Vista Canyon Ranch, LLC (available in the City Clerk's
Reading File)
Page 6
Packet Pg. 156
( U
Cl plllW _ - _
o o
w v
v n� AA oq _ a
o
� rn 3 U o U
O
.a nF ny
O N
Q o
O
0
U
/J O
1i. 1 I
470
� C 1
y 1I
m
r"..
� lr
r� m
f /
Y a
is
q
f
a
III ��1� � �
ONZ� a
Lu
111jJ1!I� �!
a
i r
r
�� � '•,4 1 O z f� 1 ) _w,� ZO
�i o xo�
�.., LU` v �t� a
� Vr
l
�. u a. 1 i
r
o �
O U
+� .
m
0
W � raooiomm � �f'lfllWlM�
/
1 /
/
20.b
RESOLUTION NO. 20-
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SANTA CLARITA,
CALIFORNIA, ACTING ON ITS BEHALF AND AS THE LEGISLATIVE BODY OF
THE SANTA CLARITA COMMUNITY FACILITIES DISTRICT NO. 2016-1 (VISTA
CANYON), DECLARING THEIR INTENT TO REIMBURSE CERTAIN
EXPENDITURES FROM THE PROCEEDS OF TAX-EXEMPT OBLIGATIONS
EXPECTED TO BE ISSUED TO FINANCE CERTAIN PUBLIC FACILITIES AS
REQUIRED BY UNITED STATES DEPARTMENT OF TREASURY REGULATIONS
SECTION 1.150-2
WHEREAS, on February 27, 2020, the City of Santa Clarita Community Facilities
District (Issuer) No. 2016-1 (Vista Canyon) issued $17,230,000 City of Santa Clarita
Community Facilities District No. 2016-1 Special Tax Bonds, 2020 Series; and
WHEREAS, the City Council of the City of Santa Clarita (City), California, acting as the
legislative body of the Issuer, expects to incur a second series of tax-exempt bonds or other
financing obligations (collectively - Obligations), to further finance a portion of the costs
associated with the acquisition, design, construction, and installation of certain public facilities,
including parking facilities and the Vista Canyon Transit Center (Project); and
WHEREAS, the City and the Issuer expect that certain expenditures relating to the
Project will be incurred and paid from other sources of money available to the City prior to the
issuance of the Obligations (Reimbursable Expenditures); and
WHEREAS, the City and the Issuer reasonably expect that a portion of the proceeds of
the Obligations will be used to reimburse all or a portion of the Reimbursable Expenditures; and
WHEREAS, Section 1.150-2 of the Treasury Regulations (Treasury Regulations)
promulgated under the Internal Revenue Code of 1986, as amended, requires that for an
allocation of proceeds of the Obligations to a capital expenditure paid prior to the issuance of the
Obligations to be respected by the Internal Revenue Service, the City and the Issuer generally
must no later than sixty (60) days following such payment have declared its reasonable official
intent to reimburse itself for such payment out of proceeds of the Obligations; and
WHEREAS, the City and the Issuer desire to facilitate the allocation of proceeds of the
Obligations to the reimbursement for payment of the Reimbursable Expenditures for the Project.
NOW, THEREFORE, the City Council of the City of Santa Clarita, , California, acting
on behalf of itself and as the legislative body of the City of Santa Clarita Community Facilities
District No. 2016-1 (Vista Canyon), does hereby resolve as follows:
SECTION 1. This Resolution is adopted for purposes of establishing compliance with the
requirements of Section 1.150-2 of the Treasury Regulations. This Resolution does not obligate
either the City or the Issuer to make any expenditure or proceed with the Project or obligate the
Issuer to cause the issuance of the Obligations until and unless all other necessary actions and
approvals are taken or received in accordance with all applicable laws.
Packet Pg. 158
20.b
SECTION 2. The City and the Issuer hereby declare their reasonable official intention to
reimburse the applicable Reimbursable Expenditures with respect to the Project from proceeds of
Obligations that may hereafter be issued by the Issuer or on behalf of the City. The maximum
principal amount of Obligations expected to be issued for the Project is $27,770,000. All of the
Reimbursable Expenditures covered by this Resolution were or are to be made not earlier than
sixty (60) days prior to the adoption hereof, other than certain de minimis amounts and
preliminary expenditures as described in Treasury Regulations Section 1.150-2(f)(2) that are
exempt from the sixty-day requirement pursuant to Section 1.150-2 of the Treasury Regulations.
The non-exempt Reimbursable Expenditures covered by this Resolution are eligible for
reimbursement provided the reimbursement occurs not later than eighteen (18) months after the
later of the date the original expenditure is made or the date the property is placed in service; but
in no event more than three (3) years after the original expenditure is made.
SECTION 3. All actions heretofore taken by the officers, or their respective designees,
and the employees and agents of the City and the Issuer in connection with the financing of the
Project are hereby ratified and confirmed. The officers and their designees, the employees and
agents of the City and the Issuer are hereby authorized to take any and all actions in connection
with the financing of the Project and as may be necessary and consistent with the purposes of
this resolution.
SECTION 4. This resolution shall take effect immediately upon its adoption.
SECTION 5. The City Clerk shall certify to the adoption of this resolution.
PASSED, APPROVED, AND ADOPTED this 14th day of July 2020.
ATTEST:
CITY CLERK
DATE:
MAYOR
2
Packet Pg. 159
20.b
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES ) ss.
CITY OF SANTA CLARITA )
I, Mary Cusick, City Clerk of the City of Santa Clarita, do hereby certify that the
foregoing Resolution 20- was duly adopted by the City Council of the City of Santa Clarita at a
regular meeting thereof, held on the th day of 2020, by the following vote:
AYES: COUNCIL,MEMBERS:
NOES: COUNCIL,MEMBERS:
ABSENT: COUNCIL,MEMBERS:
CITY CLERK
Packet Pg. 160
I
Y dAl ,0-,Z ,
I
1 III
1
I
1
I
42
0
III.
III
o
—_—_—_
_——_—_—^—_—
III
11 k j ��
VI
—y
A e-5
III III III
III
_ - -`-
I
—_—_—_
_—_—_—_---_—_—
I
—1—_
m
-
71
-----------------------
1
C/J
IN
Q Lu
N
H
CD
CD
w II
J�
J
J
Q
If�f®mml
....011dl
fllBlN3dt
.13l11.
sd35tls s3-1 s31tl0s
Envocqe ff.),
PROPOSAL, FORM
Bid # ENG-J.9-20-T3020 REII
Vista Canyon Multi-Madal Center Train Station
City Project No.,r302O
City of Santa Uarita, Callfiorriia
TO "THE C[TY0F SANTA CLARUTA, AS CITY:
In accorriance with City's NOTICE M/MNG BIDS, the unciersigned bkdder hereby proposes to furnidi all materials,
equiprnt,',,nt, tools, labicpr, and incWentaN required for, the abcrve-^,,,tated I.,)roject as set forth Irm ffie plans, specification„
arici contract clacutnents therefore, -,and to perforrn ,,,0i work in the rnanner and finie prescribfmd therehi,
Bidder declares that this proposal is hased upon careful exarri,Inadc)n of the work site, plans,, specfficadons,
INSTRUCTIONSTO BIDDERS, and all If this prop osad Is accepted for award, Wdder agrees to
entet mitre as corAract with City at the unit and/or lump suira prices set forth In the faMwIng BID SCI-FIEDULE, Bidder
understands that farWre to enter, into a contract in the manner, and tirne prescribed will result In forfeittfl,re tee (Jty of
the priol,,)osal guarantee accompanyng this piopd,-jsal,
Bidder under5ta)a'J&j that, a bid is, reqi,flired for, the endre work and that the e�stimated qUanfides set forfli in the BID
SCHEDLU are scdely for die purpose of comparing [Ads, andthat final conipensatIon under the contrast wHI be Imsed
upon the actuai quariddes of work satis;factodly completed, The City Treserves the rIght to increase or decrease the
arnount of any quantaty 0iown and to delete any IteM fr-OM11 I:II Contract, It is agreed that the unit and/or Iurnp SUrn
prIce(s) in the bid inClUdo. all appLirteinant explensies, taxes, royalties, and fees for the project's ciuration, In the case of
discrepancies wn the arnounts bid, unit pr�ces ha Il gmvern over eKtended arnounts, and words shall govern over fIgures,,
If awarded the contract, the undersigned furtfier agrees that in the event of the Uddearr's, diefauit hir execuUng the
required carItract and Ning the necessary bonds and insurance certificates wit�han ten working days aftf,'n, the date of
the Oty's riotI(.-,e of award ofcontract to the bidder, the proceeds of the security accornpanying this bId shall becorne
the property of the City and this bid and the acceptance hereof may, at the City's oI be uvisidered niuH and voW,
Cornpany NarneI(ION WES I' rNC.
Company Address: 5 20 S. LA FA yrIj.,pq PARK R11ACE: Slifjlrr IE 504
-----------
LOS MGEI, FS, CA 9W)57
Ely flernirdl A,shkar
Print Narne
Cfdl�?f IF Ke
11de: (:JJLIVe officef
Spgn att,a ret
. . . . . ......... .
Dsrtea tuine (M.3, 2020
FIID,19 , �q,E I
#� FN(-� _020REBID 45
City of Santa Clarita
Vista Canyon Multi -Modal Center Train Station (ENG-19-20-T3020 REBID), bidding on June 8, 2020 11:00 AM (Pacific)
Page 1
Printed 06/08/2020
Bid Results
Bidder Details
Vendor Name
Icon West Inc
Address
520 S. La Fayette Park Place
Suite 503
Los Angeles, CA 90057
United States
Respondee
Bernard Ashkar- Icon West Inc
Respondee Title
Chief Executive Officer
Phone
213-385-0027 Ext. 102
Email
bernard@icon-west.com
Vendor Type
License #
747737
CA DIR
Bid Detail
Bid Format
Electronic
Submitted
June 8, 2020 10:54:06 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
214698
Ranking
0
Respondee Comment
Bid for
Vista Canyon Multi -Modal Center
Train Station
Bid No.
ENG-19-20-T3020 - REBID
Project No. T 3020
Buyer Comment
Attachments
File Title
Proposal Form
Bidder's Information & Certification
Bidder's Questionnaire
Certification of Non Segregated Facilities
Designation of Subcontractors
References
EEO Certification
Certifications & Restrictions on Lobbying
Govet Wide
DBE PArticipation
Letter Of Intent
Addendum 1 & 2
Copy only Original Submitted to City Hall
File Name
1- Proposal Form.pdf
2- Bidders Information & Certification. pdf
3- Bidders Questionnaire. pdf
4- Certification of Non -Segregated Facilities.pdf
Sublist.pdf
6- References.pdf
7- Equal Employement Opportunity.pdf
8- Certifications & Retsrictions on Lobbying.pdf
9- Government Wide D & S.pdf
CCF_000162.pdf
CCF_000163.pdf
12- Addendums 1 & 2.pdf
Part 1- Package 1 Bond, Non Collusion, SOQ-w-out FS.pdf
II'"ul aline fi3l d, incIl
File Type
1. Proposal Form
2. Bidder's Information and
Certification
3. Bidder's Questionnaire
4. Certification of Non -
Segregated Facilities
5. Designation of
Subcontractors
6. References
7. Equal Opportunity
Employment Certification
8. Certifications and
Restrictions on Lobbying
9. Government -Wide
Debarment and Suspension
(nonprocurement)
10. DBE Participation
Commitment Form
11. Letter of Intent and
Affirmation
12. Addenda
General Attachment
City of Santa Clarita Page 2
Vista Canyon Multi -Modal Center Train Station (ENG-19-20-T3020 REBID), bidding on June 8, 2020 11:00 AM (Pacific) Printed 06/08/2020
Bid Results
Line Items
Type Item Code UOM Qty Unit Price Line Total Comment
SECTION 1
1 Mobilization, Demobilization, and Controls (Maximum of 5% of Total
Bid) including SWPPP Requirements
LS 1 $990,000.00 $990,000.00
2 Photographic Documentation: Preconstruction Photos
LS 1 $2,405.00 $2,405.00
3 Photographic Documentation: Periodic Construction Photos
LS 1 $19,240.00 $19,240.00
4 Photographic Documentation: Final Record Photos
LS 1 $2,405.00 $2,405.00
5 Wood Tie Disposal
TF 884 $25.00 $22,100.00
6 Removal and Disposal of Contaminated Soils - 400 CY
AL 1 $100,000.00 $100,000.00
7 Utility Work: Installation of Owner Furnished Comm Shelter. As shown on plans.
LS 1 $60,125.00 $60,125.00
8 Cast -in -place Concrete (Plaza) as shown on plans. Inclusive of concrete paving, retaining walls (wall pattern/footings/reinforcement, concrete ramps,
stairs, boulders, joint sealants, and painting and coatings, graffiti -resistant coatings), TVM Canopies and Appurtenances, structural concrete,
reinforcing steel, architectural exposed structural steel, handrails and railings, metal roofing, flash sheet metal and mesh, finish hardware. Drinking
Fountain (benches and trash containers). As shown on plans.
LS 1 $885,230.00 $885,230.00
9 Cast -in -place Concrete (Platform & Mini High Platform) as shown on plans. Inclusive of but not limited to all slabs, structural concrete, reinforcing
steel, concrete footings, concrete ramps and stairs, hand rails and railing, walls, finishes, finish hardware, joint sealants, painting and coatings, graffiti -
resistant coating, and detectable warning panels. As shown on plans.
LS 1 $3,515,506.00 $3,515,506.00
10 Cast -in -place Concrete (Tunnel and Entry) as shown on plans. Inclusive of structural concrete, slabs, reinforcing steel, concrete footings, concrete
ramps and stairs, walls, overhead formed concrete, Adhered Elastomeric Waterproofing and Drain Board for Pedestrian Underpass, and finishes
(painting and coatings, and graffiti -resistant coatings). Custom Entry Sign inclusive of miscellaneous metals and architectural exposed structural
steel. As shown on plans.
LS 1 $824,688.00 $824,688.00
11 Canopy and Architectural Platforms as shown on plans. Includes Platform Canopies and Appurtenances (Inclusive of architectural structural steel,
reinforcing steel, architectural exposed structural steel, metal roofing, metal plate diaphragm, flash sheet metal and mesh, graffiti -resistant coatings,
finish hardware, steel cladding, misc. steel & SS), Custom Entry Sign(s) (Inclusive of finish hardware), Custom Entry Sign(s) (Inclusive of finish
hardware), Stainless Steel (Satin) handrail (Ramps and Stairs) and railings, Ornamental Panels (Platform, plaza), Gates (Inclusive of entry gate,
overhead coiling grilles, accessible exit gate, hardware), Railroad Signage (inclusive of structural concrete, reinforcing steel, finish hardware, kiosk
and display cases), and benches and trash containers, painting & coating. As shown on plans.
LS 1 $933,741.00 $933,741.00
12 Soundwall - Concrete unit masonry, concrete, reinforcing steel, grout, architectural treatment, graffiti -resistant coating, structure excavation, structural
backfill, 16" CIDH concrete piling, shoring, precast concrete caps and core drilling. As shown on plans.
LS 1 $684,288.00 $684,288.00
City of Santa Clarita Page 3
Vista Canyon Multi -Modal Center Train Station (ENG-19-20-T3020 REBID), bidding on June 8, 2020 11:00 AM (Pacific) Printed 06/08/2020
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
13 Soil nail wall - concrete, shotcrete, reinforcing steel, soil nails, test soil nails, cable railing, gutter, architectural treatment, graffiti -resistant coating,
structure excavation, structural backfill, shoring, precast concrete caps and core drilling. As shown on plans.
LS 1 $823,611.00 $823,611.00
14 Stables Bridge and Approach Walls - Concrete, reinforcing steel, drainage system, dampproofing, architectural treatment, graffiti -resistant coating,
precast concrete girders, bearing pads, handrail, structural steel, miscellaneous metal, structure excavation, structural backfill, shoring, 30" CIDH
concrete piling. As shown on plans.
15
iff
LS 1 $1,213,892.00 $1,213,892.00
(South of Tracks) Retaining Wall and Transition Wall - Concrete, reinforcing steel, drainage system, cable railing, gutter, structure excavation,
structural backfill, shoring, 24" CIDH concrete piling, architectural treatment, graffiti -resistant coating, precast concrete caps and core drilling. As shown
on plans.
LS 1 $443,981.00 $443,981.00
Railroad Signage: Milepost signs, 0.1 Milepost signs, speed signs. As shown on plans.
EA 23 $2,123.00 $48,829.00
17 Mechanical & Plumbing, Site Drainage, Subdrainage system including but not limited to: Water Distribution (Pipe/Trenching/Valves, Plumbing
Fixtures), Storm Drainage (Drain Lines, Wall Underdrains, Underdrains, Local Drain and Trench Drain Fixtures) and Underdrains (Retaining Wall
Under Drain Line - 4" @ base of retaining wall Underdrain). As shown on plans.
LS 1 $622,893.00 $622,893.00
18 Electrical: Inclusive of Interior and Exterior Lighting, Fixtures and poles, Enclosed Controllers, Manholes, Handholes. New Distribution and Emergency
systems, Basic Electrical Materials and Methods, Electrical Exterior Underground, Conduits Raceways and Boxes, Conductors and Cables. As shown
on plans.
LS 1 $1,707,138.00 $1,707,138.00
19 Exterior Improvements. Including but not limited to welded wire fencing and gates, 6' Barrier Fences, 3' Rail Fence, irrigation systems, and
landscaping, Connection to Existing Recycled Water Line. Inclusive of pedestrian swing gates, paintings and coatings, As shown on plans.
LS 1 $515,065.00 $515,065.00
20 Video Surveillance System including equipment, installation, and materials. As shown on plans.
LS 1 $290,704.00 $290,704.00
21 Customer Information System: Customer Information System (Equipment, Installation, and Materials), Customer Information System (Ethernet
Switches, Audio Amplifiers, Priority Controllers, 47" Commercial LED Display, Network Media Player, Strobe Lights, Audio Decoder, Environmental
Distribution Center, LED Message Display, EMP, Rack Mount Connector Housing, Transient Voltage Suppression, UPS, Closet Connector Housing -
Pigtail Modules, Splice Trays, Bracket Inside Connector Housing, LED Enclosure, Speakers, and Modular Media Convertor). As shown on plans.
LS 1 $400,789.00 $400,789.00
22 Site Clearing. As shown on plans.
23
24
25
LS 1 $14,126.00 $14,126.00
Demolition, Cutting and Patching: Culverts, headwall, adjusting existing storm drain structures to grade. Work includes: headwall demolition and
disposal, removal of CMP culverts, adjust inlets to grade, removal and disposal of existing asphalt and base material, slurry fill culverts to be
abandoned. As shown on plans.
LS
Demolition, Cutting and Patching: Remove Track as shown on plans.
1 $68,542.00
TF 2631 $45.00
$68,542.00
$118,395.00
Demolition, Cutting and Patching: Remove and salvage No. 14 Turnout. Remove and weld out associated insulated joints. As shown on plans.
LS 1 $9,913.00 $9,913.00
City of Santa Clarita Page 4
Vista Canyon Multi -Modal Center Train Station (ENG-19-20-T3020 REBID), bidding on June 8, 2020 11:00 AM (Pacific) Printed 06/08/2020
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
26 Excavation: All other Excavation, as shown on plans except structural excavation between Sta 2104+50 to 2114+70.
CY 13468 $10.00 $134,680.00
27 Embankment. As shown on plans. Includes import as needed
CY 16932 $13.00 $220,116.00
28 Earthwork @ Station: Structure excavation, structure backfill and shoring at platform(ADA ramp, stair...), pedestrian tunnel and retaining wall plaza.
Excavation and embankment fill at the platform, tunnel and plaza. Includes the aggregate base at tunnel and platform. As shown on plans.
LS 1 $529,492.00 $529,492.00
29 Tublar Steel Fencing and Tubular Steel Gates to maintenance road (on RR West near CP Humpreys). As shown on plans.
LS 1 $22,511.00 $22,511.00
30 First 90 days of Plant Maintenance and Establishment Period (Day 1 to day 90)
LS 1 $3,607.00 $3,607.00
31 Second 90 days of Plant Maintenance and Establishment Period (Day 91 to day 180)
LS 1 $9,620.00 $9,620.00
32 Soil Erosion, Sediment Control, Top Soiling, Seeding. Work includes installation and maintenance of soil erosion and sediment control BMPs as shown
on the plans. Includes hydroseeding 2:1 slopes and a 25ft swath along the south side of the proposed siding. As shown on plans.
LS 1 $36,075.00 $36,075.00
33 Steel Casing: Specialty installation for existing 48" water line and culverts. Work includes: steel casing for culvert pipes and existing 48" CLWA water
line, jack and bore new culvert and casing. As shown on plans.
LS 1 $244,892.00 $244,892.00
34 Culvert and Drainage Pipe: Culvert - Mainline STA 2091+50. Work includes: installation of new SSP pipe, concrete headwalls, headwall handrails,
and Caltrans inlet. As shown on plans.
LS 1 $205,935.00 $205,935.00
35 Culvert and Drainage Pipe: Culvert - Mainline STA 2103+67.43. Work includes: installation of new RCP pipe, concrete collars, concrete headwalls,
headwall handrails, and Caltrans inlet. As shown on plans.
LS 1 $273,819.00 $273,819.00
36 Culvert and Drainage Pipe: Culvert - Mainline STA 2115+09.34. Work includes: installation of new SSP pipe, concrete headwall, headwall handrails,
and Caltrans Inlet. As shown on plans.
LS 1 $102,313.00 $102,313.00
37 Culvert and Drainage Pipe: Culvert - Mainline STA 2118+18.36. Work includes: installation of new SSP pipe, concrete headwall, headwall handrails,
and Caltrans Inlet. As shown on plans.
LS 1 $105,560.00 $105,560.00
38 Culvert and Drainage Pipe: Culvert - Mainline STA 2120+44. Work includes: installation of new SSP pipe, concrete headwall, headwall handrails, and
Caltrans Inlet. As shown on plans.
LS 1 $207,782.00 $207,782.00
39 Culvert and Drainage Pipe: Culvert - Mainline STA 2125+23.31. Work includes: installation of new RCP pipe, SSP pipe, concrete headwall, headwall
handrails. As shown on plans.
LS 1 $68,942.00 $68,942.00
City of Santa Clarita Page 5
Vista Canyon Multi -Modal Center Train Station (ENG-19-20-T3020 REBID), bidding on June 8, 2020 11:00 AM (Pacific) Printed 06/08/2020
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
40 Culvert and Drainage Pipe: Storm Drain Line A. Work includes: installation of new RCP pipe, concrete collars, concrete manholes, and catch basins. As
shown on plans.
LS 1 $362,072.00 $362,072.00
41 Culvert and Drainage Pipe: Storm Drain Line B. Work includes: installation of new RCP pipe, concrete headwalls, headwall handrails, and square
base concrete manhole. As shown on plans.
LS 1 $60,546.00 $60,546.00
42 Culvert and Drainage Pipe: Storm Drain Line C. Work includes. installation of new PVC concrete collars, concrete manholes, catch basins, and
landscape area drains. As shown on plans.
LS 1 $68,663.00 $68,663.00
43 Track Underdrain. As shown on plans
LS 1 $66,137.00 $66,137.00
44 Stormwater Quality Unit (Chamber or Equal). Work includes: installation, fabric, headerpipes, excavation, drainage rock. As shown on plans.
LS 1 $180,038.00 $180,038.00
45 Stairs, gate, and fencing for Intermediate Signal access. As shown on plans.
LS 1 $24,290.00 $24,290.00
46 Trackwork: #20 Turnout, 136# RE on Concrete Ties on HMAC Furnish and Install. Includes demolition of track in turnout limits. As shown on plans
EA 1 $468,431.00 $468,431.00
47 Insulated Joints. As shown on plans
EA 10 $6,013.00 $60,130.00
48 Subballast and Maintenance Road Aggregate Base
CY 2826 $77.00 $217,602.00
49 Trackwork: Construct New Track 136# RE, CWR, Concrete Ties, Fastclips, Surface, Line, Dress, Stabilize, CPUC walkways, Flash Butt Weld, Destress,
including 10' wood transition ties at tie-ins to existing wood tie track. Subballast/Aggregate Base excluded from trackwork (per special provisions). As
shown on plans.
TF 5575 $322.00 $1,795,150.00
50 Trackwork: Track Resurfacing. As shown on plans.
TF 2008 $9.00 $18,072.00
51 Trackwork: Track Raise 1.5" to 6" (Includes Ballast and Subballast and resurfacing). As shown on plans.
TF 1401 $14.00 $19,614.00
52 Trackwork: Hot Mix Asphalt Underlay for Turnout Underlay, Platform Underlay, Pedestrian Bridge Underlay, Bridge Approach Underlay. As shown on
plans.
TON 1116 $158.00 $176,328.00
53 Work Restrictions: Train Delays
AL 1 $100,000.00 $100,000.00
Subtotal $20,100,023.00
Total $20,100,023.00
Dco,u$iqn Envelcq-,ae ID: 6E26E33D.,Far7C,eigli.';$-A36f),,,2807'6E I FEIF2
BIDDER'S INFORMAT]ON AND CER'nFICATION
Bid # ENG-19-20 T3020 REBID
Vista Canyon Multi -Modal Center T'rain Station
City Project No,'1'3020
City of Santa Clarita, CaliforNa
Bicider certifies that the representations of the Wd are true wid correct and made Urcier penalty of perjUry,
EQUAL, EMPLOYMEN'T' OPPORTUWIY C011AF)LIANCE
Mder ceOJhes that in all previous contracts or su bcont r acts, alil reports which may have been due urider
the reCJLflreR)e11tS Of ally City, State, or, Federal equall! errMpioyrnent Or.)POr'hANty orders have beerr
sa0sN,ic,torHyfi led, and that 110 SUch reports are CUrrently OLASU01dirlk
AFFIRMAnVE AC110N CERTWICA110N
Bidder cerfifies 0,rat affirmative action has been taken to seek out and 0..ow,,-Jd1er minoritybusiness enter lwises
fcg, those partions of the work to be subcoritracted, arid that Sr., CII affiNliative acdwis have been fully
docurnented, that saici d0CUrrientation is open to inspection, and that said affinna6ve actRon wifl n,,-miain in
effect for the He of any� corm -act awJr ",ded hereUnder, FU en-nore, Bir,.Jder certifiesthat affirmative actiors
v011 d:)e takerr to meet all eqUal derripdoyrnerl t oppoi-tunity reciulrerTients of the contrwt docurnents,,
Bidder',,3011ame; K'IONVVESMC,
Vila a LA FAYIETH PARKr HAGIF SLJ111 I 1:AJ3, 110's A �MGE LES CA 9001)/
Business Ardclrew `
'Felephone N(.,r,r 213, F85 00)1
State CON "FRACTOR's License No, 8( Oassr 74 Tl'3 J / A & B
DiR No,: 1000004434
Ordf,,,;irial Dau1212912014 6/30/2020,
d-"Xpir'ajtk-)n, Date:
'The following are the narnes, fiVes, addresses, arid phone n6aff1bers of all indiOduals, firrn members,
partners,,Jo4'it ventUres, arid/or corporate officers having a prinr.Jpal interest in this, prof.)osal�
1110och,acfl Habcm- Chairmaorj R ': 1r,r.eSuIG,J(udjt reaswer
Bemard Ashkar ChdO Execuflve Officm ; Ccnpofatq.-r Sec�relary
Note: Please see above adch ess and phof w i uirnbes foi IMir. 11 Wawd and M . Ashkat
�-fll) �f� EN6 19 20 13000 M BW -16
I,Nlcws�qn Envelope 11[)fiE2(,)E33D-F27C",,49C,,8-A3BD-2$017�'�E,BFEIF2
The dates Cf r.�flly VOLKitary or im/Ok,IIMUIe')r k)W)kruptcy judgmerits against any prindpal havirig an interest in
tks pWr,)0Szfl, or any firm, corporation, partnership or., Joint' venture of which any p6n6pal having an anterest
in th�s l,9iiopc)srl was (,)wrier, corporate officer, partner cwjoint verituriE;r aire as foHows:
Non,
AH current and prior DBAs, alias, and/or flctftir us 1,,)us9ness inaryips tr:)r anV principal having an interest in this
prapo4 are as follows:
%N \NITM..5S WHER("OF, bidder executes and submits this proposal with the riames, title, l-wlds, arid reek of
r,,W aforemejr) donepr-Incipas this &jy of,j"' 20 20
Bidder . .... . . . ...... . . .... . .
Signature
Ashkair - 0-01af Dwcufive Officer
Name and 'rit�e of Signat.ory
C(A WEST uN(
Legal Name of Bidder
5201 S. La Fayelte Park Pace Swfte503, r c6 Airlgek.-�s A 90057
Address
213,385AJ27 33-07595/17
Te6epwn,e Number Federa'i 'Fax 1,C), No,
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF WDDER MUST BE
ATTACHED
,SLIbscribecl ancl sworn to this day c,)f . Affie 2 0_20
l1-� (SEAL.)
4. ("g"41oge. irr-;P (5 onsw rp.�,o Tj;07T-0N
W04ENG 19-2()-F302C)RCWD1 47
ACKNOWLEDGMENT
. .. . . .......... A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed': the document to which this certificate is
attached, and not the truthfulness, accuracy, or
yalidi!y_gthat _docy.ment,
State of California
County of
On 4'
before me, MID(411441rZ) rWGG;q'e--
(insert name and title of the officer)
personally appeared . .. . ............. . . .... .. . . .... . ..... . .
who proved to me on the -basis of satisfactory evK idenice to be the person( nam%sfis/pre'
subscribed to the wMin instrument and acknowledged to me that he/ F,116/tpey executed the same in
hiS/h,4r?theqr authorized capacity(lps), and that by his/h4ritheii signature4,$) on the instrument the
person(sf or the entity upon behalf of which the persons� acted, executed the instrument,
I certify Under PENALTY OF PERJURY under the laws of the State of California that the foregoing
pargraphis true and correct,
0 00
WITNESS my hand and a 1, ea1. 0 91 DWA NTo 'ri RIATUN GGA L
Notary Public - Cahfornia
Lim, AnSeles COUrlty 1�1
V
Comminion 0 22.904 ' 34
Ay Comm, Expires may 28, 2023
Signature (Seal)
!hoc u$ign Erwelol','je ED: 6E2(a sit 0-F27'C4gC,8,-A36�,),-2807zEIFE,fF'2
1 (LN!NAIRE L
Bid # ENG-19-20-T3020 REBID
Vista Canyon Mufti-ModAl Center, "I'll Station
City Project No, 7"3020
City of Santa (Aarita, California
L'-`aubmlttecl by^,_Icc)lq WE SIT 1111 1
21`338150027
Fl,rhxlpa� Office Address� 520S,1 a Fayette Parlk Mace. Suite 503, Los Aqgeles C.A 90057
......... ...
2, Type (.')f'Hrrrr
Q C Corporatiori
S Corpara6or)
Indivi(lual/Salga Proprietor or Slt')fgle -Merriber LLC
Ll Par'll
LJ i LiabiHty Corripafly "C�,"
LJ Umited WI.Ality Cotnipany "S"' S-Corp
hlmr tee LiabMtry Carjjr�arjy 'po Partnership
0 fl"r e
Ui� If a corporatiori, arisrwer these criuesticms�
Date of lixarperadotriay 7, 199�
of dmorporatjorj;
Presidelit's Narne:
CNaf Execuftive Offici,�
,V4'Q1—P+Q444f4PO4a,r, N a Ili, i e B(q,'naid Ashkar
Secretary Car" Clerk'sNaMer Bei nard As h lira
Treasurer'sNarrw
3bIf as parmership, armwer''these (;6rriestionsr
Date c')'f ojaliizatloro
Organized Im
Name of afl partner,,,� 6°m4ng more thart a 101,Yti lntereW
D� esigriate whIch are Git',neE'al or Managlr)g Partriers, Np,
Blt) N: ENG -!'19,20 Il RE[',3q)
Vista Canyon ilufti-Mod l Curter 'fr„ain Station
City Project Nay, ,r
City of Berate Clarita, Californ
9 i�'uY of p;' w kB'a N1k:roVdOfrti 0.� � { G ""�° °gin 88aa's�ur L iCh km 11 llia <��mA (G:�d� �s A); Bo d�src���,�shkau (talz. s 0)
Vcense nurk'ber; ,....74773.7_•_-__�"Vas:a: 7a/B Lxpi[rraUnn Dates ,ArwH 30,2022
DAR Re 'ktr at'Bkin V, 1"00F0004 r
5, ("'OWit CT&wW� Representsative: r3a a oazwd As kar
i"�1;kra, E.Mcl: Execut ve Officer
ptrarua q:ca�r r ra"h ad@V,•aalrmi
�utNmar Chauuman & Pm.sok enr
6, r @ t the major construction bear njaak.t s y ux, nrganiz aE:Va:bua has in progress as of this dateFleas.gee Exhibit A
A,
Project Locaaflcm;;
„Eype of Project:
e
Owner:
Project Locatim
Type of Project r
Project Loccatow
Type of projec"V
PROJEC,"r OWNER
HO')JECT NAUX, d, 1.0f]ATION
0EUYM1P'l'I0N / VP, E, 0Fpftojrcr'
I Ii I (I da4 I VIet'V fVOIOcT of M I owfimck /Rosa Park an6
I'mmd JRl ff.'rm a io 105 Fre('way 'md sollafla
OM I t I Ip'u Aw,' Y (I 'I mrlod A cm, I flackago H ;p no Y01 b,^
WILLOWBROOK -ROSA PARKS STATION
— I YAVWTod Illo 'x M01W 15NI'll'k iVIMAIWOH
PACKAGE H
eNh!'AmA (El A I't 'A' m'k' I I akdv�ql�" wrm-raA Platform ;m'�
LACNITA
mow.zaww' ' ' hon oivaruo Nom, p,,deodan htry Pathway, llubh� Phwa
11720W�LMINGTON AVENUE,
awl imewo Huo'hng'�" fiubay&,Skoh'no ami sigmag,,, pml� wivh
LOS ANGELES CA 90059
voi'xod Cha hoprwtwYww , 11h,11w, 2 �wp� of work if, cou.m'uvt maImly
Who 0 ,,, Plau'mn impvw?"muWJLm"
Canopy A I lackq,, a,'n volo'nrdmo L,'wtomv awI °�nion
, Wif I owbroo I, Avo, oO Mouo Hlio, LIU,, flocIiric"d
& Com I Iawwuoau ro"m Y I! Iqww4 III I Ieur
OWTHIN u sIadon Nhon owl,fiq de'5(30
lypw, Hi, Gromp A-3,fl, 1Fufly SprIoPIooA mM
I, v" hlkkm M'WM'UIWv 3R14dfilp 4'l (Is SQFT, 20-�Iwy, Vypv V-D, Grwy y.
VA11PY SHERIFF'S STATION PHASE HI B
P# F3023 / BID�ENC,18-jrq-F$023-1) 26201
CITY OF S�ANTA CLARITA
Sn
H,colII
Clahto CA 91350
t W01p Ar.�,i lroOu Udo.w'I," )Ilklo'a w4h
6m,yry, Pakmh AI,,A wuh Cmwpy, tkod rIr� SuImA,+ Avm,
Mo I flu'affim Symono" Portmolor q,owky wan", & Goe"
rd Now Cal"w" / 71117 11117
N:Ijon 25,600 SOVI, 2OqoPy Typo 11-A R, H-Pa, GroAp A�3, I , $&S-2 ,
S' ViOI - m"i a Molopole Commmdty Taw,w, 7He, Fqoipmew
MALIBU CAMPUS SHERIFFSUBSTATION
ROOM r %WdSe�jja' , A AJC Cun� roo llarkafhg '&� I
PHASE II
Wo&, Iju,ImNq bwr Bask hmi��d u, D'yoohiWn' I"Arflw"n): ks'
SANTA MONICA COLLEGE
q %OhS
�'v'm'hh on C'rade on Cm F aiuncmodmion, Swnoural SIodl
COMMUNITY DISTRICT
PRCIJ NO, 7100015D
�4'amiog A W%0 Do'k, Earrnor OM WIM, Ru S�mllo
2,3555 CIVIC CENTER WAY,
hlal,ai Pvt' membnmw & Green k,Wipq, Munnum tia&jj
MALIBU CA 90265
Shaafihg h Windcm, ° ooarfty Glaw.h1g, HoHow mewi Dow, haahor idetai
FlVam"
& knom SIgn�P Projcvficn Scv',,lu, Todor Afrpsw(w�t
lr"doky A SeA ah'v Sy5ma'
canyoo Comory couumnlOy
Celnor Huikhog, 24,759 1,Srory,Tyjm, H-14, cruq, A. 3, FIally
S'prinkle,roil jiId Outdmm t4lovouo"A� Fadhn&,, Ill' S acro yyrolle(l mtv, - g.
H""'roAlIon'A Facihtws' Indoor A Clukkwr AwnInp% NskCbAll HaN
Goku I, itiw Supte Aron, Shodo Ckadoor Marko gi Rontronin
CANYON COUNTRY COMN41JNITY CENTER
III& T"m'Immor Ir.10, Gatoway Pk2a, Phygi ound EquipmewTradt
Pft P3020 /BID# ENG-18-19-F3020-D
�'Vlckmapna & 11'6dug 'fr�,,, jjdl�y'qI� I)IJI, jh�r
C� TYO F SANTA C L�AR ITA
4,b tmll I k"yip G vm I hg, Caw: v m " Spvom, Fowl V I g 4 if a b o t, Gu a do, S'jTo
18410 SIERRA HIGHWAY,
DulftIes, l4od Frfluing& Nkul N'ck' ww'd Frm"Iq4 Rooi'
SANTA CLAR(TA, CA 91351
qhoo mo'A &' of tn'pfasfi," membravo fkooifhlft Mfumlwy AI,
flulyuw wafl folmwffig� GA' plow Bumd wafl, Coamk' "'yeale k wooll
Flooring, Gymumdual i'Va" fladifiog, vokfing PanITI.It NtIoll"g,
CaNIXIIN V.fild N Qlllaru C"Il"wri op, Tole')t"opiv llf,,wher, Afl del Ie RoW,
Tolm Artl""'srmlio" slp4ago' II h)('d SprviA°o'
Nowhing
a Now (in, of RNERSIDF, MAIIN
LIBRARYBUILDING,
HIC'se,qwdworIv�
pnclkt&m bw Ilig kmAod pt Pjl'ILd T'Ionwfidw' spr'ad Fowink, wick
NEW MAIN LIBRARY BUILDING
Grade beaw md Shb-On-Grad", ("'u'reto Mwar WIN, PodHoor
CITY OF RIVERSIDE
3900 Mission [rill Avc.,
awd Rocd nn: SmIclund Sleet Fnmfiltlg' coneme man v
& (;yImim 1'rmoins, Wan, WamMoul flatio'l, Pvt] mel"bralle, 711,
Riverside CA 92501
Ho'46lg A sho"t Nlotai Fhl:aAng, � h,�Iluw MAa. Do, iN, M wininqua Whulow
A Shirefiront Glxzmg Gypsum Hoord as Plameving, EIFS, Tackthl,4, WI
'mM r3wjhllh
Pfwn�wqg Hasming ,N" Coaling Sy.wlemi'
Ehm Iricid, Como hm"val hm, Fn,,, Alarm, Ru I,qjk,k,qpjuF, (,q aJy
F'ut roand'ialg aea'
LMCC:" D - MATH &, SCIENCE BUILDING
The PHASF k)I'Marb & Science ffifflfflng at Santa Monfica
SANTA MONICA COLLEGE
PHASE Ir
Cofloge Nbfil CUllpkf� k so Demolfldm of Letters & Sdence,
COMMUNITY DISTRtC'r
1510 PIC BLVD,,
Liberal Art & Commfing Building and haernaumal COme'l
SA TA MONICA CA 90405
wilh A Gootochrflctd lnlprovemvnts
Oo�',wSgn Envelolpe 0, (,iE2(iE.'i3D-F27C,,-49C,B-� ,:�,BD-2807'(iEl�,,,-E,roF2
CERTWICATION OF NON -SEGREGATED FACWTIES
Bid # ENG-19-20-330210 REBID
Vista Canyon Wlufti-Modal Center Train Station
City Piroiect No, 13020
City of Santa Clarita, California
The bidder certifies that it does not rnanntaln or provide for fts employees any segregated facilifies at ariy
of its establWirrients, and that it dioes not permit its ernpk:ryees to perforr'n their services at any iocation,
under its contral, where segregated facilities are maltitairied, The bldcler certifies f(jrt1jer' tl"4at it Wj�j not
rna�rrtain or, provide for its en'"iplcyees any segregated facilities at any of its establishrn(.'"nts, and that ft M11
riot perrnit its ery)ployees to perforrn the�r services at af)y IOCati0r), Un("Ierr jtS or)t:k,,.l"slq W
["ae re Segregated
facilities are rmaintairrad, 'The Wder, agrees that a breach of U-6s certificatilon is a viola0orr of the Equal
10p�)Porturlity claf.'Ise 4)this Contract, As used in ths certificaflon, tflgelterrrjq "segregated fa'.Jhties" means any
waft ng roorr)S, WQrr k areas, rest roorns, anci wash roorns, restaurants and other eating areas, tirne clocks,
knker roorm arid other storage or dressing areas, park4jg�Vlt'ssdrinldng fountaVns, recreation or
entertaInrnerit areas, transportation, arid ho4,d0ig fa(!ilities provided for ernployees which are segregated
by explicit directive or, are in fact segregated on the basis of race, cireed, ccr�or, or naficnal origin, beCdUS(s
cif lmbft, IOCA CUMM, M Otherwise, The b4dder agrees that (except where it has obtained Wenfical
certifications fron') pn'.)posed subcontractors for, specific tirne periods) it %vM obtain identical certffications
fron'i proposed subcontractors prior to thus award of subcontracts exceecling $10,000 whpch are molt' exempt
frorn the pin ovisiom.rs of the Equal Opportunity clause, and that it MH retaln SUCII certffications in its Mes,
... . ...... 1.11-111-111111 . . . . ..... rta Asbkajr rr (Jflu Fxecutuve Officey.
Bkicfer's SngrlatUrP,
Required by t1rbe May 19, 1967 order on Elirrdnafion of Segregated Facriiffies, by the Secretary of Labor —
32 F,R, 71,39, May, 19, 1967' (RR, Vok 33, No,, 33 -- l dday, February 16, '1968 -.- p, 3065),
HH) ra � NG V) )VI"'U.00 REFM50
MwSjin Enew" lDAEMEMTFUC4rare XMDQUMEWEW2
ffid # ENG-119-20-T3020 REBID
Vista Canyon Muld-Modal Cerster Train Station
City, Project No,, T3020
City of Santa Clarita, California
FS Cqy at SwaA CUM Ims aduKed as M"MMpd 130"m ImpMe VMQ Prelmm M wpoo federMly Wridef� woh-ureuients, sw cy nmmiy
tl[e,' pdrticffiMKn al snwH and Dwadanuged BuMnus EMpAm in As Wdex"y hatred popas and IS MM is 01"ded to pmvWe anktarwe
10 hat Unheswa, Usted KKw aw do nwms wd 5MOm 0 qw Nnies, of lsus4)ess of cadi,.,uhconlractof, and w.,ndor vAm vvifl ppriovar vork
or kflwr cif K Mwu M % 0 1 Mwq Of $MMU MNOmn 3 gmww) W tM pnme wWacmv MW hA DR unmp W Krn wad wwai
rvceupi' ')ry reqWmd 4 "MMMU wtor N pu &ON, as a DBE. Ono Sukan"m oui s stall be used fM orit tl"e ft)m-n witb NA, IPdeuuee Reid addffiotad
SMMS If
UR MOM= % DoHm "bra ue of Wwk
.. .. ....... ............. . . .
nt i il Ye s No , Annual 6ross
15 Ce M M g AgAby'.�
Mes"i
A v eta I e? "?3 "e e'?,100
Mr; Nws: Descilpon ca
t
L
LJ4-
JA
L KNne No, EXII), Date; d PhCow
DIR R"MmWn No, DoHar Uue of Work
....... . . ... ... .. .. ......
willow— (ML Yes No Annuad Gross Pie celpm
Cer Ap ,ericy';
77, a t i o r7-aI7,1 6' t c; e a,aP
Ba'lio . .. ....
. . . . .........
I.Mue No, "p ME
rid a rMlor DfR fiegstradun N(,,), DoHai' Vah.je of Work
. .. .......
1) Ei E ; yes No Annual
Mylng Agar cy�
a ce cap7 17
S (A I N — ------
[T�� i
........... ........ . ... .. - ------- --- . . . .........
NOFE: A ffidder ou sutwon,fracwr Aull wt he jWMW M tint mQe dMed in a bid paWa&Jec w he wTdmMvM CA Sechm 41M of Be Mw'
Conowl Cod, or eqage in Te perlonnUMred MY M000 VPUWkwwK as Mwd in At dmow4 wles am qw&ywydwqu
PAk WMIvImmaint to Se"We 17215 al MAW Mw R k nut a &olawn althh MAW= ww4mened bMK tr"Ampf "w sw 5 w0coAd by
SmMw 7MU d9w BUSH&SOMW M164w'20103,Sof d,te PWAIc C(ale, pr(aVi(Yr.,(9 flie, bidcfer is regisrlered �o fm�"'rforrn
pubk ;wHk pumuma to SaMn 17215 of Hie UM"Aw m to bm on cantmo h mu&,ri,
WDV: ENG1121=20REM
Bid # ENG-19-20-T3020
VISta Canyon Muld-Modal Cen ter Train Station
UtY P1`00CI N0.73020
City of Santa Clarita, California
t�VThils -rat ft has bidder,Y1pilec;,r I
proposed subcontractor Askna heireby certifies
has paftkipated in a prevk.)US Mltvact rjr sr, "lbrlt-'C't tC) the eq U a I
0I POI t t r n i t V clau -, e, 'a s req u ired by Execot Ive Ord errs 1, D 92 5, 11114, o r 1. 1246, a � id t jjj�.) t j Zj a'
-� the Jo�nt Reporting C has not filed rAIM ornnnitter,,,,, and DirelctiOr Of Office of Federa� Col'All"actr CornIA- "( Gcilvermj-�L'� yt contractjsjg orr a,Cfi,l �a� a F -Aeral
. i�rqstedng AGENCY, cy tFK-�, former President's (,"�Oiywnfttee an EqUa�
Efmrloyrrrent Oppr)q(jrj�ty, �41� r��pp,)rts t:�Iat are! u rider the appkaj)fe ffljrrjg requ4-ernent'
Company:
Y -
it I E,
Date� Ag' oz,o
NCAE�� 'Jjrje, above certificahon is required by thcEquaq Empgoymep-rj- Opporturfty of tFle Secretary of Labc,�r
(41 CFR 60-1,7fb)(Ir)) and nwst be subrnrtted by bidders and propo'sed sUbcontractors only �"n c(gar-uekjjojj
Mth c 'Ontracts and subcontracts VvHch are subject tc.) the eq.iaq cap portunity dause � s set forth in a1.1. CFR 601-
(CierietaNy ears y contracts or subicontj,�-jrfs <)f $� , [0,000 Or under are excn,,q)t,)
C'Urrenfly, ffie Standarrci Forma 100 (EE011,J) jS the ori�y report mquired t)y the Executive Orders cw thefi'r
irn�e �',�mentir-rg regulaboj�s.
Proposed plrne contractor-S/bider zmd stibcontra(.-I-OTS who have parbcpated in as previous corltract o8' subcontractsubjectto the Execudva Orders and have not fiNed thE! required reports should note that. 41 CFR
60 1-7(b)(I) tare ver)-ts the amta�-cof contmcts ar)d Stlbc,'Ontracts unless such bidder submits a reportcovering
Ole C[P-Hrll(jUent period or such other period specifiecA by the Fede'at-Vghway Aclrninpstraticon or by the
Mrector, Office of Federal Contract Curnp4ance, US, Dq)artment of Lablor,
BWL ENG-19-20-r3020
58
DuCLOgn Enve9pe (0: 6EMENTFUDMOAMINME WE W2
rm
P.EJkLGNAI-1QN-0F sugcowrmjpLi�
Bid # ENG-49-20-T3020 REBID
Vkta Canyon hAulti-Modal Center Train Statimi
City Project No, T3020
City of Santa Clarka, Caffornia
[hv LIQ Ot SWAM MAO % MOM a MudvaMwel Mmo hmiow Mul Nymm m sqr"iq Mm" hm&d pmuumnM Ore 04 m4v
Hortidl'ot4m ol �'rn'iH alid 1111"advantaged, Hu%rnvs� EiOrprlses in A fAmA Nn&d PIK" amhlds Oe a mWWed K prul& am%me
L¢awd 4'r0iowme the nalmes at WWOM 0 "W Ones A bzMe" A vuh utumamw, myNor, MW vuhm who MQ,d,, wori<
or orrendt"r seroc',e inexansof oaf i pe=4 m DR onaapohow err aMwimml
NnoWdWdWK
eau ue�rwrr+r shows 0 imeded,
M Rcq�,"�,lstralion No, quo &ar'VMuiof Wc)rk
Ariirn,ufl Grc)ss RecenptF,�
YV e!s' %%hq Agency
Mlr"77117'11 737�'-,,,
4, A)t)'A 1,(-
phon (.'rf vv('TT
L
By flan P;
-3h zoo/
DM R"Vs ratkn No, DaHar Me of Wo-
DBE: Yes No
VTata(m trio;
— — - - - - - . . . . . . . . . . .
—5, IF, "�' �T ll"—(�T��
Phone
5 L C a 71- IT,
i Registratron No, DoHar Vakire of Mxk
. .... ......
DR : Yes Nn Annual (,Wioss J
Cen4hng Agmcyt
7 7'ess - — - -------- -
-VS0w&A7xn NYT
"meme 10, .. ......
A hi&:lruai n ;QH W be he,maym
_
1 = m B wu W Wmn %"Jm I tu I"& mcWKQMeM5 OT SeUmn 4104 of Gm Mlrc
CoMm Cudq or enpge & ow pedwmame 0 MW cmmya 5, NWk:Wmk as AM 0 MN 0qWq mWe cmremNmgMved mW qmUkdW puikm
PUls1kc, WOOr pursuant toMon 17215 0% Labw Code, k k, ncm! a vk,4athaor oHOS ^;edkm fer an ImiqWPmd Wd% W uhm[t a Wd NN k MMW by
50hri AMI WHW BuMmmand PmdeuKns%*a0qSmGsn lm64 m2f=15 ufle PuM:Coqltr�id Code, providedifie IAddei is regiOer Pd to peg Wrn
IMIAW wm* pwwml to Smian 17215 of Ow LaWr Me W th 1410 tM cmtmt N amr"d!,
OPPORTUNITY CERTIFICATION
Bid # ENG-19-20-T3020
Vista CanVon MWU-Modal Center "rrain Station
City Project No.T3020
City of Santa Clarita, California
I hs hici der .. c - o - n - W I e - s propc�e�A subco,.1t,'actor Barcelu� Corant herel-)y certihes
that �t �'_'IS h a S rant part�cjpated ir�, a r)qra,VB()Us contract or sub&:OvOrract SUb ect to the eqt,W
oppert� unity claUse, as reqU srecl by ExeCLAp ve '10925,11114, oir 13-246, pan d U 1at it has, 1,10 t hi.6 vIcA
filed with thra^ Joint Repoa bng Comm'itt ee, and of (Yfice of FederahContract Cornphance, a Federal
contracting orr adi,ninistering AGENCY, c,,w the former President's Ccxmnittee on ElCluzfl
Ernpoyrn�,.nt Opp� ,)rtunity,, all reports tl'oat are undec, the apphcablc, fifing requircr"nents
Cornpany�
. ...........
DaLel�
71 0 "Ill")
. . . . ....... ... . .
- - - -------
Note: The abovf,� cortification qs rCCyUh,-(.,,.,d by the Ecjuzji Employment Oppor,u,a0i"y crf the Secretary of Labo�
(41 CPR 60-13(b)(1)) ziiA must be submutted by Udders, and pioposed SUbumtractors cinly 'ln connecfic' n
with c-ontracts and subcontracts which are subject to the equal opportunity clause as set forth dn 41 CFR 60,
-1 5, (C`.,�enerally only cointracts orsubcontracts of $11'),000 m under are exfrnr,,�t )
C.A.irrenfly, thca Star)dard Form 1.00 (EEO -I) is the tartly report required 1,.-)y the Executive-, Orders cn, the?ir
irnplf,�menbng regua'tk,)ns
Proposeld prirne contractors/Wicider and subcontractc)rs who have i,-,�arflcipated uro a [)l,eOUUS Corjtj'aCtojr
SUb(AAIIJ,�af_t SUbject to the Fxecutive Orders and have not filed the required reg,)rjrts 0,mt.k.] note that4l. CFR
6013(b)(I) f:m"events U-ie award of contracts arad SUbcontracts unk.SS Sur:h b�dder SUbrnits a report ccwe� �ng
the delinquent p(,:NJod or such other pe6od s�,,-)ecified by the Fedcral g-fighway Adrninistr,rticri or by the
Dof_jr�(�,�rectorl I � - of Pederal Contr,,,wt Cornplizince, U.S, Departrner')t Of lrabot%
B I D U: L N G - 1. 9 2 U 13 0 2 0 bra
R
IM Up, All a � %Ir Mal
p0jeuts 05 a wove,
BA
Project Supa! ntsndeft AIWAT-MAK
&I K, _0 VA Amok C- i a
FANSO intinnallons s rthre6 (3) of its our
I rOrl Y Wrn&ted ProileOW. Narnes and Onsgenced We
Is cuV�nt tnd vafjftbla, `Tide llsfirQ 6e qvid to assbl MtriPlaMe With fh4 s"ta'
qt3-W6.",,afJons tn ParapR, ph$, I tl. Mr e; sepeey th, ts u Q I P6, 0 tod mhilm4m
ased, 0,61ain 8"1 cftflIon mIra g
:J11kokl4cov': zai;A 4rlwe A A, I
t al Nam a
I ,oc�tt-ch, CVILjlqAm6iT4�o
Qolnwodp'taot (r)an.le old
CdmL Mw-, or projexi,
804": EW3-19-2648026
(nerne and phono e,qa
mAJ
Total �wisfrttctf n e6st,. e
p
fr
Yes, l i
t
i
f S Extensbns Granted (number of ` �
�'� �.,...�.: sap
s
x
Actual Date bf Corropjeffonz
e
Number of $fqp NoVoesad '1"bogr � r r r Supror ; ..��
3
tia �
ca�.q, ,,..
Coral, M.gr, or � h r, (r jr; nd phra r r
M ENS-143020,
Dc*CY[Pild1l Of PTPOMt SCOPe of WCA Parkwned,
M
.rotas construmor, coif
DM Chaings 6rdam exceed iov, of orlginal cqtjtrg
spirats Shoo t
if y6s, oeass ellxp
Oelgllflal t7ata of
GMTAed(nLMftrPjf
bato 01 GornpIvUbw
Number of Stwp Notice's f#sd byStjtao 6trwt6rs rs: or suppliek,,� s
t cx
Cwhbr tordadf -(ni�'ms and Phd*i
tor),
tt�
t4itifi; rMI-10-10-T-3020-
176
carmt,, mgr,, !or PIDIP(A Vior', (rruq, phont,� number)"
De,scNpdori of PrqjLiLf., $C,4)ps bf Work, petfopr�je,,d,
T&a,l Oonst-11CU06 -cost.,
TOtal 6haRga 0�'db'?AMOwit
DID Chdllge Ordsts,exceed 10% of orjbjju,sj 0,71tract. sum?
separate shastx if yjes� plea"S, a
'649!Pal Schollbd Date
e Extmlorm Granted (rjutja r of j)ays)- -i5�-
Actual Date raj`
KVr'nber or Stop NOUa6$ ftld by Swboonirktors b� upflew__ �Ijaklt
BID
Oo k.uf>gn Erlwrl.nlQ':ap 10: GEM AD k 'iG.4-6 AME "M M YE W
Bid # ENG-19-20-T3020 REBID
City Flroject No, 1'3020
City of Santa Clarita, California
ThH Coy K A Sa1 it a WHP 111"., aural) ed :i pal{�ACI°rairhlr.9YV(:i pCI NSII�,tiid P'.Ya:[?6 ArIiW �h.VWJ I fl.NK;B";:M W °,dlhu() M h 4,?tf E'Y�1CIef il4YltlW ( Qirl¢,Id4'"a.'PYkC!I M -A� M ( Bi }C itY"¢"bl Mk'Aar PnCrlellog( ;td„u t{6pi11gg) cj kaa IYYI A, I ;I D1a1(Ava"
LI N1 Ci l.i ak,V: 4F r C,vI ""d k7('4taw e YAw it 7 "S
"11
Aged("01d's`.Im.`,Mq)CKs in Ks Nr'PaHY Wed J17tiC[IP"u51[fl. is 11""t�^Itrt{f, k"Cfw @:PYr,)VrIC�4 �p,";.i".;1 ral"IK ox.
3ali� W p6'V�Dq"I' A TW �1f to l Of fntA,l!" nps ()'f� a� m l! I¢�.iCnmr B,'.f.uq sI.IpAWq and tiY+"GBCM€ ; aJJ W YWH
of
C71' dh54Jp C'[ Yls�l Y ,t.'I3li .n INA oYx✓EC a; ^ r I� Iy (CY' � hJS
Ilutra,#ig171'CA kC 'ro{.PAI'fr,717CI`caE;.tutl
P s {=^rt Q': P1Q w1ri,1}rf�.� �k"J�Y q;k➢M1 V G I !�I'J,'� 7Y t'I } �1r
d7e,'Ptwn, 4"JCkrk
t'".f'4C' 11Y Ig tlSI C" Y;;f"YiIG <.!h4.,@l'k"8•L�` 1i{.)Y)"9� `1x1 {, aIP-,G¢' f5Ne� {nIFl risb Ytl I,U
I;
f1 needed.
sheets eea:d.
A.dwfPCBC4Yd VrVY7ky wV' v1 V7l„i�:.,i4 firl "3LBfl,7t;,i117itl"3o
lCi9"5 V4'10h }4n"� vi"A 1�)>f Nf,m8.4!{�.Aipc3M1'I MKIi
hv'i A. tiI1Y
�itlkdaet:xr+�tYaaceGak
.�.
LAR RE-19 ra,dhcon N(C
�.:,�..• ._�.�..�..."___..�..
C: oNar °ff,adnt flal'Ololit
2t,
....
—.
DBF: Yes No
Annual Y.a a (�u
ro^q
CerW�"PO"X�„ICM�%6'1 Agency:
9t p
Q phho," ,�a1 °I� cool Iol 06�
V.aCr,dBdtau'r rdYicd �aA... _"_� _ _
rw,¢pr'pr »@,'fy
... _._ _. ......._.._
_
y�y �,�yl'i,�yp
"" d' R "N F
pp ® $I u��2��{'
II I b Oiui,J� � 1� r Y G !d' d�F
y� ^I ��pp m
,MV nA., n + 4 iF
mm'/
.
.... .4.
�
.,
....rv,w,�..,,..� _......
FFx aq�� k4e
flw" d �7yv '
fha'a �'knm", lA `.rra tla,Y C hl,tl� :
t,.'d'tt::y;
LrYd !fiPrar�.�aktc� F' tlt"...�
_ _...,m...w_.lilliliti_.. c __........ _ Y tiktl tC ,r.:,i
._..__... ......_ ..... _ ._..m...,,,.
Ed °Ia.htrtHtarr° Ptl:c'g'n1 Wtkrro'°,: B pr ,r�pk�tC'�Galru rr1 +�1r,�UWC
Vyff Pua a ytl der a 4"A d. I':xt HM We Q'y1� n°raQ�@�a,
Age of b a-u .,,_._ __...._., _. __..._ _m..
)BE Y Wx & _,. ,
�.m..
...�,. W ... ..,�.... ,. .�... ..,.. _,. ,�....m. ....___..... . �,....,, ,...�......._ ,...�,.... .,.._.__ ..........m....,.,�
N..rxe,i6u+'ut'p �eroua! C-rfMar:x= 4pf Cltlx.,,tlh¢r.n!w rplltlsd�M.,
BYd SC ItrtduAa, Ita.,,rffrl AyaQ',: f:,tr srsp)Ptir,rkl oaE
6:�A1 Ayxh�rc: � ay � h'll'taxakaa �
jyp3L4 A hid( ei oro u,hrcontraar.P.ot }1 f@I Yuoj� b rpu°±Il;iu�� t s C or:k irrl, 47 84�,a1.°i dkt ^i R:,�f�4.1 wl,alg,r,,al, �r.Y°Yl4.r;a t41 iPw rP�4�;ldrr veer"Y�zr ruf �o-q;x:i rol 7trt�i�af klrr 6�lukal4��
�4rG¢ 1e t t u alf,t^ uar fl Irl ife,� Iku OW �11�to O , M a_, cif w y fl�rali W k (u::rr bxP.ulaflr,, Wol? °a^,, def ne(j wflP h4`Yirr c AI YW°dflrr', ddlrlflr o d.equ.: Ie q+a{'I , o tarp„t at r, Y 1v(grr0 raf V P'�Y`a)kq,
@t¢dWiC eQrral ha PCul'- da'W tarSUM d.r a',.rr of Hw k a w CAn K N q-irM .Y °dq+?I,:u4:lrm W tdA wa tlon No ,.an uuno'cr,r 1rtm ed kadc.da.iu r to r>t1tYv adR a bW th aG I"; ?allerA o ka° d fly
titan r1029 p a,.rt the Busllt> h, f d f rote mart- (ode uar by o•Mon 10164 u:a 2f)lo w s of the F Io:Air k. CnN a:q l C rf q her wsirfN thug 8ryti,;rr h mGql ,t,amd Lea ra0aasrrY
1a11ka H is M k tnU rind A t.a_1 sawn ins 5 d Hire I'.ih ,n t:Odv 31. the t lrn,� Ow rrrrotd,Yo C la ,al arudu=t:@.
EQ_UAL :.EMPL0YMENT OPPORTUNITY CERTIFICATION
Bid # ENG-19-20-T3020
Vista Canyon Multi -Modal Center Train Station
City Project No. T3020
City of Santa clarita, California
This bidder proposed subcontractor uereby cerfifies
that it has has not participated in a previous contract or subcontract subject to the, equal
opportunity clause, as required by Executive Orders 10925.11,114, 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, aill reports that are under the applicable filing requirements.
A" �If�lf IN
Company: [' '5-
By„
Title!:
Date- l�2 4"' (", i z r/ I F /
Note: -The above certification is required by the Equal Employment Opportunity of the Secretary of Labor
(41 CFI 6,0-1,7(b)(1)) and rust 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 requked by the Executive Orders or theilr
implementing regulaitions.
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 delinquen't period or such other period specified by the Federal Hi hway Administration or by the
Director, Office of Federal Contract Compliance, US, Departrnen't of Labor,
ENG-1920-T30120 58
Doc"'u sigi w i oa^amW op n ID(,,,iE26E331rof y w .,4&,I s 3,Bi :N ' ra7fsE l FE I F2
Bich # ENG-19-20-T3020 REBID
Vkta Canyon Multi -Modal Cer-Aer Train Station
City Acged No. T(0
City of Santa Clan a, Californa
k draped "a ift��&warflurppp d 4tcusutiba.,w Qrsfl,t'^w'IGaA awe tlft.,pF',;4 j R"u'a,piram acm Own Andmily tuerud ed parr a w4ti'irryrat Uh w p,a¢`mrnwal
hic:MaiG a" "trr*tYr&%g4u4wdsa t p F,4
nr,ual.rlpk, drP P wBhii(dyaUon 4.rf' seta H and tat ac!v<n dpaz at EisflSm s f Futrew¢irn w7hn h fa.c,pn,rMN fasr'rs#wA Mats uC d ON sA ps nte:*raehWo Ciao+.raoirle a s{^'.tw art
W °villa h ba"n se€ , k is ctl !sr b w an ow n mws mW kea.nraw'r,sw awf W, palaws.c e mwa ksa.;rw,urdw M cat ea wdl .,r6taC;OW r4ae.rnq sumlkq and v n, al who W! aa.^rtearpai work
W p,aladr� ayr r o ttr r ndi r in a �.t es Of r Of f Cwrw c"aH M rat "r U(.p Ipp'Cl1(trrV`;ir iaa'wwm a tm Fwrew;stw) W Owpnnw�t c wsomc rr,.a 'cH ioum P.rio C' a ��t,atla ap ai` hirusa aid ,=ap'tr,w;;al
N
a ra so- m@?t^, "ait, ar^rta,wupmhai st � ayVr d ait'ttr�wd:.Ysam r" tl ,artRasp aGi¢s,p ,s Qd ki& �, @G *u.� sse ;w miri,Mrrw.area rd4 fyka n+et"9 CRtlB r u,dt tlR?aA darn°mvs i4k kfkh, (w e aaie aaefrf efdlWona
alw,'kP C:a#i'';4 Me tlr
f ) l R � R fif Piit r"aal t � d"u B i Gb
N� 517 ditmp°w"1 /"s
f"aGfk °v°r b d f�➢as a
f is If a� as�faas
f e 6 td�ap'8V6 sp,e'Vbl",.
aJ 1711„1
�fNlri 7a IY,jf,"sweiule Itw;,l"r'N der"r;;,...��.,"�.,..�,.".. �
."
/—
l")-es(3@ptlfry.''YT'NsI:7n 0 \5vCy,t..iw
(
&I
--:sir+,., .�.�rv�":
�uaRae r�C�eaaea.ao 7i�7Vas;s,a^,,tr"aGRsyn
ekes ("rf t! VYi, )H Yes N o
C enrfyRoWA "cy,
an au"W Mwe 0 6Saaytwes,s
,(r S B"wC ude W`at Naas; I V:f m mtpatneram m,af"yferp'Ne
reense No, �ypa Naawrwt,
p,7IFM fiyq°+Nmf`9etn No,
t::a r trfyh T /Nk„mrw.y:
tuac"rmga°n at W Mace d B wlm mo
e tltmn Rkca',rb" � Dm ,ehVprtmoe'ef
LkNve Na,
f'NaaN@sr "w°tvhffw Of
a.au�k
Aardswana8 aae"awr R-('eT}atSc —._..
WIT/
P R RY Ga 0"V t'.
B::au H,fl Vatlmse of Woik
o'Ir adaR Gross Rkec Rpats:
phWW
f:rcwdR to V I W I,f Wark,
t'tG'irmcu�ptl t.arsa s fit s;asi0a�,:w�
f°V"acyu"uww
' :a i �
E dat r rivaVrfur. c1 seh Vsmt; sma tlaa.+ lack et trr Ray t gai ubp ma.,,ad m hCr1':G Ps.l the d equaaue me ws of Section k 04 of the PP'.kbhc
rmP or o.a#aa,auiEm�cta,i� Iy+IV c�us
i f fr,.au gauaiuRiu �r�woarRc as mCexBiined M Ulis chapter, apater, ndnier , a:un a.M y rrdt?uuryeitkxrf maeuri eprm,al+fic d ray flte,rlo:yo"rpa
t.nrryCr>u{ t Cod, ara a rsa�;a.^ its ttut uesw4rwq,*d srie,ks wrf my � u.z6r6r"pc,6
f . NY S o 4 rakaemr G,caels, R k c"W a a"tlarRKe'f'Ji n o rt6a s r'.'c khn Parr an cua"wp°w;rt;r,1u.^ ed B:rmslets^m M r,4ut" mRG :a biat RB 0 m: aaauihsmrk ed by
r�suatlic.,wvoarVaaeum masMpkrer raivaaty B7245 y.i8
",a�e8rw:drmo-9.M,tt RaatClio-"k#mas'gitmw,wurkV mrrtuna~upeam'n Wpm yRaaatRtso,ist1M4aassuspt735t:atilycy!rr.akdlrr4asdiGimutrwoecgpur'ryarwa.twru:f'M kunciala;rk pr,ia,jc,^cdW,exi'i'ayorn
Cam.pR.rtlmu. Y eau k tlAkaY"oadamtC to Seaimn 11245 of Te 54t e::a:ctt" -as he ta¢m t.trae esarmts taua k aw ardtew(a,
Et D 0 E NG ➢9 0 P' ltUO REMD 51,
EgL�LkL,.E�L�Lo—)LrvLiN—T-QLP-Qi:LiLQ� ny quinc�a�LN�
Bid # ENG-19-2043020
Vista Canyon Multi -Modal Center Train Station
City Project No. T'3020
CRY Of Santa Clarfta, California
ThIs bidder- /�CpAi Ile"
that It has proposed subcontractor certifies
_31 has o t participated in a previOUS Oon�ld t Tor subcontract subject toet'he equal
opportutifty clause, as require_d by7LX ecut�ve Orders 10925,11114, or 11246, and that it has '' hals 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: t b'2";A/ AA_SC)t�1K-V"'
By: XA
Title: AAW
Date� 2411 11
N'(,-)te: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor
(41 CFR 601-1,7(b)(1)) and Most be submitted by bidders and proposed subcontractors only in connection
with contracts and subcontracts which are subject to the equal opportr.,injty claijse as set forth in 41 CFR 60-
1,5, (Generally only contracts or subcontracts of $10,000 of. under are exempt.)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing reguations,
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,
BID 4: EN&J 9-20-T3020
58
DamSWn Ewehpvl`.)4dE26E33[D,-F2?'C,4<,'�C8.A3BD; 280761EWFE I Q
I
Q ESIGNA'I'ION () RA('-F(.)R
Bid # ENG-19-20-73020 REBID
Vhta Canyon RAWMMM Cenler Wn 51don
City Prclect Na. T3020
Uty of Santa Clarita, CaHfornia
I he CRY uf Saaa CAI ad Ws adqAed at DWwrMWd Mmy U"qQw W&Q 45-m W opport N&wh Nrakd pawwmo an no ENV Am lly
(1111COUIAtnn' the a �101:1 okmad
a nd Kwh"s WKINkmSk"WhCh ad vd P I Ws aA n d" A e mKKAW to pmdewwwice
Ll'Jed SW dm
trot afd)i w renc.Jvi, St. qvfcevwcey of
do nmwn W Qwhm A Uw pAws & bin wlwy of ME OKOAwwh PVWwq xW v"dm who mH "amni wcok
sm
gm" ;NAWs mv mqWad 0 uMmRaWn
K POMpting w a DBE, I no SuNOWWws WN 4"wd N oW the hxrn W) NA. Name add addAMW
dwehKnmd".
DIR AWMm Hun Nol, DoHar Vlhm' of'Wnrk
v 'z
.... ... ........
Annafl Gaos,,
qc
Cen"Ing Agmq(° 10c) - e /
v 06 WIC
�n
j . ........
. . ..... ...
. . . . . .......... — — ------ - . .......
C? 1c)
....
IkersJo.
- ------ ---- - - ----------------------
V
StAxon0 actoIC'
TR RegMallon No. DoHar V a Cw 01''Work
. ........ .
D '-" E . Yes No Anntfaf 6mss Reozpls;
C erhNing Ag",
7F
— - - - --------
Doscfif)fion al: Work
.......... ..
- .............. ..............
DIR ISTAmAn No.
.............
. . . ......... . . ......... . -
DBE Y. No 7-1
CeWNQ Agvwy�
IncaM and We of BusMss
...... . . . ..... ------ - . ......
. . . .......... .
. ........
Wr w suNIOMWOm W rad be quWed to CJVr;,,i UT L be Wed W d bW W"mA"Myj M ke nPAIWOmmil"O hakm 4UM 0 the PAHc
"Mnwn, of 01 QUam t W PWW WW!q as &bud K H& chapin;,¢, and qkiaflfied to p�,�rfoirrl
PAk Ww"WWWlt to NOW 17215 of We AM SWelt h not a oWMAn W thh, m Wn Ar an ml MkOwd NNer W OWMA a Wd KM k auMmuM by
SO% M/9 I Of am Adws NO Wwwans Cock ru by Swuhn HMA W HIM M we PUWv Canbap Codn WOMNAhe K&O N mownd W pmun]
lwhk woA pmwo& to SeChn 17AT5 of ON MMUKe W he Ow am mmuo N myprf
BOO: ENG 19 )0 1590 RE) 5 1
fg!!AL ER" FaLtl' dEi '_QPPQRTUNJX_CEIRI IFL(LATIQII
Vista Canyon Multi -Modal Center Train Station,
City Project No. T3020
City of Santa Clarita, California
This bidder
I �P., proposed subcontractor
hereby certifies
that it , leas _ not participated in a previous Contract or subcontract subject to the equal
opportunity clause, as required )y_Fxecutive Orders 1092S.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 OPPOI-Wnity, all reports that are Linder the applicable filing requirements.
Company:
By: 'p
Title:
Date:
Note: The above certification is required by tl"iie Equal Employrnent 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, s,ubcontraicts of $10,000 or Under are exernpt,)
Currently, the Standard Forrn 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 riot 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.
BHD#�� ENG-1920-T3020 58,
Dacu&gin Envelape 11). BE216E"'33C) F`27('.49i-',8 r',,".3130-28076E'lFEV-2
DMGNATION OF SUBCONTRACTORS
Bid # ENG-19-20,43020 REBID
Viista Canyon Multi-Modall Center Train Station
City Project No. T300
City of Sainita Clarita, Californiia
The City of Santa Clarita has ado loted a Disadvantaged business Enterprise QDBE� Prograrn ti) SUPPOrt federafly forided Procurements. The Crtv 5trovrlgly
encourages the participation of sirruill and Disadvantaged 6us4iess Enterprises in its federally funicried projects and this sitre is intLrided to provide assistance
to such bl,3-1ninpsses. Usted below are the naii-nes arid locatluns of the places of business of each subcontractor, supplier, avid vendor who will perform work
or labor or render service in excess of;` of 1 Percent, or S'10,000 )whici is greater) of the prinie contractor's totall bidDBE status, age of firin and annual
gross receipts are required if sub-cC')J[JtJ'r'I ctor is parrnropat ing as a DBE, If rM SUbcontroctors will be used 6'I10 cuit the forni with, NA. Please add addifional
sheets if needed.
Subcontractor i Registration No, Dollar Value of Work
Je ttsyn Iron 10,00565370,
to
f FI
[FAgei rrn!
DBE Yes Annual Gro;s Receipts:
1 Cerbfyung Agency:
3500,000
Location and Place of Business
4209 Shawnee St,-M0QCP9 k A930121.
Bid SchC'edUIItern No's: Description of orBc
L8,9,11,13,14,15 ..
tructural Steel Misc Metak .........
lice nseNo.
....... ... ......
Phone
10�3278 2/28/2020, L --M!� .14
.................. . .
Subcontractor DIR Registration No Dollar Value of Work
ge of firm: DBE Yes No AnnUal Gross Receipts:
Certifying Agency:
Location and' Place of BL;Tsne.5s
LDBr' CL
Location
Bid SwhedU le Item No's: Description of Work
License No. Exis. Date: Phone I
rSubcontractor DIR Registration No. Dollar Value of Work
. . .........
... . ....... .
Ago of firm:
Yes No Annual Gross Receipts:
I Certifyir ig Agpncy:
Location and Rlace of Business
— - — ---------- - Bid SchiedUle Item No's: Description of Work
. . . ......... .
License No, Phone
NOTE A bidder or subcontractor shall not be qualified to Nd on, be listecl in a bid proposal, SUbject to the requirements of Section 4104 of the Public
Coritrart Code, or engage in the performance of any contract for public work, a, clefined in this chapter, ruiless currentIly registered and qualified to peiforrn
PLiblic work pvjrs�jarit tiva section 1725.5 of the frabor Code. It is riot a violation ume of this section for an gisterecl bidder to subrya in bid that iis authori),erl by
Section 7029.1. of the Business and professions Code or by Serfticvn 1.0164 or 20103.5 of the public Contrart Code, provided Il bidder is regiNtered to perform
public work pJn'J 'SUJrJt to, SeCtion I
.725 5 of the Labor Code at the tirne the. contract is awarded.
BID 9: ENG-19-20-1"3020 REBID 51
Envelc�pe ID: 6 E7 2GE33D F27C-*C8,j%3[-',D 28UZ6ElaTl�-2
E—Q9A -_�EMPLOYMENT OPPORTUNiTY CERTIFICATION
Bid # ENG-19-20-'r3020 REBID
Vista Canyon Multi -Modal Center"Train Station
City Project No. T3020
City of Santa Clarita, California
This bidder �to AJ W proposed subcontractor Jett5yn lron hereby certifies
that it has has not participated' in a previous contract or subcontract subject to, the equal
opportunity clause, as required by Executive925.
Orders 101111.4, or 11246, and that it has. /' hasnot
--LL—
filed with theJoint 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.
C'o rn p a n y: Jettsyn Iron
By: Jarnes Barrett
Title: President
Date: 6-8-2020
Note: The above certification is required by the Equal Employment OpportUllity 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 thie equal opportunity claulse 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 1.00 (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, US, Department of Labor,
BI'D 9: ENG-19-20,T30,20 REBID 53
DocuSrgn Env Oope K6E20'E331.r,,V:72?C-4k�,,CA35D-28076E,IFE,lF2
DESIC, ION OF SUBCONTRACTORS
Bid # ENG-19-20-73020 :I II
Vista Canyon: Multi Modal Center Train Station
City Project No. T'3020
City of Santa 0arita, California
I he city c4 ')stroa (jawa I¢ us adqued as Dsadvawaged BusVness Eme(pfvse It,)fq Pwgrafn to suppott le1prmv Iwmdrrvd pfuweinents, me caty .arcingfy
ge"S' the partkJpaticw of uarr.rVl snd DIsadvantrageeJ Business Entierprases tin uls federd:My dun ded projecs and dfls Mte is intendecl u), Pmvide
r:Q SUd"I k3h WSWS, Uated bv�nw are t�e rwimes and k)catk)n", uA Me irdaces of bufiness 0 each; sir.Arxmllrucl:on,, suppr�,�r, and vendw who MH pedorrin work
or � a bw cx� � e nck.i &ervk:e I ewes"",of 1pts a+. r',rrr&" ur �' , '10,0100 (Mflkcjp,i9Vtr js' MJrVaa.)kq"jrN & the p6rinc contra(Am's N)IM bkL DrAF, st,',itvs, aige (Afiwpi zrouj
8ross ani. if pis pal IPlclpatkqg ws at DBE, If no Subcommo(V5, WIH lie Used fiH out th,, lorm vvith NA, Prease add addMonal
sheets if needed,
X, MR Rcg�stwrion No� Ddiar Value of Work,
. . ............ . .
Ag'e of HwlrDHE Yes AnnuM Gross Re(:Opts°
Cerfifyunp vc, v,
A g! cn c y!
T,
)f
4,
lerr', NcrsDew6pOun of Worl(
Hcew,w Nul, [-xp, Matem
99-10999191p&�AMMAWMI�- =094= . .....
swhccmTtnictoMR RegisUaUon No, Doflav Value ol'Work
- -.----------- .
A... . . .........
p,e of hn'nDBE Yes N o Annua`I (Jrcass riece'tipts.
C,erWying, Agerrtlk:"Y�
csf Duslwn'»a
..... . . ..... .... . ....... .... . ...........
Bud Schedtfle Ilern No'sDesciif.)Uon of Wwk
7'7't'� —n's—e'—N"T—.) Phm)e
MR PejgrastCialcn No, DoHar Uue of Wwk
ge, of fill m: AM]Wfl (5mss Recprlpts�
DBE� Yes N c)
(J.,rtifytrqj, Agency:
N.CYcx9tlion and Ploce, of i31pJn('sS
ddWcl �UF'7 T77
0'5� Desuilpflon ol: Work,
L ir"o P401 Exr), Date: P h o n e
77
A [d0c),w of sl,ioH nut be cpalihelld Ica blcl on, be HbIed i�n a bid pmpo"'lf, M,lhi(^Ct 10 the OfSer(rion 4104 cA the Pont ic
("ontracr Cur"fe, c"'ang'sigo in U�v pcmlu�nlance of any c(rmai�g� fiorpi. bk wovk, a�, dvfirwd ,n this, chaptel" uqlk�s euve'llilly reg'isteted andqualified Tc) P(:Jrftarj'¢[
put'Otc work Pursluant trrr) '.,.,ecfion 1725,5 of 0t,, Lohof Clude, ft is not a vlOatic'm" af;hs �e(flon for an bklder tc� wiswit a IsId thm k auOm6zed by
Section AJ291' of Ow Bu'Jnes� ond bySection 10164 20103,Sof the Pubfir perrorm
�)Uhh( NOlk pirloo,iam lo, Sect�on 17:,53 rif dit"^ Labm Coide at the tome thv. contract 'os awarded,
MD #� ING, 19 1 '31f)20 REBID
EqgA OPPORTUNiTY (ZER'11FICA'TION
-_LEMPLOYMEN-r
Bid # ENG-1.9-20-T3020
Vista Canyon Multi -Modal Center Train Station
City Project No, T3020
City of Santa Clarita, California
'rh�s bidder Ica) PtA
proposed sub, ontractor hereby certifies
has
that it has riot participated i:n a previous contract or subcontract subject ter the equai
opportunity clause, as required by Executive Orders 1.0925,11114, or 11246, and that it has has not
Tiled with the Joint Reporting Con,rmittee, and Director of Office of Feder -al Contract Compliance, a Federal
Government contracting, or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, 0 reports that are Linder the applicable filing requirements.
MKIVi�
Company- glk,,t, V
By; --- 61,ONWA AA-MIPW:Z
Title: 6
Date:
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor
(41 CFR 60-1.7(b)(1)) arid 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-
I.S, (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
implerrienting 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 4l 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.
BID 4: ENG-19-20 r3020 58
List Key Personnel that will be assigned to the or of the current Projed and their expeNence/trainIng
with the projects Ifsted above:
OEM=
r
Project Superin' ndent —LA,
N
Project SCJ716,ftjjj5ra V
RaHroad Project Manager:
MEN=
Provide a,'IfoMiadon about three (3) of its most currently ow fated projects, Harries and reference.- must
be current and verff"lable. Thiss ltstfng mtiq bra used tO assWqs cOMPlianGe With the stated minirnurr`
quaRicatorts in Paragraphs 1,0i , if a: Warate sheet is usEKI, ft must c,onigin all of the following lnformafi=
Frokjeot Narna-,
0
Owner Contact (name and phone):
ArjohltecltlEnglneer
ArchIt,saU5n,qIns&.r �; orrtwt (rmma ar�jd phorte murnber):
Const. Mgr. or Prq,;'Ieot Mqr, (name and phie nomber):
vz
E.-'% x DesorlpEon of Pro;ect, Scope of Work Pufformed.,
'Total Construrdon Cost� --a-L51-1 �2-�-�tsw
Total Change Order Amount,,
Did Change Orders exceed 10% of original contract surn? If yes, please explain on
saparate sheet,
Original Scheduled Date of Conipleflan:
71me, Extens-ions Fronted (nu rriber of Dsys-):
kobial Date of Completion:
,N umber of Stop Not�ic" filed by Subcontractors or Suppliers:
2. Projeot Namw
Location.,
Arr,hRect/EingIneer.
Arohlec,t/Engtneer Contact (name, and phone nurnber):
C onst, Mgrur Prq�sot Mgr, (name and phone nurnbsr)----.—
BIDA MG45,201'802D
l,baarack$qn Envelope IDAE vtr MD C a"9Qo FRAWtt aRtt ads@(W Y2
Bid NG49 20-1 020 REBID
City Project d µ "d"302
City of Santa Clarlta, CaRfornia
Fhv Cky of Sm"ar rc,"lvpi,'ity hm u6i„ugirrvd is VVwvcavdv^vapVV'„upk d BGq;,'FVe Cworr:i,:,„Ia ke PBq la'Mp*u'at¢rM tau snrpap:anan T4s«Su_*naalk ft,uwrvlr,.rcd gyros ✓rarvr`rrtimtry '?"he cN r: r spy e "r I rya 4
E ,. ilprnarlczrw a.`rT'vivV tlp vu'rw'tl pri+,a;wuRa�vratra�y„M�sd EttasVoirma'� L:rnGaarpuYu�,r�a, rrr it, Tam^rdauraVl4dr Tiarnt6�aall prratyw.i:�., atiwa4 this 3o'pr. r^» adrR,rM.wi.dc�¢d qr,r aua7�verdr ,Vz.rur,V,wKpra',r
M�etaarwaro,a~.tpr �VVrain
furs Rf c v U Ul d drebw+r iu a t1w a hosts sn W la mwc: m w ow @:aC,ra m 0 p:Tae*o¢ar�<,�, 0 each �iahMc ureakrGyrd,c„r, s upap fiei�, and ve nrlua vka opWiP perform e rtraark
or Tabor rai rends . r�¢+�ruM n art wvv,caa,r c% 'a p u,2,4 ")' rwvdtaclee vc a it p;,r`:s�: ter) aaf tlru�� p:ru Wei a'aao7C �.oa:¢,rvir'`V, CeaW Lvd& pkVaf, "wfl,:4t m aap 0 f'uouru uuW o ,Pat
t o cat V wM i d�crrr er �� r a r;¢'¢;r "weOu an rr„vapuvravad of "wu.wb nbiwiMkwear or w panrer.uda,arrry v„ a lVN tllY oruM',v¢kaMruCwmCr.;z wM be vwd i`Qp0 mu G[Me'fa:wr'ava varN A P"a@mm ON ;airdr mw< as sft��4� it Trraaacds:¢4,
R n�tdV IwTtcV.cladaTfwww�rvtu ra�eVraen.TRey1ad �r'Rca'Irr,a,t� a' " ^-d,;,,r�'.,,;,,,.,._t.Rat�aR_p_ar;.R_-)kt.t�rw rtr^a�arn .pt_ o=, r:,�:�•,�.�_:.,_....m:.�-...„. •zxan:..".:�.—;:ted�._r,.r. ..r.t.t�
nnR:a...°.r.a.m.,rrdr"�.WWII, -
�
t7-7
B Ye lauoe iada,
d
te9iy�ypovL
v4 ��•�� _.,
�
.Rsdq�rrR;c�adaTCa=RRr��t7slldn> ��� � s�GrV�r�p.
t F�4
v w j a @de asVWaGEavps eTP °ti+ rr)rR
;j drIZ 9 Yv Q
p.kara3a,Nra .,_-_.m...._.._m_wv._...., .....u._..,._� _,.,m„�,_.,._._.
._...,p�.�p� u�w�wt,�, � � .... u�dTaartwm 4: b
_� .. _..
�VThs aar'ut�rrar,pcee RllkB 6$undsdpas¢isro fir, e c�Ip ewMatltaar ret ay M�aeIs; II
DhEh Yes Pq0
Md4"I&g Adymcyd
to of BuldllOVT . s
Annual Cdaoss Recefpt�,,;;
. ... __._.__. _.._..._,._..........._
Nd Medtde Rtaas NM,,., €:acsr.Nnpa;;larat eTf dd',,It
R;'�tr 1.V+9'Ra;�' i` ✓a p'Rr<arh� � �
Racont r ct;'a¢ .. .�
R:}Itd Pie athwabon No, DcrRknr Mr of ww�k
Age of Sm -'rr-r-[.—.._.., . ..... . ......
DIBL "tyres N0 n nu aR Gross Pdec ppat,sr
R„rrr.,at�arop°q caotwd faRsa:°;r and ltuTrR�p�aw.s.r
flkl SChECklfe Rom NarT`r,�R r w eTr r9.i n o
Lary rp.,Ts R ra. d:aips 6aa1;°
.,...,.,.. .....�,,, �...rm,�„„, ..mrev-�sr^xmmr,a^:�.�� �� �.:»M:^^ »err-zar..„.I
.. g d err Raord aau,, G.er lo-s,�tlr> rrM v Vviia.i psi e.Myar.,al uaCapa�+;;;%: Gaa khra, r¢,wapaAur'raraeaM'rt rut ;ga^ceVrrT ddti.k r:.,t tkvrr p°raY:ro{ra:
p TMM vpef or awubi.,oiadu'u.on.ar 4r.VpR ream Iva a aoalufi
a p rfiarrmrr,.ur3o,c; a.�t,di r,:r.ruirr,.grG 1'aue panrErlir., �mwatvrk, sec rkaMpRotarud uct &dwl;u a Rivpa4euy airroBeas+`r.rrr'r°¢adRy^ rerCd�,uerea3�:vrtnl M, aaeRu6'ue;.cd t,t.a aa�rTat�ur ur,
B p
uuwQicteC p as rVe�a www w Vr FN�9nrwuckourl y�p;d`�,`r rr9 o:fVt� Laalvwrp� Caaa.ke. pt uP�l p1o�rC v ��rrraViaCiawrr r�xR 1prrru��s�riiaarr frai .�uMv 'au'ep,u 4a�rr„.7eg V:uirdrdaaa tr.T ^,rgRrrYru4 w kvirR tIV, S �rt,a r ,,.
L+uwRapuam v»^arrk atao ar wilt to .,
M uw it.e..at by
.l, uad the pdrq rIMVr011is ewM' dr i (1"t.`.S k el u.a &'aaalvlM+ 1�t)rvrr';a C Cr'w Brr, p,:Ver.uarRrGrar,1 tfl�rrca Ev+aladr�r ua r, y o:tera,d ¢a a-�rforn`t
1029 bYdtl d i uad; a;nra"MP't i wah rct or py r Sra,r;T i,7u?
yaaal,a pa: vwwsaL }soar^mu,l,vaft ¢;D "ra w1 fabr6 1.y'.T +,'.r aafl (pre i 3kuaau d..r;+rPe at vRvc: cVPBWp tRtav T.aycdRu,o-c;t' TVs "hwvvki wdrard,
d
,6tR N' R Nd.v l9 20' C ar"},20 diR;.MD
51
LL4tLAL FrffLQYM1MT OFEORTUINI'TY'Cf..R'T'IFICATION
Bid # EBB G-19-.20-T3020
Vista Canyo�n Mufti -Modal Center Train Station
City Project No. T3020
City of Santa larita, California
This bidder ICON WE ....... proposed subcontractor HLAMiNGO CONSTRUC'noN INc hereby certifies
that it has has not participated in a previous contract or subcontract subject to the equal
opportunity clause, as reClUired by Executive Orders 10925,11114, or 11246, and! that it has not X
filed with the Joint Reporting Cornrnittee, and Director of Office of Federal Contract Compliance, a: Federal
Government contracting or acIrninistering AGENCY, or the former President's Cornrrifttee on Equal
Employment Opportunity, all reports that are under the applicable Ming requirements,
cornpany; FLAWNG0 CONSTRUCTION INC
By; JEREMY HiGNITIE
Title: PROJECT MANAGER
Date: 7,61 ),p,
Note; Thie above certification is required by the Equal Empioyrnent Opportunity of the Secretary of Labor
(41 CFR 60-13(b)(19) and must be submitted by bidders and proposed subcontractors only in connection
with contracts and subcontracts which are siubjectto the equal opportunky 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
implernienting regulations.
Proposed prime contractors/bidder and subcontractors who have, participated in a previous contract or,
subcontract subject to the Executive Orders and have snot filed the required reports should mote that' 41CFR
60-13(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 Conti -act Compliance, U.S. Department of Labor.
BiO#, ENG-1.9-2011"3020 58
Emempac H1 6f':' ba"HE; 13D-,,F27�C,,4�9 i't A3F, f')2E''a07(�',E Id"E.lF2
Bid # ENG-19-20-73020 REBID
Vets Canyon MrfRAMudd Center Train Station
City Project; Now T3020
Cats, of Santa Clarita, California
f t:et aW.dWraaurkpw�r d E4au°ads'w rG, him", ClbBP I°iruv a n M so.nVpon fa�apebt'aallyr 6uauen:ded hrtrri.arwnwlit.sW f8tc or"a �t`k'rnuw
Iwa^ o i4 u� 'fupws„ c V,arcu r Iru°, aat�wlcac4 3 t taY
V Y t aeti dI rrvj Disadvantaged fdak.,irr�o „ F:arPn:ro tro ink, Is Pt�ada°ar,wei y t6Vl"IftR pro e ds ;and tl" s s,4'Cr. N eoehuxrtr e d to aseaarer e a, ahtwArur:r,-.°
Clio iatPt4.e z aWeukit or k
pea�c;kwFulu I1ap+°drercrr w , i,u,ctaxil hu.11rytnr +�upwu tltaW rtAbereaha wvaed @aia,,adurui;w; r..f 6R�a^ paltue p°�, crg' k.Va,u^�uita ,,u auC r,Mte In ,tiCrti:+ai etr"wr ra:pu, a eufr +P4urr`, a,bcf auaryacdcbm anrC'¢c:� ugrgtlR r+wrfc:rnen hM1rra`
R
" � d w7k "+tit„G1ttd7 tlwvllraa:kbaq+uz Y +T° d�! rb�aPa,r i ✓„AW tV'ttr Iwraccis: A;¢ai W[r au,Wc"aP°i� 6r.r9.,kl N.rpw:;u' V.)t9t ^,m<rt;nu °, pu(,o a.aP kii s'aa ururf dairap�e+:,naG
wii +tlreetrwd tr'.uer!ar w°p�4"€ru detaaa,wa uer9r,e'bf 6 ca^err�ui¢,
WOO ewt r-ep�wt. are ernapu.aneu ud of ,pbh ruuiutuuaCube e. Iw,uo"tue:rtlaaukituy aw as DOE. dtl Ina Supw onczrtiva vmy wuM be o�,m d fuV11 r„ar,k�W Me fr„arrm wvitl-t7 f k f�b�Raaa�� a�adr�d >a��l�Ckdr�mJ
t✓,ua„Wfyl:bn and Flkli C° c)b dy'LisgV6edrtr`
= N✓'q' �,; 6°ad V, r 'w,
hf(atl "dk tlakt+adkupau IfaAm�tr dWRn°aa;,
Su bac4alltR`bl or
Age of fun
W.1 rae utd�rsa shecR 4'1<ur.� awi Ed�ut°iit��,�«u
swbcontl actor
fw,a.,tdMan�t Bitty pup,Wt�au tef Vdike�dw°kta�
'fS¢ef ur dMp�r,�taVta V1r;�1'Bt 9"dcs ,„:.�•..��.�.•
r.Jwwntr+f(rb
a u _.
°d�
d �u o dt¢ utWpeu No, L'yptpi rw �Pr.�Grrr raf n;ffe
ftfbd , Yr r:P Ap°enu.o:-td ("rtrrm R a Op
dekf&fy nAgency:
fV rc A<,!& u M 1. i,'ry�
• T
G:trw°ack @g�bp:l udp o +.a f \7s t
----- _ �•...
CibWgt Dam
w 4a..'::..—v � ". eg
[Mi Vfr gi stt �wt-ksn No. C;ttrkVnW e��a�WOw;w urf W�bk�Y
DBE: Yes No ArmwM Grow Pfea:QtaBs^
fl`,o"tl°$If"wPtld g Agua'Vncy4
De:Sui pti�on of M&�oq
tdut'r, Date / / FFIt''rr,m
>I f Rw gi tt=n Na, 511 to ti��;�tllt,etw
i BFd Yos No Anrru ad
MdiPYk6'YgAgau;ngr !
Ev 9fa14:k 1 / / &uftwbnrwq --)
NQIC A bidr9 q or wuVbmntlrm<ar; ^,8w H not: be epeeahftlr cf trr hark Was , Vur. hSlk d ner to M iaic,Vwc.r'ir,no stuR.eya to the rarR+uenu murn" ;af 'iartderuw 4104 of Ae 4 Hc:
riu°fdiwwd K t!IN clraprte eanalr,�,. uur,,eo mnllY rR�a�;'u �Wr, tr ck �mnurV eye.na@otk d to gwr°e'6e:ar'o�u
b ��ufr;i�:: wad wk t i.ursu am Ade, or engage
4ioee<l17255rof dwM�OMMMe ud�,n[arer G u�sny Wrl+��, Y1te� n t,aGr rWr rrn,a s N n°. , � �iri , ,.:,,,. i
. or rrtu��mwtrwr,pit+€otnc.a?e,Wu.¢rrlpwiafrdc°etrao,,.pdrn+toW,,:rf.unoRp,B;rukrrutwoat#ieari�av,�cdka�y
e nGearce7 7tl 1.Vr
Molt Gp b 9. of the t;erAnu m ,used d'vckpr"rorshn Code m twyp Son 6nc'.ru:v 101.64 was 0103.5 of the Publle U]u'WW:.°,art Code, provided the bidder is d egiiterea'd to perform
praulb K +r tavIW puue"^,eumv! to Rohn Pnpe Z & We L,bm tmeai,ga, M to tram tW c.rw M o 6,pthPa39li n,
BOW 6 II"JG9 eft d APO dff 6kVD 51.
LqtJALEMPLQ"Mri T 0PPQflT_UN11" CRTLEICAFIQN.
Bfdl # ENS Gig-mnon
Vista Canyon Mult!Modal Center Train Station
City Project No. T3020
City of Santa clairita, Callfornia
4 P
This bidder,
Proposed SLIbCDritractor .1hareby certifies
that it has r has not participated in a previ.)j.is contract or Subcontract subject to the equal
opportunity clause, as required by Executive Orders 10925,11,114, or 11246, and that it has, has not
, filed with thae Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal
Governrnent contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the., applicable filing requirements,
Company:
By:
Title:
Date
Note: The above certification is, required by the Equal Ernpoyrnent Opportunity of the Secretary of Labor
(41 CFR 60--1.,7(b)(1)1 and n1ust be SUbMitted by bidders and proposed subcontracturs only in connection
with contracts and subcontracts which are su biectto the equal opportunity clause as set forth in Al CFR 60-
1.5, (Generally onry contracts, or subcontracts of $10,000 or Under are exernpt,)
Currently, the Standard Form 100 (EEO-!) is the only report required by the Executive Or-der's or their
imp iement4ig 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 repor'J's should note that Al CFR
6C-1,7(b)�I) prevents the award of contracts and subcontracts unless such bidder subrnits a report covering
the delinquent period or such other period specified by the Federal Highway AdministratIon or by the
Director, Office of Federal Contract Compilance, U.S, Depdranent of Labor,
BID ft, EN(3-19-20-T30,20
SR
DocuSign EnvOcpe ID: 6E2(aL-3,3D-F27C-49CB-A3BD-28076ElFElF2
Vol
DESMATICIN OF SUBCONTRACTORS
Bid # ENG-19-20-T3020 REBID
Vista Canyon Mllflt!-Modap Center Train Station
City Project No. T3020
City of Santa Clarita, Callifornia
The City of Santa Ciarita has adopted a Disadvantaged Business Enterprise (DBE) Program to support federally funded procurements, The City strongly
encourages the participation of small and Disadvantaged Business Enterprises in its federally funded projects and this site is intended to provide assistance
to such businesses. Listed below are the nan,)es and Vocations of places of hushiess of each subcontractor, supplier, and vendor who will perform work
or labor or render service in excess of Y, or I percent, o�r$10,000 (whlchever is greater) of the prime contractor's total bid: DBE status, age of firm and annual
gross receipts are required if sub -contractor is parflcipating as a DBE If no Subcontractors will be used fill out the form with NA. Please add addMonal
sheets if needed,
I R I 7=�i s t r a 77ci n N o. Dollar, Value of Work
Su dcontractor
Su
MAMINA LANDSCAPE, INC! 10000000,19
M [AC. fl r 171
C C
50 years DBE: Yes ONO Annual (3ross ipts
Certifying Agency: >$80niHiion
Location and Place of Business
3707 W. GARDEN GROVE BLVD. ORANGE, CA, 992868
Description o Des_�
Bid Schedulle Item No�'s: ri0tion of Work
el 1; LANDSCAPE, MAM"rENANCE, IRRIGATION
License Na. Exp. Date: 6 / 30 /2022 _(71 24-E-9
492862
ubcontractor DIR Registration No. Doflar Value of Work
_7k_
a of firri,7---
DBE: Yes N o Annual Gross Receipts:
Cei tifying Agency;
Locatilon;'r;�i _PIaCE�7F3_Usi_n,e_ss
Bid Schedule (tern —No',. F6_escnl3 ifon o Work
License Na, Exp, Date: Phone
Subcontractor DlR Registration, Na, Dollar Value of Work
Age of firm: Annuial Gross Receipts:
DBE: Yes N o
Registration ir h'
DIR R is
N
Y' Ce tfy�grg Agency;
-7 Tw®rk
._M.JP�I'To _np.,� ,7 of
Certifying Agency:
Location and Place of Business
E id Schedule stern No's: DescHindon of Work
CIcense l � .- —Exp_D_ate_:___---
Pharr:
OTE: A bidder or subcontractor ;hnIl nor f— qualifil tn bid nn ke !I + A!
n Q , - Pic P05a , su-ject to trie f eqU hernents of Section d 1U4 or Vle Public
Contract Code, of, engage in the performance o ( ainy contract for public: work, as defined in this chapter, unless currently registered and qualified to perform
public work pursuarit to Section 17253 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 Profession, Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the bidder is registered to per -form
public work pursuant to Section 1725.5 of the Labor Code at thie time the contract is awarded.
BID #ENG-19-20T3020 REBID 51
M!LA_1QMf_LPy _ME NI-0-P T I F ICA -ri ON
Bid # ENG-19,-20-T3020
Vista Canyon Multi -Modal Center Train Station
City Project No, T3020
City of Santa Clarita, California
This bidder 'AJ
A-0-1 , proposed subcontractor M4WIA/A,
that it has _=_ _ hereby certifies
, has notparticipated in a previous contractor subcontract subject to,theequal
opportunity clause, as required by Executive Orders 10925.11114, or 112,46, and that it has m/" 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 Cipporturrity, all reports that are under the applicable filing requirements.
Company- &AV4JAJA
By:
Title.
Date"
Note: The above certification is required by the Equal Employment Opportunity Of the Secretary of Labor
(41 CFR 60-1.7(b)(1)) arid must be submitted by, bidders and proposed subcontractor's only in connection
with contracts and Subcontracts 'which are subject to the equal opportunity clause as set forth in 41 CFR 60-
I.5, (Generally only contracts or subcontracts of $1.0,000 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 prirne 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 that4l 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,
B011: ENG-19-20-1-3020 58
DocuSgn Ovebpo ID. 6Ea63,,3,it3f::"27„-49C8--A�.1,B[)-28076ElFE11F2
A
DEOGNAPON 0
B,id # ENG 19-20-13020 REBID
Vkta Canyon FiduRAMW CeWe"Wn SWUon
City Project No. T3021D
CRY of Sama llaka, CalOwnla
lhPC1VWSmHss Who WS MQUIeda E)Pydm"pd &dma QIKW,, Mop pmWa,m WPMN N&A"NrOm pwwMMMO HRONam"ly
tosudh Lls�.ed bMnw me be
hi 5it
py", ad W-sm ace Nam dwwwm w wch bulnunuadaq V(�qllelC , vvlhOMHPetk)rrnwon"��
an L6otoi
9YOW
nm&d.
!fnuSuhuuwwtmsyvM Im knedHHOutlwfonvwHhNA. MemeaddaddManal
DR RWww%n No, v Grp Work
A
AnnuiB 6ros,� Receipll,,,� r��Bk Yes
(? FA
CvlJNKgAWiwv: 9
19
F F F T, -i 7 1 T w B'V£.,.LS.
7T
C ITT 7o T—Tvvo�
License hK
F, DWcn;YtlpQ -------
pR
:onit 8a,;9. C"htt-
MR AWOM.Jon No. "I ................ 0 ct f VVo r k"
DBE Yn No
CeNNhy Ag"cy;
7
Wt.uk
,wemv Nol
.............
— — — — — — — — —
. .... . .... .
— - F) R- TV r7;77 f r N te, DoHal, Value of n)
....
. .....
DBE: Ye , No Am= G
WANAg Apmcy:
of
--------- ......
.... ........
,i:::: bi�71;7r or
.. I Ill I 1 11 • -1 p11 VIII .n,WyQA sO 11 I'lle r t-�fWH Q1 w W91 , (A "�e� Lmr 1 4 1 Od ot thk,� t'LdAc
"M tip P"OP& K"m"Imud wWwW W W PuNk can I as deked m IS dmWwOw No VWWMQ I qvAeredwO qmObd m puNarl
rabk wa4 pwww ux %cwn I n90 W dw LA, CW, H N , , Ake,
,�� and P11 eresslailm, COdrl to by SnOn IOUA or 201014 of We ANT Convy t Vd, piuv&A the Uddw is m0itemd to pwfm n-i
Sf,-wAk:w 7029, A 1A the Busim 0 H& WcAm Am a"mwWwomd WAIr to "WR a Wd BM 4 awhAwd hy
pu[flic rvoi k pur,,wan�, Lo Sedhn 11215 of he I ahrtaWe 0 do Aw Te mrowu is M,o&rl
MD 0: ENG 19 20 1 VVQ REIND 1) 1,
LQI�LAL .1�6P O'ZMEI C wCP[!MLJNlDLg
Bid # ENG-19-2043020
Vista Canyon Multi -Modal Center Train Station
City Project No, T3020
City of Santa Clarita, California
This bidder lt)'r e
h e'p
proposed ( subcontractor W �ereby certifies
that it has
---, has riot participated in a previous contract or subcontract subject to the equal
opportunity clause, as requited 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: flt&'I 141
By�
Title -
Date;
Note: The above certification is required by the Equal Empk)yrnent 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 arrd 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 exernpt.)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime cor"itractors/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 subrnits 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.
BOP: ENG-19-20J3020 58
QDwSWn Envewpe ID: GE26EMDTVC4K8AMDQNMEWEW2
Bid # ENG-49-20-T'30210 REBID
Vkta CAnyon RAKMU QWMW Staton
City Project No, T3020
City of Santa Oarlta, California
1hv CHY 04 Qua WNW FM MWOM a MW&w*Wd Bwnem Emeq"Ne JDKJ Prmnun to mi"a N&wQ wwo pmcummim, pw uW am*V
the i-wrOrIjoahn M smaH awd Disadvumpid Wney EmerWives kh".Admah Nm&d PoKts and Ws Mw is intmded to pmvWe as%lstwme
Lf',tvd Whw me Ove raws MW WOM MOW Mum W hWum A W sukuninaw supw and vwuhr who YAK"NfMir; Work
In enns at A Of I pwcmo, uu pM'Ijowm 0 weate! Woe phw cmamomy WW bu WE um. ap Mom and M=11
P6mat WdaUkWK
dwm I nuded,
DW RWOmWin No, DoHar Value of Waii
2 YOU I /J6' e7l
Age of Hirm: NEW AnnuW Giums Receipts:
ul LuVvymg AWmcy
Tilic 77,775r,7 . ......
0 00. 91=�
L
BM smeck�ks �trrn Nc�'s� Dsscil��r��icm of Work
2m 1 -1 1-r
C ITS i
;',
. . . . ......
ENi DMw
DIR Reghtvadon No. ()Wkv Vah0 of Wcwk
DBE: Yes Nio VasaA Gray RmNjAs�
Cen4hq Apnq�
. ............ .. ... . ..... — -----------
L Wenue N cp, Up Ime: Phone
1 SiubcunVador )7 R Reghbation Nm DoHar Vahe of Wark
Age of fkni� DBE: Yes No Annuaf-E7nm!,5 Rec(Jpii. ",: . . .....
CHUNQ Apnq:
771 Z,71 i e is �e it, m.�Ti TFT 7,.� . ...... . .......
o Exp. Da
QEk� A biddc-i or subcolamom W nw he IWIM w Wd ewer Wed in a NJ yVmA vMnt w ale reipirements of Sedion 4104 of Te Public
Canuan Cod% urenyve In Appedomimwe al w, contmo W p&K wauk as deMwd M aA c4ps, =Wwcwm"pqm.w. aw WwmW W pyMin
puWW work pumumil tokub"701 MMAKWW, R An W a Wmhn WIM whin W an Lmiegistered hiddei! toi subirTO a bid B:Ilat by
So= 702%1 =wBudines; and PQeuwrwcWeW"KAm WN4 w AMNAWbeNNiz NintractiCclde, proA dtM the b id der � s registe l ed to pedimmi
potflir. work plilsuxit to Whin 172%5 of an LAW Coo w Te M" Me wmipsa N mqiwtj,
WD 4: ENG It X 4 MOO REWD 51
LUL L�_EMPLOYMEN-r OPPOM-UNIT-Y CERTIFICATION
Bid # ENG-19-20-T3020
Vista Canyon Multi-Mod,M Center Train Station
City Project No. T3020
City of Santa Clarita, CaHornia
This bidder lvmr'
proposed subcontractor FAKAJ
that it has hereby certifies
has not — participated in a previous contract or .subcontract subject tQ,the equal
opportunity clause,, as required by Orders 1.0925,11114, 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.
() ""I, ' '- W
CoCompany:-2A y C"; �
By: 615
V f
Title:
Date: 2i�,,'Zu t2v
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor
(41 CFR 60-13(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection
Mth contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CPR 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 ExeCLItive 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 that4l CFR
604.7(b)(I) 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 AcIrninistration or by the
Director, Office of Federal Contract Compliance, U,S, Department of Labor.
BID ft� ENG-19-20-T3020 58
DmSon Envespe, ICOE,'2rrE330-F27C-4!IC8-AdBD-28070&g''IIFElF2
Bid # ENG-19-210-T3020 REBID
Vkta Canyon Multi -Modal Center Train Statkni
City Project No, T3020
City of Santa Clarita, California
Hw UY M Smw darw hu Wq"M a Mw&mUvd Mns hoMm gMp Nymm w sVy" K"wy Www pmmmmMy pw oy Mwgy
pnczmage"' tho pattkipaticwi cA SnWH and Madnntaged Buinew Enwrplws M h 6r &4N hn&d pmocts md AN Be N Aemhd to pmvWe aufstwrt,
to such hst�',�d bclow am, Che lllacnel, mW HuAm d Qw Nams of bohms M &UpJPWI, pan d venyrkr)u who will pedornn 'work
im [ifluif of render servke A mcom of % of I pemem, or $MOM MNdvwer N Vemeo oftk pKe mmmuno u"MA DR UM, ap d9m md mmad
gram':, llectptsme requomd A uMmTs"m k POIROAne as as EME. H no Muntramum M be usW Ch mn Ow fmm with NA.�ewe add adMdonal
5
subcoomoo DIR Regk=on hk. L)cMarVakw of Work
J':) Iry (9k,lt,
J." �/c 6.1" 1 1120,
Agof Hr m AnwGrDBLarts U s- -------
Rticeipts�
2N ColtiNum Agmsy, '000, ova, 06",'
757-77�7,,;777
/end ,
ENi M;
Vl-"3j- 761;t" $W"
wualutradrtdrardde DIR Reghua= No. Do% Me of Wo k
-- - - ---------- ................. ....... . . . ......
Y es N 0 Annual Gross Ile ceupM
CKUNNg Agmcyt
. . ........ . ..
aw ;T"T T TsT 7
. ........ .
tT
Plmne
Subcantrad, DIRRegishathn E1", DoHar Value. of Work
lross Fde7ei
--T) E�r F,, �Te
CeAQ, Agertcy
7",7 . . .......... — — — ---------- — — -- - — --------- -
,f R
Expa. D Pho n eV
QH; A Wdu w almiltarrar M lwt be qub%d MOW ml W HMA urn as Wd WWmA sAecl to the mquhmnenU of Seahn 4104 of We Mic
Lanhad Ladq or engge m Hw WAmmu"A mq mMmy W pAk wmk mdAmd & thhdWOKO"M LWMMN "Nkadmd qw;Md to pehm
PUNK AM pusumA to UwAn 'I Ass M tM LaMr Nds R k nW a AMMOn WdS Man Guru an kmmgNmred Udds m suWnR a bWMM lswAhmked by
SUM 701%1 af% Bumnemand PmOndonsMe w byww M164 oi H0015rat he Pubk Cwmao CWnpraMd Te bud der kmostumd to perform
plk wmk pm=M M SmHon 172S,5 M the p abot C(Xle aT the Tnirle the contract pa awm&d,
BID �1� Mi-19,20 '�r 3020 R113H) 51
Lq!LAL EMPLOYMENT OPP UN CERTIFICATION
Bid # ENG-19-2o-'r3020
Vista Canyon Multi-Modall Center "rrain Station
City Project No, T3020
City of Santa Clarita, California
This bidder We , "T � proposed subcontractor
that it has d*y certifies
Lo..
—� has riot participated in a previous contract or subcontract subject t -,theeqUal
opportunity ciause, as required by Executive Orders 10925,11114, or 11246, and that it has P , has not
, filed Mth 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 Linder the applicable filing requirernents.
Cornpany:
S71
By:
Tide:
Date:
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 wHch are subject to the equal opportunity clause as set forth in 41 CFR 60-
1.5, (Generailly only contracts or subcontracts of $,1.0,000 or Linder are exempt®)
Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations,
Proposed prince 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 specifled by the Federal Highway Administration or by the
Drector, Office of Federal Contract Compliance, U,S. Department of Labor.
BiD#: ENG-19-20--T3020 58
DocuMgn Errvmope 06E2WIE33D-F27C-d�@CB-A3BD-207'6EIlE,,IF2
2E-5lGNL[LQLl-Q�EjQ QUIRAQj()El�
Bid # ENG-19-2043020 REBID
Vita Canyon MALMO CeMeMAn Sh%j
Clty Prcqect No. T3020
City of Santa Clarita, Caftaia
fhv Q of Smud Undra ha Auoed d muo&ano'age�d Husinc�ss haerphe QBQ PyAm w Rmmn N&MY Nn&d pwuwmm& Pw ON qmqlly
rd SMall and ElSoNantaged Budw so Eurappisym on mw Nven"dw pww""mwce
tct sudh bu,nvstA!,, p,kfed below am dre nmus mW WaWm M we p6m% W bwkess M Pat &Awnmu Wq sVWWr, ari(f vendor who with peiJwn) work
ot labor irm Lender sc"'Vlce to excw'ss of "�s of'l pt,,rcrrrti, w =0 QNchym N gymeryq Me pow cmowm 4 mm hu DU MAn age M Wm md anmjaL
Was rMOANS., panwp5q. amE Him fil8 ouit 6heftxmvvAthNA, Fr ease add additional
OWN I we&c'L
S�'Ahculn'." 00 L DIR Re0stuticAn No, DoHar Va ue of Wowrk
ll
Av---------- .
-------�wD l/
Age W fkm---
DBE Yes pwy AnnuW (Ross Receots�
Cen"Mg Agncyv v e'-"
iv
Few, rq(T."7" Des 1 71,
pmme
12 et,
tl CIA V I v T? l4:7 f, ),, "'I L J, el?l 1 7
DM Na 77("' FiT7";iue 7 WATT
Age 64TAT
DBE: Yes Nt,,,)
Ca UNhy AgmAry:
LAM
hx:'lfion, j rl;(TT75"'
Wd SclwdWe Rms NoT Des&olcAn 0 Work
. 7 ......... T--'---'-"'----'-"--- 74;'
SubconvaUar DAR RegisUation No. Dol-a-r- Ta d —o At Wo v k
-7
DBE Yq,. No Cwms RnQN��
Cmt"MR Agenq�
- ------------
wrak
F. x p, D a t e:
NA 9oWA4 w wWnn4acmr MQ two be qu"Wd m bW my AM hmd A a Wd PCOW Wed W Um mwAmemu W SWhn 41M W Uw NWic
Canuao cod, or OnP90 & dw pednunwwe of vW cmuva WqwWk wwK as "N"d M MN ~wnm&oo sommN rqNwmd md qmWWd M pwhs=
pasbhc' Work, paw.tr tw uw1C tct Svolun 11spa 5 of Ow LAm CWt l a mn a MAWn M 04 wokm Im wi wreWswred Wd&r M sAmK a Wd MW h uMhmAd by
SmUn ?WTI d0v HmMus wd PQeWwm Codew by SmUn IONA m 20MIS W dw PuWk Ccwtvad Udq pavl&d Me W&GHunNumd m pwhirm
pOk ww"mwuh to "am itan 17251 of Me UMQu& W be Orne Te uoMmu N mmAb
NDP: ENGAT20 TMVOREMD 51.
tJy?iL_11VLPL0YME1L0Pk1�LRTgR!1Y TL-ISLA .gfL r T101q
Bid 4 ENG-19-20-T3020
Vista Canyon Mu!lti-Modal Center Train Station
City Project No,'T3020
This bidder proposed subcontractor AA// (Knreby certifies
that it has
has not participated in a previous Contract or subcontract subject tq,the equal
opportunity clause, as requirpT—'— d�yExecutive Orders 10925.11114'or 11246, and that it has
_Je! , has not
filed with the Joint Reporting Committee, and Director of Office of Federal Contract Comphance, a Federal
Governrnent contracting or admWsterhig AGENCY, or the former President's Comr-nittee on Equal
Ernployment Opportunity, all reports that are Under the applicable filing requirements.
Company: AiVl
By:
Title:
Date:
Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor
(41 CFR 60-13(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection
mfith contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-
J-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
implennenfing 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 4l 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 Hlghway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of Labor.
BID ft� ENG-19-20-T3020 58
UocuSicin Envelope li 6E26EJ3L)-i 21G 49UH-A3HD--28i[)76E1 FEA F-2
10
DESIGNATION OF SUBCONTRACTORS
Bid # ENG-19-2043020 REBID
Vista Canyon Multi -Modal Center Train Station
City Project Nay, "T3020
City of Santa Cl'arita, California
The City of Santa clarrta, has adopted a Disadvantaged BUSluess Enterprise (DBE) Program to SUpPOQ federally funded Procurements, The City strongAy
encourages the participabon of srnaH and Disadvantaged Bkrlsb'iess Enterprises in its federally ftmded projects and this site is, intended to provide assistance
to such businesses. listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform waTk
or labor or render service in excess of '/� of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age offirm and annual
Bross receipts are required if sub-contractoir is participating as a DBE. If no Subcontractors will be Used fill out the form with NA, Please add additilonai
sheets if needed,
DIR Registration No, Doflar Value of Work
Select ElectrIc, Inc, 1000001036
DBE.:_ - -Y-e s —, — _ — A n n L i a F G r o, s _sR e c e i'p-'t—s
FE)
46 Years Certifying Agency: $44,424,598.00
Location and Place, of Business
2790 Business Park Dr. Vista, A. 92081
Fid SchedjE17tern l of —Worl(
tv (V
... . . ........
I icense Na. Exp. Date / / Phone
297034
10/31/2020 619-,460-6060
ESubcontractor DIR Registration No. Dollar Value of Work
8e f I r iri: — ------
DBE: Yes No u al Gross Receipts:
Certifying Agency:
Location and Place of Business
Wo��
-K1 �Schedule item N ;7,;,,
License a. Exic. Date: Phone
_J
Subcontractor DIR Registration No. Dollar Value of Work
- — ---- - -----
e f f Ttrn DBE Yes No Annual Gross Receipts;
Certifying Agency:
Location ai;7clllla�, of K7mess
De x
r
'P' 10
n o f
Wo�"
Elate:
D R Registration
0 n No D
8 Y,
F e, N 0
,fork ......
License N'ol. Exp, Date! Phone
OTE: A bidder, or subcontractor shall rint he quaiiff t, kU _4
— .- _ "'.' . ' " � d ' P,GPGsa , Suui—t Lu Uit� reqUirLments of Section 4104 cit the public
Contract Code, or en:gage in the performance of gray 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 subrnlL a bid that lS authorized by
Section 7029.1 of the Business and Professions Code or by Section .10164 or 20103.5 of the Public Contract Code, provided qie bidder is registered to perform
public work pursuant to Section 1725.5 of the Labor Code at tfraL , time the contract is awaided.
BlD #: ENG-19-20-T302() REBID 51
Bid # ENG-19-20-73020 RESID
Vista Car,Yorl Muffi-Modal Center T'nain Station
it Project No.13020
City of Sarsta Clarkla, California
'This bidder IeIP
Proposed subcontractw , S "Ject LJ C'. I r reby m tjffes
YlIrl— he
that it has has riot participated 4�, a previous co-r'�'tract or subcontract su,bje to the equa�
opportunity ci'� 3't,�se, as required by ExeWdve Orders 10925,,,11,114, ar 11,246, arm th—, a s n o t
ffled with theloint Reporting CommJttec% a ld �) 0, icc, L)
r � , Directc r f Off f Federal COFrtract Comphance, a Federa�
Govf,Mrnment cantracting or adry0nisterrng AGENCY, or the former flresdeist's Cornmflttee on Ecjua�
Ernp[Dyftlent Opportunity, A reports that arc-,^ undefr the aPPlIcatAe fiMg reqUirernents,
Con-rpzjny� Select Elepti4q, Inc
By
7
Hitler residen
Date:
NoteThe above Certification is reqtJr,ed by tht-,, Erp,4 Enployrnerft Opportunity of' the Secretar-y of Lzibor
(41 CFR 60-1.3(b)(J)) and rnut be subrnfttk--�d by bidder's and proposed subcontractors oMy in cor)r-q.�r- ,tfr)jj
wrthl contracts andsubcontracts which are subject,to the f-,,,qual opportunity chuse asset forth in 41 fff� 6 0.
15, (Generafly orfly contracts or subcontracts of 510,0()o c,,q. under are exempt.)
0,rrerttly, the Stardarrj Form J,Ch,) (EE0.1) jS the tardy repoq required by tfw ExecutivQ Orclems or their
impernenting regulaflons,
Proposed pdrne contractors/bid(Jer and 5tibcontrai:,tors who hzive participated in a PreviOus corltract or
subcontract subject to the Exf,,,o,ffive Orders and hzwe not fijtr�td the required reports s hould rlote that 41. CFR
60-17(b)(1) prevents the award of contracts and subcontracts Unless SUch Wddersubrrifts a remort covering
the delinquent period Of' SUCh CAhrer pedod specffied by, the Federal Highway Admiriistratiorl, or by the
Director, Office of Federal Contract ("WrOiance, U.S. Department of Labor.
BID k: ENG-19-2V[`3020 REM
53
Envoupe lo,
PFSIG, NATION.Of 5UB;0A9BA;1aa
RM"
Bid N ENG-19-2o- r302O REBID
V19a Canyon ha ukkModW CeMeffrain Station
City Project 14o,'I',3020
Cit�y, of Santa Clarita, Californila
The CRy of 5= (510 has adoped a MyWvm"Vd Nmuz n "PAQ TWO PmVwr W sqPM Ni*nh QmWd pm=mnmtv. Pw up gmMly
eumWqP', rho pw0L�P'wcwl of snwll md DhWumapd Hohms EMPM 4"BAMMY Nn&d Was md ON she N kwemWd to pmwe aswamc�,
,r service, in vmvu (A %of I pemenq or qre'ate�jof we primecommom"MW No OU gma ap amu MW mmtaI
uri �atxiru� rende 1" Me Me Ps'"s s'd Ww" A Ow Um 0 bWwm W PKi vukanUa"uh sq*her and vemlar who "M pwknm wouk
pros5 rvor"*flpl; sae u.atadraaaP of no "" A I'MIMMM 0 a DR, 0 Do I 10MUM wM be umd 0 ow dw Sm wo"u, Mum aM ail Mwal
I. smontswun
DIR Reglstrahon
Vakie
AL
Jup
el,� ;P
Age of M nr
DBE! Yes
Annu�l 5
5k
Certffying Agency�
At I
wws
Bid Sche� e
F77 7 77' 7�k
# 2`7 'efl "p
I IL"AY klbl�' Is A"I's,
Licer so No,
Exgi. Datp.
Phwm
7�
Dollat Value of Work
Ile W F'�d" pq
�i
wy
I IV/J 6 444"
7 "'4
Wd SOW& Umn NoW
(14
1,
S'"
'--7 (,"'s"71, 'IVA
17-- "Vi
V1 430 /11171)21a)
77 7 � 7777, 771 77, Pq —o
T� 777 —W,�rtr
Age ol hrmr
)HYes No
Cer1ifying Agevicy�
s' i r u e f" S . . .....
uk Hem Nds� '3N wo
Qmme No, - -[-Irrp��.,.,-F
I By —T— T" J�^ F)
A Wddei w sNfll nrA be bW pmynA stie�e+:e _t of SecUon 4104 uf thic-, N"R,-
cmMso co do or swqv A Me peonanowe CA my cwwad 0 Polk wMI as &Amd m A* Oapunww" cWMrWVqWvM,W WMM W pWwrr6
Wt)„k' PUJ �'ojdjjt to SKtWn 17215 of Uw Labur Cod, it K im; are KOWOM M ON Mw hr,,m unregisnered bn1der to subpc it a bid 111aa( k authcwdzedi by
Mon 70?11 of Ow Mum and PmfeaWm Code ear bySecflun 1,0164 w 20101 W Oe hbk Cm*au cMeym&A I& NW, A
puf"flc u'Vork piasuont to Smthn 17215 of Uve LaNDKWe m Ne W" to MMM I N mmse,
[ , W) W LN6,19 20- � 1020 REBID 51
Ullt. —L(LY—ME.NLgREQ-f!LLLtLITY_CERTI IC TIQN
Bid # ENG-19-20-T30201
Vista Canyon Multi -Modal Center Train Station
City Project No,'T3020
City of Santa Clarita, California
This bidder
proposed subcontractor h:er"eby certifies
that it has has riot participated in a previous cOniract Or subcontract subject to,the equal
opportunity clause, as reqUire—d—b'y'---Executive Orders 10925,11114, or 11246, and that it has I has riot
filed with the Joint Reporting Coninnittee, and Director of Office of Federai 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 fiflng requirements,
7
Company: RA-11 01"OUc 9CA 1AJ
_ � Y—Ld ----
By� A
f --f 511
Title"
Date -
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 1.001 (EEO-1) is the only report required by the Executive Orders or their -
implementing regulaVons,
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
60-1n 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.5, Department of Labor.
B0 tf: ENG -19-20-T3020
58
M,mo&gn Eiwc�,akirse ff')
REFERENCES
Bid # ENG-119-20-'T3020 REBID
Wsta Canyon Aflufti-fftdal Center Train Station
City Project No,, T3020
City of Santa Clarit!a, California
'n,�,,,! foil o%mng are the narries, addresses, and Wephone numbers of three pubk agencies for whIch bidder,
1,ws perforn-Jed and cornpeted work of a Mmilar !scope aind stlze wifl-&i the past 5 yeafrs' If the, scape of
work/specificatic,nis requests references sfifferent than 4istructions above, the scope of work,/specffications
shaH govern:
ItA(WTA- One Gateway 111hua�o , shngdes CA90011 [ NA/Iflowbirook Rosa Parks PackagreA& C
arne and Address of Owner / Agency
I a°AMANl V JIM r, Ir R 213,9223298
..... w
ut Project
6 1, 7 3 7,012 (110 Exten5uDll 9, BUHd OW OtVeno Mue Urn(PISr see Exhbit Bp t1f201.9fPacka,ge A)
fract Arno�.int 'FYpe of Work Dat�e Cornpleted
2, JACMTA . Oine Gateway Plaz a, WsAngf.fles CA 90011 6 8JUe II Inie Pedvsvnan & Sw4ig,Gates histaHdkon
Name and Address of Owner / Agency
JVIu. Rafie,Zamw6 � 213 922-098
...... .... . .....
Narne and I-elephone Manber, of Person Farnihar wftfr Project
S 15,941,2,93,00 InstaflatJoin of PedefAr Jan &, SwngT Ciates(Pls siee Fxh, B) June 2018
Crnitract. ArnOLUlt 'Type of or Date Corripeteid
3, 0 ACINVA Oime Gatewan( Ilan, Los Aiageles, CA 90017 � SecurIty Kilosk,
Narne and Address of Owner / Agency
W. Rafie Zarnanr 1213 922 7298 1 zarnarib @WietTi,),inet
I and Telephone Nun-nber of' Person Farniflar It Project . ......... . .... . . ... .......
3,243,5019.0nr) IN to Fabiticale & JnstaH Btfflet reSjStayjt SeciuOty Work iat 13 Safions Decernbe201�,,i
Contrwzt Arnount" Type of Work Date Coirnpleted
11e foflowing are the names, addresses, and t0ephone InUmbefs of all brokers and suredes froai whor-rr
bidder IJraeinds to procure inswance bonds: HIE HART¢-( )RD
RS Bcimfingp, 1633 E 4th Into oet,Sainta Ana I MaU 1:NO1)V1nS-%/P � 714,541A700
SUrlufl�y Sjlr(.,NV Agenu fhe Hartford Insull'ance, I HwLford Plan, Haak.wd C1 061 P) � J` 860,547,50001
Insurance AgenU Alfiant lDSILHance Senftes I ir35 I Cameg�e SF, U 2'00, San HernwdIno ('A 92408 1 Wr -hri!.Aina Mouritz, 909A74S/199
BID R� M-19-20 "T3020 REBID 52
Oocu&gn Envepcpr
Bid # Elid G-191-20-"F3020 REBID
Vista Canyon Muld-Modal Center T'rain StaAkqr
City Project No,'F3020
City of Santa Clarita, California
The foHoMng are the nan-ies, addresses, aii-wd to nurnber's of three pubbc agencies for, wNch bidder
has perfonned anrA coimpleted work of a MMH�)cope and size wfthki fl"ae past 5 yeas,, If the Scope (.')f
work/specifications requests references &fferent than Unstructions above, the scope work/specfficat#ons
shall govern�
1, LACWA - IDneGate waV Nual, LosAngela s('A90017 I 6A"r/k Paii,king Loll kinp,aveirineints at North HnRvwc)rj¢j, Afts�a,'Olardow Stafions
dame .,,wd Address of Owner / Agency
RAREZAMMT V MEIRO 21.3.922 /)99 1 zarnan'Bir@nletrcmipt
Narne anci Telephone Number of Person Famikar Mth Project
I!: milpirovement of rlrirkJnrf kAs of Metro Red Euuau.w SltaVons in Nix ffi
HoHywocd a ad Metw Blue ll.JneStatims N111 e>fTlPj[oin anid Long
!$ 13131,68M@ Beach, CafitcklFnla (Neas(. sev exhibft NE'Dil.-�cember 20161
. . ........ .
Contract Arnount Type of Work Date Completed
2,
lrhVs page gs dluphcatie & USE�d on�y as a confinuatk.m o�f sifnflair projects c ili';peted
a
Narne and Telephone NUIlr1ber of Person Faadhar Wffi Project
Contract AtTRc)unt
Marne and Address of Owner / Agency
'Type of Wo
Narne and Tc.4ephane NUITiber of f,-16rson Farnihar with Project
Contract Amount
l'ype of Work
Date (Zomplieted
Date Cornpleted
1a Irl Cl
1"le fcAoWng are,�,Afie narnes, addresses, t0ephone Mmiber';W of aH bric.-A(ers a�,Bd surefies frorn whc)rn
bidder, untendk,1,6 procure insurance, bonds; ___ .. . .............. ... ---- ---
Mr) q� [NG-1,9 20 13020 REMI),
S2
EX11B17 IB...........................0.-..................P...............I...........H....................E ....S....."I" 5 YEAR§
"1." S......... . .QI'E ND . . . . .S. . ....I........E... WIT'I�illRIOAy
Los Angeles County Metropolitan district - Willowbrook Ro!sa Parks Station -
Package A& C - Platform extension and renovation - $62.mi (including CO)
MTA Blue line renovations, rail and platform extension & train control
Cail trans - Permit construction for work in Cal Trans ROW & TCE
Permit construction - Los Angeles County for traffic light interface &
coordination with Union Pacific Railroad (UPRR), & LAMTA
LACO - Traffic control permits
UPR - Work performed under CROE - (Contractor right of entry
permits) with on track protection,
Los Angeles County Metropolitan district - Blue line Pedestrian & Swing gates
project - $17m (including, CO)
27 grade crossings - Active trains, train and traffic signal & equipment
Cal trans - Permit construction, for work in Cal Trans, ROW & TCE
Permit construction - Los Angeles County for traffic light interface &
coordination with Union
Pacific Railroad (UPI R) & LACMTA
LACO -Traffic control permits
UPP - Work performed under CROP - (Cointraictor right of entry
permits) with on track protection.
Los Angeles County Metropolitan district — Security Kiosk - $ 3,243,5019.00
13 Station - Active trains, train andl traffic signal & equipment
Cal trans - Permit construction for work in Cal Trans ROW & TCE
Permit construction - Los Angeles County for traffic light interface &
coordination with Union Pacific Railroad (UPRR) & LACIVITA
LACO - Traffic control permits
UPR - Work performed under CROE - (Contractor right of entry
permits) with on track protection.
Los Angeles County Metropolitan district - Station, & Transportation center
renovations - $1m
Permit construction - Los Angeles County for traffic light interface &
coolrdination with Union Pacific Railroad (UPRR), & LAC TA
LAC O - Traffic control permits
Parking Lot Improvements at Noho, Artesia ardlow
BLUE LINE STATION IMRPOVEMENTS & NEW PLAZA I
Freeway (1-105) and South Willington! Ave., identified
as Pol-eAtage ,;k @nd-P--P-ck?ge 9-anid '4vill %,e cv-,wistruete-d !n
2 phases. The Phase 1 scope, of work is Demolition
existing (E) Structures, Art work, H'ardscaipe, inon-rall
platform and Mezzanine, then, construct New
pedestrian Entry Pathway, Public Plaza and Metro
Builcling-s-,-Bus-bays, S-bellets-m1- �'qe, Xk-4vd4--Prtlz
with related Civil Improvement. Phase 2 scope o
f work is construct mainly the Blue Line Rail e.g
Pedestrian crossing, Platform improvement, Gate,
Canopy, Amenities, Package C"s Pedestrian Entrance
and Station Mezzanine renovation, Willowbroolk- �-
7=-g e U:W Electrical aFU717TnTuFTFar[oTT7oo1T
improvement,
Project ner: LACMTA
Project Location: 11720 Wilmington Avenue, LA CA 90059
Original Value $ 61,737,01100
Change Order $ 7,0010,000.00
Reason for Change: Owner's reqUest and added scopes
Time Extension Granted': IN/A
Final Completion Date. January, 2020,
Reason for Delay ; On Schedule
Contact Person: RARE ZAMANINETRO-213.922.7298/
zarnanir@rnetroxiet
"'The New Blue Project
Mill �lue
Line, improve reliablifty,
and greatly enhance the
custorner's experience,"
— Ptflflpi Waslihigton,
Metro Chief 11"XeCUtive
Metro Blue Une Street/Rall Project Description
Restoration Objectivelo.,
In accordance with the IVITA's commitment to
This Project is to Install
safety, Metro called on Icon West for safety
Pedestrian Gates, S,wing Glates,
improvements to the 22 mile Metro Bllue Line
Warning Devices and
corridor, A corridor which has long been
Reconstruction of existing Curb
considered the most dangerous of Metro's lines.
ramps for A compliance at 27
Grade Crossing Intersections,
Icon West oversaw the reconstruction of existing
along the Metro Blue Line (M'BL)
railroads and street, intersections at a 27-grade
corridor in the City of Los
crossing along the 22 mile Metro Blue Line corridor in
Angeles, cities in Los Angeles
Los Angieles,
County, City of Compton & City of
Long Beach, The Scope of'Work
Project Owner -. LAC TA
includes Railing & Fencing to
Project locations : 27 Locations (next page)
control Pedestrian Traffic and
exiting from the Track area,
Originall Value $ 15,947,28HO
Walkway & Pavement Striping,
Change Order $ 1,858,00HO
Reason for Change: Redesigns
Construction or Re -Construction
'Time Extension Granted: NIA
of Asphalt Concrete & PC
Final Completion Datev June 2018
Concrete Walkway Surfaces
Reason for Delay: Redesigns
Jesting, Commissioning Strart Up
Contact Person:
and putting the ystern, inito a
R,AFIE ZAM�ANI/METRO-213,922.7298/z�zdid,iiauil�i@ii,uii(,tro,�'let
Revenue Operation
KTA SECURITYKIOSKS
Project Location: 13 Locations
Project Client: LACMTA
Cost: $ 3,243,50H0
Representative:
RAFIE ZAMANWEI'R0-
21 3 ,�)22,7298/zarnanir(r iqlglro,uiet
.. -- - -------
13 Locations-
MRL-L,lnion (800 N. Alameda St, LA)
M RL-7th/Flower (550 S. Figueroa St, LA)
MRL-\A/ilshire/Western(3775 WiNhire Blvd,, LA)
IVIRL-Hollywood/Vine (6250 Hollywood Blvd., LA)
IVIRL-North Hollywood (5384 Lankershim Blvd, NH)
IVIBL-Imperial/Wilmigton, (11611 WHlowbrook Avenue LA)
IVIBI.-Willow (2750 American Avenue, Long Beach)
MGL-Aviation (11500 Aviation Blvd., H Segundo)
MGL Norwalk (12901 Hoxie Avenue, Norwalk)
MU -Crenshaw (119,01 S. Crenshaw Avenue, Norwalk),
EXPO 1-1-a Clenega (5664 W. Jeff ersoin Blvd., LA)
Eastside Ext-Mariachi Plaza (1831 E. I't St., LA)
Gold -Del Mar (230 S. Raymond Avenue Pasadena),
Ths proJect, is a DE�SQ) BuNd to
Fataricate & Nnstalled BUIlef, ResiMant
SeemIty Kiosks at T['Oeen (13) (E)
Metro [RaH Stalfions airound Los Ang&)S
County N'E�a. Fhe Scope, of Work
inciuf,les, trut not lirnited to FeU
Suweying, Kosks Shop Drawing,
F'abrk,aflon, Labor & Ma� erid,
Equif,Xnent, Af)purtenwices and
'Transportation, P')e5acre projects6D
is k)cated'Mhn the 343-acre
HLff)b'KJton ("'entrA Park, and generally
boated vvest of the NnterSE)CdM) Of
(,16denwes t Street @ d T�be� t Am We,
bletween the disc golf ,',ourse, Mfli�,h is,
aa Ng['ier elevation, arid fl.,ue Shipfey
Nature Cleriter,
I"go Cl"iange Oirder Used
Drc),ect , loii'�urq)�N;�ted less flian OrIglirial ll3id
KFA-Parking Lot Improvements at North Hol lywood, A.-tesia,
Wardlow Statiorlis. in & Metro Blue I hie Stations
�,tj@!�gp Pr4er is, �ess,fl i a n 1056
Project Vient: LACM TA
Project Location., NOHO Station,
Artesia Station & Wardlow Station
Cost: $ 859,400,00
Change order: $ 72,280M
Representative:
RAinE ZMAM/1VIETRO-
2�l3A922.7298/2�ary)ariiii�-@ii,,r,aetf"o�.net
'This project isto m prove the
Parking lots of Metro Red
Line Stations in North Hollywood
and Metro Blue Line Stations
in Compton and Long Beach,
California. The Scope of work
includes but not limited to Partial
Demolition, Compacted Base
Course, New Asphalt
Paving,-PoJhDJe-s,,.
- %tpr-"WQe,
and General Asphalt Cracks
Patching, Asphalt Slurry Seal,
Wheel Stop Replacement, Parking
Isiand, Pavement Markings,Light
Pole Relocat�on, ADA
Control and! Fences,
DocuSon Emvdq.xID 6E26E33D-F27C 49('118-A3BID 28()TSE IF:E fl-2
C OPPORTUNI IN CERTIFICATION
. . . ..... ...
Wd # ENG 19-20 T3020 REBID
Vkta Cany,on Muffi-Modal CenterTrain Staflon
0ty Project No. T3020
CRV of Santa C�lairita, California
'nios wdc�er I CO IN W ES 1111 N C proposecl SUbcontlrr H31) CeIrIt:
a c-ro r ..... ...... . hereby ffies
ti"Hart Vt has . ................ . . has notlicipated On a pievious contracA or subcorntract suk)ject to tape equa�
T� pai
�..)plportWlfty as required by Exeic.r,it -)rden,; 10925,11114, or 11246, and that it [ias has not
filed w�th the.J6nt Reporting Conirnitte.e, and Director of Office of Fedenfl Cof'itfiraCt (,,ornpiiar I i .. ce,, a Federal
Goveirrunent cicmtractlng or adrnfin VsterV rig AGENC'Y, or the fc)rrniet PresHent's Cormnittee on Equal
E-n-nployfnent Oppr.)uUMity, aH reports that are under the apphcable Hing requirements,
CbirnpanyJCC)N WES NC
— - ---- ---------- ----- -
By:
Tifle: ChRA FXPCLMVe OffiUr
Da te Wnir, 08, M20
Nota Ir [, f? above certfficati,(.)n is recluk-ed by the EqUa� Ernpksymu er'A Opporttmitv of the Secmtary of Labor
(41 CFR 60-- L 7(b)(1)) aind nnust Il e submulrterd Liy bdder s arild proposed subcon traictoi s ordy in coininctiorl
with cointr acts arid subcontracts which a re su biect to the EqLja� opporturn ity czrAause as set Fort h in 41 CFR 6()
1.5, (Generafly only contracts Ot'SUbrontracts (if $1.0,00c) ou, un&,,r are exernpt,)
(",urreindy, the Standard Form 1.00 (EEEO A.) is the orily report required by the Executuve Orders, or their
irnplemendrg regulatlions,,
Proposed p6me ar�d subcoraractors whc) have partcr prated iirn a pirevious contmct or
stibo�- citraf,tsiLi:[,)ljectt�ic,) the ExeUlbve Orders and haw.not filed the requured reports shOLdd note that4l. CFR
6013i(b)(.1) preveiiits the award of cx"mtracts and subcointracts unle5s SUCK bidde� subrnts a report covering
the definquent pe6od or suich other period specffieci by tE~iie Federah Ffighway Adrnin�stratJon or by the
Director-, Office of FecrIeraB Contract Corntfliance, (JS. Departfl)ent of Labor.
BID ft�� E NG 19 201 HOM HZESH) 51 �
DocuSgn Envelop 11Dm (-,E(,,E33D-F2�rC49(8-A�'i'BD-28O7(3E'IIFElF2
CERTIMA'aON AND RESTRICTIONS ON LOBBYING
Bid # ENG-19-20-T30120 REBID
Vista Canyon MuRA-Modal Center Train Station
Clity Project No. 13020
City of Santa Clari-ta, California
CERTIFICATION AND RESTRICTIONS ON LOBBYING
Berriard Ash kaf hereby cerrify (Marne and title of official) Ch'Of: ExeCUtive Off�icev-
C)n bel"taO"4 if of �('�Wl"ST N C ft,aat: (t,Iarne of Bdoler/Corriparly t`4fle)
1',lo federal approprialKI funds have been paid or M b�e paid, by or on behalf of the undersigned, to any person for lnfluerrcung or alterripfing, to
influence an officer or employee of any agency, as Member of Congress, and officer or employee of Congress, of an employee of as Member of
C,ongress in connection with the, awarding of any,federal coritt act, the making of carry feeder al grant, the making of any 1(adaral loan, the entering
lNJrs' of any Coopera " fiVe agreement, and the extension. continuation, mnewal, xnf,-,,ndiTnent, or modffication of nmy federal confract, loam of
cooperative agreenlerkL
ftany funds other than federal apprq)rOled funds have been pard or MI be paid to anypcq-sori inOuencing or attempting to rint,fence all officer
or employee of any agency ar Mejrllubf"r of Congresa, and officer, or employee of Congress, or an employee of a Member of (",.ongress in
connecbc)n Mh the fedo al oontraci, qrant, loin, cx cooperative agleement, hie undersigned shall cornplete and subairl SWndard Form - [ LL
Tis'closr,xe Form to Report Lobbying," inaccordance with its instruCliOns,
The Llndiarsigned shall require that the language, of this certification be Included in the award dOCUITle'nts for all sub -awards at all tiers (Incfud4ig
SUID-COMIWS sub -grants and wntrWs under grants, loarrs, and cooperArve agreernpnts) and that all sub-recilrienrs shall certify and dsciose
1 his certification is a material representalion of fact upon Mirch reliance was placed when this transaction was made or entered into, Submission of
this cpirtificationi os a proroquisitc, for making or entering into this transacfion iMpomA by 31 U&C, S 1352 (as arnended by the, Lobbying Disclosure
Act of 1995), Any person who faho filethe requi°gred cerfifrcaftur shall be subject to a civilerralty of not less than $10,000 and not more than
$ 100,000 for each such raflufe,
The undefsigned cerlifies or affirins the truthfulness and accuracy of lhe contomts of the statemenls subinrited on or Mh this certification and
understands Mat the provisions of 31 U,S,C, Section 3801 et seq., are applicable thereto.
Nlairie of Uder/Corriplany Narne _.R�:()N Wt S r H4C
Typt., or iprrot narne
.... . . . ..... Date 06108/2020
Signature of Auffio',,,d
Signature of notary arld SEAL
Fr I [ jr, p'a I �) _:ao r _ T-3020 REND 54
ACKNOWLEDGMENT
qf V r .') K& �ep CP
..... ....... ............... ............................
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 riot the truthfulness, accuracy, or
validity f that document.
State of California
County of llod� IMM 66F41
On �Aec
before me, _ R12>46 V 7 7;9 '7 E/A/G
(insert name and title of the officer)
personally appeared �44YA�'_ I
who proved to me on the basis of satisfactory evidence to be the person,(arywhose name(srrjs/4re`
subscribed to the within instrurnent and acknowledged to me that he/shOiheV executed the same in
his/h,d*ei? authorized capaclty((, and that by his/jidRth
? irsignatare s)"on the instrument the
person0j, or the entity upon behalf of which the person(w)" acted, executed the, instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and off-j,dial seal. ova WANTO
Notary Pubk Cadformis
. ..... LOS Anff* Cownt V 0
Commission # 2290434
My Comm, Exp�m May 28, ION
Signature . . ............ (Seal)
Elvcfl(spe K,)6E2r�E33D,F27(,,4qCA'iBF)-28076E�1F'E'BF2
GOVERNME -WID DEBARMENT AND SUSPENSION WL P'ROCUREME
Bid # ENG-19-20-13020 REBID
Vista Canyon Multi -Modal Centeffrain Station
Oty Project No. T'3020
City, of Santa clarita, california
GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
lLlatrUCtiOntfOr,.CAIIUkat[Q=-BytoW*Q arxi aacuhrmal4lr tt &w tAd or pfoprAW, the prlarXsE,'#WlB rVfief palt*4WAJ5
3w mg bdow, �nl"Adlnq the WorwX1
wkoa and wippOuTnunt3 Ow, V,$, WM Of MArWlJ(ATWtA, 4W Budq�g (id.. OMS) 'GuidQflWJ tv$ Nkuncius On GOWIlinawrdwide Debarrmrd and
SNsW,im, ion (Nonps)w,rwners),2 CFR W 1,51D,
a. Are (Ihgibk,, to rgirtidpale In www'ed tranwbons of wq Fedend depwrnere w agency and am not rxursw*�
I Uatwwedi
4, OprArAloO 009M
5, V044,00ify eAdwad
C DISquirlAwl
b, M.'P lvanagorreM how not 004fl @ ftim-yokir parfod Fwwvonq lhu Wwt awhwliwn - propauall berm wtvAdud of or Nad a dwil ludgrrwro
rwidered agalost ofty of then foc
1, GuffirIvAnton of fraw ur a orkninal Offense in ounnexAilco Witt uWalroV, uItUMPting to OWAll, qx (A.'alonvirig 9A pubfle fFvdetrA, Slat",
or lorml� transerilon, m, awma" virroler a rxAft "neaction,
2. VIOVU(xi of any Fedarol or $,Xate arftug stavAq, m,
1 Aarpmed for dabaOnWrl cominusJoel of QJlnb'0wJ0errK"' tfilefl' forgmy, OMMy, Walficab(Al of dea"v,*on, of records, rukengi arty
IT480 8tvIxwrw'f7(, of mrAving siden pvrxwry
0, ft is not prosefty Inftted for, or oftoMse alfrOrrofty Or ciwft charged by a 90vanwreMw eMy (F ederal, Sune, or locaf) vvm
cu'Rvri"Otl of any of ft r6onses KsWd In Vic pnwadlig "wton 2,1a allhw CK"Caflan,
d, H has ncA had one or mom pa,"r u, Innowdions (Federal, Mate, ol"Icrral) from inated fur c;atirp" or defouit YAW a ffiFea-year fx0od
precWMU "i:ls GerIffirabon,
ff, St & I4W &M, It raimlves any information OW contraftls the stotonents, Of SUbSOCUMs 2..e — 2A sbove" ft Will pror"ptly provide that
kftMtKM to FT A,
" wffl treal eadl to oar wroract or NOvier lier subuyVaLf, rind4r its pfqeAl as a covemd k"r lier carlmd, 'Wr purposes of 2 CF Il pan
1200 anct 2 CHI pwt 180 It IL
1, EQUNWOf WOWD $25,01)0,
2, Is kw wWrl wxvirres, cm
3, ReqWret; tw ronwnt of an FiWarol OWW, and
9 . K V41 requive that 440G covered lowwr twAractor aso
2. Awre that anch baw fiat parlicipa"t Irl Its Prole a W not prwvn4, dodared by any Federal depaMmunt or agency lol bw
a, Debarrooll fwat'7 PaMciPaWn W, Am lawUrMly Wnded Pruke6l,
b SkAWKW drown fWbulpkiscm m He Wera lty fwidW Pwm4ed,
v 4°royx4ed Aar' debannM from parficipat{ran In fts kdam4y, fontkW l5mjacl,
d. Dedwed her t4l pOa#iJpatq, III its kdeogIy, A)nded t-Noled'
o, WuntsdN exdudcA fmr partdpxoorz h ft kdcfW niryied Project or
I. USQuAlified from pavt4pallooj Wl Its faderafIy fuvrAW pndeld, arid
1 k VON pmvide a wKen ox*robary as hWciwWd on as F090 8#xdw4 In FTA!s TrAMS-Wb rar the FAgnalure Page if ft or, arly QfJbR plinoenv x,
Andudng " Of ft *81 Oar StAxwIpIents or lts'RWfd Party PwWoerft, at a lamg ber, lit unabb to r4rtry CornpilarIce v4ifithe prrCaddrtq
stWOMOMW irl IN$ CoAffication Groop,
cediftoatim
conhw1or
N an i s ar4 1 We 0 C or# racl ors &W i rwiz ad 0ft440 '71"R r i 5' f 7,; W f If x mu f rwl urf ruw-
DocuSign Envelope ID: OE2eE33D-F27C-49C8-A3BD-2807SE1FE1F2
Ill��IZIIJTI t*JA il
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A CONDIT10i
OF DBE RESPONSIVENESS
NOTE: Refer to instructions on the reverse side of this form.
ENG-19-20-T3020 REBID
1, IFB No.:
2. Project Name/Description: VISTA CANYON MULTI -MODAL CENTER TRAIN STATION
3. Prime Bidder Narne: ICON WEST INC
4, Contract DBE Goal %: 8%
5, Bidder's Total Bid Price ow', LT-LnL,�
6, DBE Firm
7, DBE
8, Description of Scope of
9.Bid Item (#)
10.DollarValue
II.Dollar Value
(Name and Address)
Certification
Services/Work
($) of
($)
Number
Participation
of Eligible DBE
Participation/
Commitment
----------- ---
1l9
4 7 0 ; AVE;
c
n i
-------
Note: As a condition of responsiveness, the bidder is required to submit with the
Bid a Letter of Intent and Affirmation signed and dated from each DBE listed in
E71urnn 6 acknowledging that the DBE is participating in the contract for the
specified dollar value ($) and scope of work. The dollar amount in the Letter of
12. Total Dollar Value of Eligible DBE
Participation
$
intent and Affirmation and the amount shown on this form MUST match
Identically.
13. Eligible DBE Participation Represented as a
Percentage (%) of Bidder's Total Bid Price
%
Bidder Assurance: The bidder certifies that information on this form is complete and accurate, that it has verified the listed i certification
SWUS and is only crediting eligible DBE participation towards meeting the contract DBE goal. I
LALAINE GALAROZA
14, Preparer's Name (Print)
JUNE 8, 2020
385,0027 X III
18, Telephone No.
Contracts Administrator
16. Preparer's Title
]alai ne @ icon -west, com
19, Email Address
I
i ENG-1.9-20-T3020REBID 82
DuouSignEnvelope ID: D-28076E1FE1F2
JIM
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
ENG-19-20-T3020REB|D
1.|FB No.:
2, Project Name/Description: VISTA CANYON MULTI MODAL CENTER TRAIN STATION
3.Prime Bidder Name: ICON WEST INC
4.Contract DBE Goal %: »m
S.Bidder's Total Bid Price
6, DBE Firm
7DBE
8, Description of Scope of
9. Bid Item
10. Dollar Value
11, Dollar Value
(Name and Address)
Certification
Services/Work
($) of
($)
Number
Participation
of Eligible DBE
Commitment
Note. As a condition of responsiveness, the bidder is required to submit with the
Bid a Letter of Intent and Affirmation signed and dated from each DBE listed in
E—olumn 6 acknowledging that the DBE is participating in the contract for the
12. Total Dollar alue ($) of Eligible DBE
Participation
$
specified dollar value ($) and scope of work. The dollar amount in the Letter of
Intent and Affirmation and the amount shown on this form MUST match
13, Eligible DBE Participation Represented as a
identically.
Percentage (%) of Bidder's Total Bid Price
Bidder Aaauxsnue�The bidder certifies that information uothis fomniscomplete and ouuurate.that ithas verified the listed DBE(s)certification
status and is only crediting eligible DBE participation towards meeting the contract DBE goal, I
14, Preparer's Name (Print)
NE 8, 2020
TT Date
15,~FYeJpXg�('s8iOn
7X111
18, Telephone No,
Contracts Administrator
18. Prepaver'eTitle
|a|aine@icon+mest.com
19� Emai|Addreaa
DcicuSign Envelope ID: 6E26E3.�D-,F27C-49CS-A3BD-28�076E,IFElF2
II' BTITLE: ENG - 19-20-
Name of Prime bidder's firm: ICON WEST INC
Address: V`U
City: State: zip: tic� , 24717
Name of DBE firm:
,)AK /0\J0.
Address: cx;,,4 7 7
City: State:— CA zip:
Telephone:
Description of work to be performed by DBE firm:
The bidder is committed to utilize the above -named DBE firm for the work described above.
The dollar value of this work $
The percentage value of this work (in comparison to the total contract value) %
Affirmation
The above -named DBE firm affirms that it will perform the portion of the contract for the values
as stated above
By Bernard Ashkar
Title Chief Executive Officer
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,
BID: ,: ENG-19-20-13020 REBID 84
['),ocuSgn Envoicipe- ID'.6E26E3.iD-F27c.,.-49CS-,4�3,9D-20076E9F,—,1F2
nuallimmal glyal
�Ml MON1010HROM
lFB TITLE: ENG - 19-20-
Name of Prime bidder's firm: ICON WEST INC
Address: ,24)
AKA1,'
City:
"os State: zip:
Name of DBE firm: �4 ew V1 Ns-;5' Mj�)
Address: /-ha,0
City:
�C)X?AIA
Telenhone
State: M zip: 1-, 8"e'?
Description of work to be performed by DBE firm
The bidder is committed to utilize the above -named DBE firrn for the work described above.
The dollar Value of this work $
The percentage value of this work (in comparison to she total contract value) % ?o
Affirmation
The above -named DBE firm affirms that it will perform the portion of the contract for the values
as stated above
y Bernard Ashkar
Title Chief Executive Officer
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.
BID 11: ENG-19,20 'F3020 RI�BD 84
Bond No.: ICOWE-305
NO W
Bid # ENG-19-20-T73020 REBID
MZUEUM�M
City of Santa Clarita, California
KAOW ALL MEN BY THESE PRESENTS that•
n c.
as bidder, and
SURETY, are held and firmly bound unto the
City of Santa Clarita, as City, in the penal sum of Ten * dollars ($-10% —0f Bid ), which is ten
percent (10%) of the total amount bid by bidder to City for the above -stated project, for the payment of
which sum, bidder and SURETY agree to be bound, jointly and severally, firmly by these presents,
Percent of the Total Amount of the Bid
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.
By:
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
nth Day of, Ma( 2022_.
Icon West, Inc. I
BIDDER: By:
Signature
AI) Ag.7l 09,1 . . .. ...
Name and Title of Signatory
29—L 85-0027
Address
SURETY* ±JadfQLd_ire Insurance Company, 1 Pointe Dr., 6th Floor, Brea, CA 92821, 1(714) 674-1291
.Matthew R. Dobyns / Attorney -in -Fact ill,
1633 E. 4th St., #228, Santa Ana, CA 92701, 1(714) 541-4700
Subscribed and sworn to this — day of 20—.
NOTARY PUBLIC_(SEAL)
*'Provide bidder and SURM name, address, and telephone number and the name, tide, address, and telephone
number f:or authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury
Departmenes most current list (Circular 570, as amended), and be authorized to transact business In, the State
where the project Is located.
BID#: ENG-19-20-T3020 REBID 57
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
POWER OF ATTORNEY HartfOne Haordord, Co nectclaza
ut 06155
Bond.Claims(a)thehartford.com
call, 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: R S BONDING & INSURANCE AGENCY INC
A enc Code: 72-185891
0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation drily organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of filinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of Unlimited :
Matthew R. Dobyns, Hamilton Kenney, Randy Spohn, Zara Spohn of SANTA ANA, California
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
N- Apra"
d � • :� r„rir,ty" • ��•�Mi► `?. 19 7 1D 7:6J
• � �;�,.':9" �"}wr,o yYp �}`x•3� 'y'�'.y''$ll}vlr lI"'....f �• .c�:f`��
John Gray, Assistant Secretary M Ross Fisher, Senior Vice President
STATE OF CONNECTICUT
ss. Hartford
COUNTY OF HARTFORD
On this 5th day of January, 2018, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
0 KatlileenT, Maynard
Notary Public
CERTIFICATE My Commission Expires July 31, 2021
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of May 29th, 2020.
Signed and sealed at the City of Hartford.
tr'taw �,s+r+wn tl+ x�l,,t}Y_�J ►}%}v,4 .+'.�•+r�
o,. • r,.r},1 \pay *a� i•�' ti ? _ *o°wo•n
i ,�►+► =: 4 r, :\re,rihtrt, lyNY11► •t`•:�.•1979�•_ a� I976 2 1919
Z.
♦ �:»_.� 'pwrN I'R '� r► • .y}gill}91i� snrl�� •y�'``;. l�je9?
Kevin Heckman, Assist Vice Presiden
t
ent
Pon 201 s
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
State of CALIFORNIA
County o E
.w
On � , .e - �bef�oree ERIKA GUIDO NOTARY PUBLIC
personally appeared MATTHEW R. DOBYNS
® who proved to me on the basis of satisfactory evidence to be the person(5)
whose name() is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/hegtheir
authorized capacity {ies), and that by his/he�/their signatures) on the
instrument the person(-5), or the entity upon behalf of which the persons)
acted, executed the instrument.
E RK WX � w
M}
y r-�y q � q� �5 pp p *��q K,�,q.
M Iq`'Hp'7 N'ry�I NI9°I � u 9q�y��INpWF�w�p
r Nm-
y' �1'ry�� p p µ
qI ryryh. {{ qq
C 4�M1.N ��r a
girirr7,��xy�uryG9
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Though the data below is not required by law, it may prove valuable to persons relying on the document an
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
Docu$ign Env0o;)e ID: 6E26E33D-F'27C-49C$-A3SD-28076ElFEIF2
Vista Canyon Multi-Modall Center Train Station
3322EME�M
11W
Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check
or bidder's bid bond payable to the City or cash deposit in the amount not less than ten (10) percent of
the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall,
23920 Valencia Blvd., Santa Clarita, CA 913S5, Attn: Purchasing, Suite 120, and marked with the words
"BID BOND FOR" and tl-ue bid #, no later than the bid opening date and time, for the bidder to be
considered responsive,
NOTE: The following form shall be used in caise check accompanies bid.
Accompanying this Proj,,)osal is a *certified/cashier's check payable to the order of the City of Santa Clarita
for: - dollars ($_), this amount being not
less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the
property of Said City provided this Proposal shall be accepted by said City through action of its legally
constituted contracting authorities, and the undersigned shah fail to execute a contract and furnish the
reqtiired bonds within the stipulated time; otherwise, the check shall be returned to the undersigned,
Project Narne<
Vista Canyon Multi -Modal Center Train Station
Bid No. EING-19-20-T3020 REBID
Proect No. T3020
Bidder's Signature
Contractor/bicider
Address
City, State, Zip Code
* Delete the inapplicable, work.
NOTE: If the bidder, desires to use a bond instead of a check, the following form shall be executed, The SLIM
of this boy° d shall be not less than ten percent (10%) of the total amount of the bid.
BID4: ENG-19,,20-T3020REBID 56
DocuSign Envelope ID: 6E26E330-F27C-d�9C8-A3BD-28076EIFElF2
(ritle 23 United States Code Section 112 and Public Contract Code Section 7106)
I
a
In conformance with Title 23 United States Code Section .112 and Public Contract Code 7106, the
Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder
to put in a false or sharn, bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that
the Bidder has not in any manner, clirectly 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 wile not pay, any fee to any corporation, partnership,
company association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid,
THE BIDDER'S EXECUTfON ON THE SR5NATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL
ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICA TIONS WHICH FORMA
PART OF THE PROPOSAL. BIDDERS ARE CAUDONED THAT MAKING A FALSE CERTIFICATION MAY
SUBJECT THE CERTIFIER TO CRIMMAL PROSECUTION,
BID 8: ENG-M20-T3020 REBID 58
DocuSign Enveiope, ID: 6E26,E330-F27C-49CB-A3BD-28076EIFElF2
MILK "#M�a d111111
zzu���
City of Santa Clairita, California
STATE OF CALIFORNIA
COUNTY OF LOS ANGEL ES
BERNARD ASHKAR being first duly sworn deposes and says that he/she is
the (.6ief Executwe 0!", icer (sole owner, a partner, president, etc,) of
1COW, TF—sr R w- — - — ------ the party making the foregoing bid; that such
Laid 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 elernent 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 thiereof, or the contents thereof, or divulged information or date
r0ative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any rinernber 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 rnember or City
thereof, or to any other individual, excepit to such person air persons as have a partnership or otherfinancial
interest with said bidder in his general business.
Bidder:
Signature
Chief Execufive officer
Title
Subscribed and sworn to and before me this 8th .... . day of, June 2020,
Seal of Notary -,#,/C4/7" cx?0 Z CP OC 0 3 — 0 7-
e,4-
)
AS -
BID#: ENG-19-2033020 REBID 59
ACKNOWLEDGMENT
6
A notary public or other officer comp
leting 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 off..
On before me,
(insert name and title of the officer)
u
Y appeared
personal) -.�-o =° ��m. ���� ����� �.,� ��w .. .............. .........
who proved to me on the basis of satisfactory evidence to be the personWwhose nama� is/are:
subscribed to the within instrument and acknowledged to me that thelw&the executed the same in
his/het/thei°r authorized capacity(ie§), and that by his/b i/this= signature(s)`on the instrument the
person(s�, or the entity upon behalf of which the person(s)"acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and oai seal. ®a RIDWANTOTiRTATUNGGAL
Notary Public - California
Los An Angeles es Country
Commission k 2290434
p
fiQr� My Comm. Expires May 28, 2023
Signature (Seal)
ADDENDUM NO, I
NAM Canyon MuhhModal ;enter' 'amain Station
Bid No,, ENG- 19-20-1`3020 REBID
Pirqject No,T3020
City ofsuf4a clarita, CaMnia
DATEMWM,�
I Ms Ad&n&m fOms a PKI OF te Comma Doamreurs Q � Ile above -identified prcject and rnodi ties
the 00�4�tlal �'�f'OcificAfiMs 'Ind Conmwl LkwumenK as noted belmv, Portions cri'dw C'ontract, not
qwMaNy mMiomA in flit Addondurn, reniajja i1i lorce. AH tnades alfected shall he fully advised of
Owso chamj,!,es, dele6ons, aand addition&
L TABLE COT CONTENTS
D('4ete carrel n,,/An-e attache'Section,
IL Seedc"i F'- GENERA L CONWITICYNS (Pages 4301 .. G C-70)
Delele ivul rej,)hucr (lenelwl ("',eonefilions as Pala ulluclu)61
M. Seeflon G—SKUTION 33 U523 21YEEL C.ASING'
Delete aw.1 1he nloejiM sl-welficalion in its (antirely wilh the calacM4 nunih'ieti
IV, C,'O NTRA C."I'DRA WINGS -PAGE -40 1, UP014, UP 16, (JP0.17,
Rej)lace,4-401, UP01 1, ()PW6, UP017 w,,Ith the
AITACHMENTS
Tabof Contents (2 pages)
SnAiori F- General Conditions (72 pages)
St,%Aion 33 05 23 StM (,,asing (I p,,jge)
Plan Sheel,,> A-40 1, UPO 14, U PO 16, UPO 17 0 pages)
. .. ..... .... .... ...... ... .. .
.. ...... ...... ..... ...... .
.... ....... ... ..
Mector of IN% Works
Chy of Sawa Club,
11020 R,.EBID Addendum 1, Flage �
Ibis Addendum Orms a pao of the Contmci Documonk for the above,idendfied rojec Muned rnodfflies
O-w Origin"d Specifications and (,'onuwo Documenu, as noted hwdow. Porrions, of dic (fontract, nc�t
specitlKly mendoned 4, the AddeWum, mmin bi W, AH lodes anhewd CA be WHy Wwd of
Owse chanpes, deletions. ardadditions,
BID1,I)ER'S', -TRI"I.-FICATE',
I adnowWge rec%,ipt o0his Ad&mkun No.I and amept Me akwommhmed
June 01
2020
. . ..........
Pjddor's SignatUroa
TH IS PAG F: OFTHE DOCITMEATTO BE SUBMI'Mr E.1) W174i
PROPOSAL
T3020 A&kWmn [ Pqe 2
DocuS�gn Envelope Q� 31F179A76-08311-4F-80-921!4-4t7O6OB6C4$$A
ADDENDUM NO. 2
V10a Canyon Multi -Modal Center Train Station
Bid No. ENG-19-20-T3020 REBID
Project No, T3020
City of'Sunta Clarita, California
DATE 5/219/2020
This Addendum forms a, part of the Contract Documents for the above-identi feed proJectand modifies
the original Specifications and Contract Documents, as seated below, Portions of the: Contract, not
specifically melltioned ill tile Addenduni, remain irl, fibree. All trades affected shall be fully advised of
these changes, deletions, wid addiiions.
1, TABLE OF CONTENTS
1)(4ok, and rejVuce ultachetl seclion,
It SECTION E — FEDERAL NVAGES RATES
Delviv, and 11%,q)l(we 1,06) tho ofluchc,,d soction,
111, SECITION G — 01 11 10 TABLE OF CC NTEN'"I'S
Oulute and, rc,.�pla(v wilh the anachedseetion,
IV, SECTION G, — 01. 11, 16 WORK BY SC R,RA
und rulVace I'vilh the section,
V, SECTION G — SS 34 1110 CONTINUOUS WELDED RAIL (CWR)
"feel lv cvu/ rephwe with the attatchedsection.
ATTALHIMENTS
Talc of Contents (2 pages)
Federal Wage Rates (28 pages)
01 11 H") Table of Contents (4 pages)
() I 11 16 Work by SCR -RA (2 pnges)
SS 34 11 10 Continuous Welded Ra it (CNVR) (I page)
- Doc Signed byc
. . . .. ......... . . .....
Director of Public Works A4,R
City of Santa ("larita
13020 REBID Addendum 2, Page I
DocuSign Envelope U 3F179A76-0831-4EB01-9214-47060B6C488A
This Addendurn forms a part offfie Contract, DomVlcrns for the above -identified project and modifies
the original Spec, i fie ati ons and Contract Diocoments,.,, as noted below, Portions of the'Contract, not
specifically mentioned in r1w Addendum, rentain in force, All trades affecred shall be, Fully advised olf
these changc,�, deletions, anckadditions,
I acknowledge NCCipt Of tlrlis Addendum No,2 and accept the aforerrienfloned,
Juno OH,
2020 Bernard A,,,Jfl,-qr II GH,('
Dat,v Bidder's Signattwe
'THIS PAGE OF THE DOCUMENT TO BE SUBMITTED WITH
PROPOSAL
1,3020 RUUD Addenduni 1, Pape 2
,v!yr� U � P �, noy�wrr - 9 ,," �b v n
"ll
n.0 ,„, _. awR. r! �, �& v
�+urr�ra�,� ICI '!�»>yJ1))))➢1)) i�l� uur � t.Wlvfyd y
r�muu�nlru�r�x� ru�rlt
� � �r�rr�ru�tFw,�,,; yfllJi � 11llrr -
'
Y,
T
eu I
e
. I, � � rl'I l . � r� '� n�, '';,` ( LI „'G , I �m /M •Ily r', u, � p��,, �,�; Fu
avv
it k ,
dr p
Il �s .,,,r*�— 11
Ys��;I r � uaw
I
�..r��l
r
Po{
I`
r),�a., r Wi, ti ,"o��%� Iff yi�;i{; ',U� �;.:����� :% 't^ ',,�,,.x a ,, ✓ a..
TV;
r °y
PA-3
' � leul,, �, rnraolvlr➢r�ra�! I, ��-.pry
0 .ru ,MmFNF„��lar�,.iv„N,a ,¢Y,,,,,,,, ,rpu�
a? HIY IY'll rf P. �y .
r r IJ
I
Y wJ � � „ a ;';• r i�l��(f Ir�rmmfli�+,�i�it` "'�,".Y� r/ I��r� ,. yr
NMI TWINING
Engineering a Better Tomorrow
Section 2.1
Cover
Section
it
Qualifications and Project Team
Section
Proposed Approach and Quality Assurance/Control Plan
Section
��JML References
Section
`;
Cost File/Fee Proposal Provided in Separate Sealed Envelope
Required
Exhibits
o and Resumes
CITY OF SANTA CLARITA
Materials Testing for Vista Canyon Multi -Modal Center Train Station
PROPOSAL # ENG-19-20-T3020M
NOTICE OF REQUEST FOR PROPOSALS
Sealed proposals must be received before 11:00 AM on March 2, 2020, by Purchasing of the City of Santa Clarita,
23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355-2196.
Purchasing Contact:
Christine Saunders (661) 286-4183
csaunders@santa-clarita.com
1. Solicitation documents for this proposal may be downloaded from the City's Purchasing PlanetBids website at
http://www,planetbids,com/portal/portal,cfm?Companyl0=16840#. 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.
3. Proposals must include this Request for Proposal form signed by the contractor's authorized representative.
This signature acknowledges the proposer has read and understands the requirements contained in the
Request for Proposals documents.
4. The last day for questions will be February 14, 11:00 AM. Questions should be submitted electronically via
PlanetBids: http://www.planetbids.com/2ortal/portal.cfm?Companyl0=16840#
5. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly
from the City.
6. The specifications in this notice shall 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: Twining, Inc.
Name (Print)
Signature:
9 Portola Road,
Address: Ventura, CA 93003
• •. • - • :1 rr 11
Title of Person Signing Proposal: Vice President, Geotechnical Engineering
ADDENDUM #1
For
City of Santa Clarita Request for Proposal
Materials Testing for Vista Canyon Multi -Modal Center Train Station
ENG-19-20-T3O2OM
February 6, 2020
This addendum must be digitally acknowledged through PlanetBids in addition to a printed and
signed version submitted with the proposal. If addenda are not signed and submitted with the
proposal response, the proposal may be deemed non -responsive and rejected.
Add the following to Section 3: Scope of Work: 3.2 Task 2 Services During Construction, New
Subtask C:
The following Qualified SWPPP Practitioner (QSP) Services for a Risk -Level 2 Construction Project are
required and include the following:
ASSUMPTIONS:
• All storms forecasted by NOAA as 50% or greater within the succeeding 48-hour period shall be
assumed to be Qualifying Events for the purposes of performing Pre -Storm inspections, 24-hour
inspections, REAPS, and runoff sampling.
• Where runoff sampling and analysis is described; all samples shall be analyzed for pH and turbidity in
the field within as short of time period as practical. Where exceedances are detected, resampling
shall occur.
• The WDID No. will obtained by the City.
• The City will administer all of the project's SMARTS website activities.
• All QSP directives shall reference the section of the SWPPP where it's addressed.
• The QSP will be an active member of the project's construction team whose contribution will add to
the project's success. Their input and involvement will be highly valued.
MINIMUM REQUIREMENTS:
• A QSP shall perform all the required activities. They shall not be performed by someone being
"supervised" by a QSP.
• The specific QSP's certification(s), training history, sampling and analysis training and experience, and
storm water inspection background shall be provided for the project SWPPP before their first
inspection.
• All the QSP, inspection and monitoring requirements for a Risk Level 2 project described within the
NPDES General Permit for Storm Water Discharges Associated with Construction and Land
Disturbance Activities, Order No. 2010-0014-DWQ, NPDES No. CAS000002 (Permit) shall be adhered
to.
• The QSP shall follow all project -specific safety rules and will use all the required PPE.
• The QSP shall provide and maintain a project rain gage.
RFP # ENG-19-20-T3020M
• The QSP shall have field instruments to analyze pH and turbidity that meet the minimum Permit
requirements.
• All field instrument information shall be included on each monitoring report, including: make, model,
serial number, units, detection range, and resolution.
• Sampling and analysis reports shall include the date of equipment calibration, serial number(s) and
expiration dates of calibration standards.
• All monitoring equipment shall be operated and calibrated per the manufacturer's instructions.
• The inspection report format shall be approved by the City before it's implemented.
• Inspection reports shall be provided by email to the City within 24-hours of the inspection.
• Runoff and run-on sampling and analysis results shall be provided by email to the City within 24-
hours of their completion.
• All photographs shall be labeled date, time, compass orientation, and subject the photo is
representing.
PERFORM THE FOLLOWING INSPECTIONS:
(a) Weekly inspections
(b) Pre -Storm inspections (for all storms forecasted as 50% or greater chance within 48 hours by
NOAA)
(c) Post -Storm inspections
(d) 24-Hour inspection (once every 24 hours for all work days during a storm event)
(e) Quarterly inspections shall be completed in January, April, July, and October.
(f) Where NALs are exceeded, the QSP shall reinspect the project area for possible causes of the NAL
exceedances.
PERFORM THE FOLLOWING ACTIVITIES:
(g) Maintain the On -Site SWPPP Map by documenting the site BMPs and conditions on the map.
(h) Assemble and provide a Rain Event Action Plan (REAP) as required.
(i) Sample stormwater runoff at each discharge location from the site.
(j) A minimum of three total samples will be taken and analyzed per work day per storm event day
when runoff is present.
(k) Where no runoff is occurring during a storm event, the non -runoff condition shall be recorded on
the inspection report.
(1) When project run-on is present; sample, analyze, and document the run-on.
(m) Where the results of run-on and or runoff analysis exceed NAL thresholds for pH (<6.5, >8.5) and or
turbidity (>250NTU), the QSP shall notify the city representative as soon as possible.
(n) If the Daily Average for either or both of NALs is exceeded, the QSP shall assemble and submit to
the City by email an NAL Exceedance Report containing the details outlined in the Permit,
Attachment D., I., 15., d., i-iii (page 19), within 48 hours of the measured exceedance.
(o) Submit a draft Annual Report to the City by August 1"
The QSP Services should be proposed on a cost per week and assume 24 month project schedule.
RFP # ENG-19-20-T3020M
I acknowledge receipt of this Addendum and accept the aforementioned.
< p
Paul Soltis, PE, GE.,'
Contractor/Consultant's representative
1
Company Name
Date
RFP # ENG-19-20-T3020M
Section 2.1
Q1140
101111, 1111$
1111UH0�
111 TWINING
March 2, 2020
ProDosal No. 20-0295
City of Santa Clarita
City Clerk's Office
First Floor, Suite 120
1879 Ioi,kda 11Road, Su�e G
\4,i'flw,i a CA 93003
d 805.644.5100
�����ax 562.426.6424
Subject. Proposal for Materials Testing for Vista Canyon
Multi -Modal Center Train Station, RFP# ENG-19-20-T30201
2nd professional ACI-, AWS-, ICC-, and nuclear gauge -certified inspection
personnel. Per the City's request, all of the deputy inspectors we place on the
project will be registered with the City's Division of Building and Safety before
r.tepping foot on the job site, and all will have Metrolink Roadway Worker
Protection training.
Twining's proposed project executive, Paul Soltis, PE, GE, project manager,
Jeff Tawakoli, PE, and lead deputy inspector, Blake Rowe, have worked on
several projects together, with Jeff and Blake having worked on Twining's last
three projects with the City. Finally, our team will also include
Robert M. Ryan, ASNT Level 111, as a structural steel technical advisor. Rob is
our President and CEO and has been affiliated with Twining and its associated
companies since 1977. He is a leading expert on all aspects of structural steel
construction and non-destructive testing. His technical knowledge will be vital
for ensuring the accurate non-destructive testing of any project thermite or
ftQsW �utt Ni,/el*le*l rpils.
Piroject Uiiideirstaiiid�iiiig
Sincerely,
00
✓ Y m.
4M
�aul Soltis Jeff Tawakoli
Per City of Santa Clarita Project Executive Project Manager
Resolution 93-9, this proposal Vice President, Geotechnical Services Ventura Office Branch Manager
and its attachments have been Authorized to bind Twining to contracts
submitted on recycled paper.
MRUSIRWIA
izmmzm=
I
SECTION 2.2:
QUALIFICATIONS
AND PROJECT TEAM
Twining’s legacy dates back more than 120 years. What started as a family business
in 1898 has evolved into one of California’s largest service providers of geotechnical,
materials testing, and construction inspection services. Highly regarded by state
and local agencies, developers, contractors, consultants, and industry for providing
high-quality services that are reliable, timely, and compliant, Twining has been a
We employ some of the industry’s most well-known construction experts who
perform research as well as consult with regulatory agencies to shape the future of
construction standard practices.
A California S Corporation with over 200 employees Twining has developed a strong reputation by
statewide, Twining is a full-service engineering and providing sound engineering, testing, and inspection
quality control company with unmatched technical
expertise. As detailed below, our services span from this reputation knowing that the true measure of our
QA/QC, materials testing, and inspection, to highly performance rests in the satisfaction of our clients.
technical capabilities in applied engineering and
integrated disciplines. that we are evaluated on the safety and durability of
the structures and pavements we test and inspect.
With laboratories throughout California and more
than 100 inspectors, we are unequaled in our Twining has the unparalleled ability to service even
core competencies to work on vertical as well as
completion. Starting with the initial subsurface
investigation and continuing through the inspection
Materials testing and inspection services
and laboratory testing required during construction,
Public works inspection
we have the engineering staff, experienced
inspectors, and state-of-the-art laboratory facilities
Stormwater management
Geotechnical engineering
Asphalt pavement quality assurance services
Asphalt pavement design and materials
of communication during the entire scope of your
evaluations
Specialty testing
are met.
Mobile laboratory services
Applied engineering and research
Forensic evaluation
Twining, Inc. | City of Santa Clarita 3
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
Metrolink Orange County Metro Red Line – Hollywood
Experience with Rail Projects
Service Expansion Station at Wilshire / U.G.
Twining is an industry leader in
and Grade Crossings Station and Tunnel
providing materials testing, special
Enhancements
inspection and geotechnical
Metro Red Line – Universal
engineering services for rail
SANDAG Blue Line Trolley City Station / U.G. Station
Station Improvementsand Tunnel
recently worked with Metrolink,
SANDAG South Line Freight Metro Red Line – Western
Metro, San Diego Metropolitan
Yard ImprovementsStation and Crossover / U.G.
Transit System, SANDAG,
SANDAG San Onofre to Station
SANBAG/SBCTA, California High-
Pulgas Phase II
Metro Red Line (B201)
Speed Rail Authority, Bay Area
SANDAG Santa Margarita – Wilshire & Alvarado to
Rapid Transit, Gold Coast Transit
BridgeVermont Tunnel/U.G. Station
District, North County Transit
and tunnel
District, and others.
SANDAG Tecolote to
Washington Crossover Metro Red Line (B221) –
Twining brings value to our clients’
Wilshire & Normandie/U.G.
POLA Berth 300/Container
Station and Tunnel
wharf and rail transfer facility
in materials and structures used
Metro Red Line (B221) –
POLA Berth 302-305 – Rail
on complex rail systems.
Wilshire & Vermont/U.G.
unloading facility
Station and Tunnel
Multi-Modal Station
Terminal Island Container
Experience Since 2017
Metro Red Line (B231)
Transfer Facility (TICTF) –
SANBAG, Downtown San
– Western Station &
New rail yard and support
Bernardino Passenger Rail
Crossover/U.G. Station and
structures, roads, etc.
Support Structures
POLA Supplemental
City of Fairfield, Fairfield-
Metro Red Line (B241) –
Inspection 1990-94, 1997-
Vacaville Train Station
Vermont & Beverly/U.G.
98/Various rail
Station and Tunnel
Other Recent Rail Experience
POLA and rail support
Metrolink Orange County
Metro Red Line (B252) –
Service Expansion
Vermont Station/U.G. Station
POLB Supplemental
and Grade Crossings
Metro Red Line (B271) –
Inspection 1991-94, 1997-98/
Enhancements
Hollywood Station/U.G.
Various rail and rail support
Metrolink Los Angeles
Station
Transfer
Metro Red Line (B281) –
Metro Purple Line Extension
Metrolink C3098-09 Keller
Hollywood & Vine Station/
– 9 Miles Rail, Tunnels, and
Yard Layover Facility
U.G. Station and Related
Stations
Work
Metrolink Upland Station
Metro Green Line – 20 Miles
Metrolink Orange County
Rail, Bridges, and Stations
Stations
Twining, Inc. | City of Santa Clarita 4
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
Inspection ServicesMaterials TestingField Engineering
Twining’s inspection staff Twining has been at the forefront Twining’s ability to perform a
consists of more than 150 of construction materials testing variety of services in-house makes
inspectors located throughout for over a century. Our state-of-testing quicker, easier, and more
California. More than 80 percent the-art Ventura and Long Beach responsive to our clients’ needs.
of these inspectors hold multiple laboratories will allow us to We perform standardized tests and
disciplines including structural completely in house.
Special inspection and testing of
steel, high strength bolting, pre-
Our in house testing capabilities
stressed concrete, reinforced
allow us to provide test results bolting, and welding
concrete, structural masonry,
on which our clients can rely.
Pull testing of building
drilled in anchors, spray applied
Twining subscribes to the
components
most stringent inspection and
Testing of wedge anchors,
These highly skilled men and
epoxied anchors, and wedge
women have been selected for industry. Our laboratories are
anchors
their diversity of knowledge and recognized by Caltrans, Division of
ability to work with clients to the State Architect (DSA), United
In-place shear testing of
achieve maximum performance States Army Corps of Engineers
masonry walls
at minimum cost. Twining has (USACE), Cement and Concrete
Reference Laboratory (CCRL),
cohesion
regardless of size and complexity International Accreditation Service
with experienced and professional (IAS), and others, along with
testing
inspection personnel.numerous cities and counties as
materials testing, and inspection
laboratory.
Twining, Inc. | City of Santa Clarita 5
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
provide similar quality services.
Stormwater ManagementNon-Destructive Examination
The key to our successful
Since 2002, our team has
partnership with the City has
specialized in all aspects of water butt welds and thermite welds in
always been consistent and
quality and stormwater compliance. continuous welded rail is more
prompt communication. Twining
We have a deep understanding of complex than for typical building
has the daily resources to satisfy
the laws, regulations, hydrology,
the full range of needs required
civil engineering, construction
The welds are typically quite
management, and soil chemistry.
thick.
demonstrated this during all of our
We are dedicated to implementing
Rail has a very complex
past contracts with the City.
permit requirements that work for
geometry.
Subconsultants
Twining’s approach to stormwater
The parent material and the weld
Twining has the capability and
management is based on the pillars
are coarse grained, resulting in
resources to perform the vast
of safety, compliance, quality,
a high noise level in the received
practicality, Best Management
signal.
Practices, sustainability, and
transparency, which together
agencies have varying
and ZT Consulting, to provide
form the foundation for successful
gamma gamma testing and source
planning, implementation,
applicable prescriptive
inspection, respectively.
monitoring, and management.
procedures are not applicable.
Twining has utilized Earthspectives
Core Stormwater Competencies
to provide gamma-gamma logging
procedures must be developed.
Water Quality Management
This may require the fabrication
Plan (WQMP) development and
including the recent City of Santa
implementation
Clarita, Old Town Newhall Parking
calibration pieces fabricated from
Structure.
Notice of Violation & Cleanup and
the rail material to be used and
Abatement Order compliance
Twining has utilized ZT Consulting
and Farzad Tasbihgoo, PE, CQA,
Stormwater site inspections,
CWI, PCI III, to provide source
audits, and compliance servicesused.
On-site SWPPP management and For all of these reasons, it is
2014, including the recent City of
SWPPP implementationimportant that the personnel to
Santa Clarita, Old Town Newhall
perform such testing be experienced
Parking Structure.
with the special procedures required
analysis
to perform thorough examinations of
Stormwater pollution prevention
these welds.
plans
Experience with the City
Stormwater training and
In the recent past, Twining has
compliance review classes
partnered closely with the City’s
QSD/QSP training
Twining, Inc. | City of Santa Clarita 6
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
Commitment to Team
The staff shown here are
Our deputy inspectors will
be registered with the City’s
Division of Building and
Safety before stepping foot
Metrolink Roadway Worker
Protection (RWP) training.
Paul Soltis, PE, GE
Jeff Tawakoli, PE
Robert M. Ryan,
ASNT Level III
Technical Advisor,
Structural Steel
Laboratory ManagerSubconsultants
Dispatch Manager
Laboratory Technicians
ZT Consulting
Source Inspection
Blake Rowe
Earthspectives
Stormwater Inspection
Lead Deputy/
Gamma Gamma Testing
Gabrielle Zamora, EIT, QSD/
Public Works Inspector
QSP, CPSWQ, CESSWI
Deputy Inspection
Brandan Mathis
Principal Firm Contact
Roy Schroeder
Key Staff Members
Steve Coldiron
Twining, Inc. | City of Santa Clarita 7
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
make suggestions. He will review all invoices and
Paul Soltis, PE, GE
Project Executive
management information system and guarantee the
Twining Vice President Geotechnical Operations
accuracy and timeliness of all reporting and billing
Involvement
activities.
He will play a critical role in informing the City of
Responsibility
event of budget deviations, Jeff will ensure that the
City is proactively advised and assist with allocating
costs to the actual source of the budget deviations,
manager, Jeff Tawakoli, PE, to ensure the City’s
deviations.
engineering oversight and serve as an in-house
Blake Rowe
advisor.
Lead Deputy/Public Works Inspector
Jeff Tawakoli, PE
Involvement
Project Manager
Twining Ventura Branch Manager
Responsibility
Involvement
communicate regularly with our team of inspectors
Responsibility
to ensure inspections are being performed properly
managing and leading teams in the capacity of
special inspection and material testing and has the
inspectors are following the proper safety procedures,
as well as also be the emergency contact during the
construction period.
the City.
As our team’s City of Santa Clarita registered special
He will serve as the primary point of contact for the
AWS, ICC Concrete, ICC Masonry, and bolting testing
matters, seamlessly coordinating all services and
and inspections.
communicating with you without delay.
provided by Twining, ensuring that the City always
has access to the necessary resources for each
Jeff will always be available to design and
construction team members to answer questions or
Twining, Inc. | City of Santa Clarita 8
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
PAUL SOLTIS
PE, GE, Project Executive
Professional Summary
on California’s infrastructure. His experience includes assuming the role of Geotechnical
on or near active railroads. Paul is also responsible for the technical oversight of Twining’s
Relevant Experience
Contact
NAVFAC, Red Beach P-159 Operations Access Points
roadway that allows access to Red Beach. The existing railroad
bridge will be demolished and replaced with a two-span steel
20 Percent
associated site work, drainage, and shoring. Twining’s scope on
Overview
testing of earthwork and quality assurance services, including
aggregate base, concrete pavement, non-destructive, and
Alameda Corridor East Construction Authority, Fairway Drive
Education
Grade Separation
MS, Geotechnical Engineering, University
of Colorado, Boulder
and Metrolink tracks in the City of Industry and unincorporated
area of Los Angeles County, immediately north of the 60 Freeway.
BS, Civil Engineering, California
Plans call for constructing a four-lane roadway underpass and a
Polytechnic State University,
new four-track railroad bridge. Twining is providing quality control
San Luis Obispo
services. Our scope of services includes the material testing and
Current Licenses Held
Professional Engineer, Civil
Alameda Corridor East Construction Authority, Nogales
CA, PE 56140
Grade Separation
Registered Geotechnical Engineer
Nogales Street crossing eliminated the potential for train-vehicle
CA, GE 2606
collisions and delays for emergency responders. The crossing
is used daily by more than 40,000 vehicles and 49 trains a day,
six-lane roadway underpass and double-track railway bridge to
completely grade separate Nogales Street with the railroad (Los
Angeles Subdivision). Twining provided geotechnical investigation
Twining, Inc. | City of Santa Clarita 9
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
JEFF TAWAKOLI
PE, Project Manager
Professional Summary
Jeff Tawakoli, PE, is an engineer with more than three decades of experience in geotechnical and
construction materials engineering. Jeff’s areas of expertise include subsurface investigation,
and procedures and is committed to the success of the Vista Canyon Multi-Modal Center.
Relevant Experience
Contact
City of Santa Clarita, Old Town Newhall Parking Structure
new construction of a 24,200-square-foot, 376 stall, six-story
concrete parking structure. Twining performed materials testing
80 Percent
City of Santa Clarita, Copper Hill Park Restrooms
Overview
at Copper Hill Park and connection to an existing sewer main line
in the street. Twining performed materials testing and inspection
Education
City of Santa Clarita, Newhall Ranch Road Bridge Widening
BS, Civil Engineering
The City of Santa Clarita widened the Newhall Ranch Road Bridge
University of Utah
over San Francisquito Creek to four lanes in each direction with a
raised median, barrier protected raised sidewalk on the north side,
Current Licenses Held
and barrier protected sidewalk and multi-use path on the south
Professional Civil Engineer, side. Twining provided quality assurance construction materials
CA PE 51883
testing and inspection services along with geotechnical support.
City of Simi Valley, West Los Angeles Avenue Widening
Los Angeles Avenue to add bike lanes, along with curbs and
retaining walls and stormwater drains. Twining is providing quality
assurance construction materials testing and inspection services
manager.
Twining, Inc. | City of Santa Clarita 10
SECTION 2.2: QUALIFICATIONS AND PROJECT TEAM
BLAKE ROWE
Lead Deputy/Public Works Inspector
Professional Summary
Blake Rowe brings more than 21 years of technical expertise to Twining. His experience
encompasses all aspects of testing and inspection with special emphasis on welding and
the City of Santa Clarita previously and serves as a diligent lead inspector. In this role, he will
efficiently coordinate inspections to ensure inspections are being performed properly.
Relevant Experience
Contact
City of Santa Clarita, Old Town Newhall Parking Structure
new construction of a 24,200-square-foot, 376 stall, six-story
concrete parking structure. Twining performed materials testing
35 Percent
inspector throughout construction.
City of Simi Valley, West Los Angeles Avenue Widening
Overview
Los Angeles Avenue to add bike lanes, along with curbs and
Joined Twining In 2008
retaining walls and stormwater drains. Twining is providing quality
Current Licenses Heldassurance construction materials testing and inspection services
along with geotechnical support. Blake is serving as a concrete
ACI Concrete Field Testing Technician –
inspector.
Grade I
County of Ventura, Erringer Fire Station #47
ICC Prestressed Concrete
ICC Reinforced Concrete
2.45 acre vacant site in Simi Valley. Twining’s scope of services
included providing quality control material testing and inspections
ICC Masonry
services. Blake served as an inspector throughout construction.
ICC Structural Steel and Welding
City of Santa Barbara, Santa Barbara Airport Terminal Building
building that is 72,000 square feet, including site preparation and
soil stabilization, relocation and rehabilitation of the 1942 portion
of the existing terminal, a new short-term parking lot and roadway,
and a new aircraft parking ramp. Utilizing his multi-discipline
control, concrete, and welding testing and inspections services for
Twining, Inc. | City of Santa Clarita 11
SECTION 2.3
Section 2.3
Proposed Approach and
Quality Assurance/Control Plan (QA/QC)
SECTION 2.3:
PROPOSED APPROACH &
QUALITY ASSURANCE
The following pages list the tasks we believe relevant to providing the City with
materials testing and inspection services for the Santa Clarita Vista Canyon Multi-
Modal Center Train Station. This approach is based on our understanding of the scope
of work in the RFP.
also contain a log of his hours the quality assurance program
General Managerial Approach
covering the duties performed implemented on the project. The
Our project manager will review
that day.
City’s use and can be presented
The inspector will test all
develop a budgetary cost
upon an audit.
materials within the project
estimate based on the testing
as required by the project
and inspection requirements
Understanding of the Project
The Vista Canyon Multi-Modal
Local Assistance Procedures
manager will decide the project
Center Train Station project will
manual. If a material type
team and inspectors that are
construct a new Metrolink train
(i.e., hot mix asphalt) requires
station with a grade separation,
plant inspection, both the
the tasks.
ADA compliant center platform
Once the appropriate Twining
with prefabricated canopies,
will communicate directly with
staff member will be proposed
customer information systems,
the public works inspector
for the project, each individual’s
communications shelters, mini-
as to temperatures, time of
resume would be forward to
high loading platforms, along
shipment, total tons at the plant,
the City’s project representative
with new and improved utilities
intermediate plant test results,
along with their appropriate
and the associated landscaping.
plant break downs, and all
In particular, work related to the
pertinent daily activities.
for review and approval. The
station includes realigning the
Daily reports will be reviewed by
technicians and inspectors will
existing Humphreys siding, building
the project manager along with
be available within 24 hours of
a second track, installing a new
all laboratory test results on a
request.
railroad bridge, installing soil nail
daily basis.
The project inspector will perform wall, sounds wall and retaining
appropriate testing or inspection walls, replacing or extending
Assurance report that displays
and log each station location multiple culverts, extending utility
of each test. Samples would protection for a water line, grading,
batch plant inspection reports,
be obtained for construction track and surface drainage,
laboratory testing reports, and
materials that correlate with the
tests.lifting existing track, constructing
tests performed on the project.
signal house pads, and fencing
The inspector will log his daily
around completed signal work
testing and sampling and provide
and building access roads. The
a copy of his daily report to the
construction is expected to last
public works inspector for his
roughly two years from June 2020.
signature. The daily report would
Twining, Inc. | City of Santa Clarita 12
SECTION 2.3: PROPOSED APPROACH AND QUALITY ASSURANCE/CONTROL PLAN (QA/QC)
Elimination System (NPDES)
Strategy for Achieving Testing and
of the work. Communication Stormwater Pollution Prevention
Inspection Objectives
procedures will be discussed Plan (SWPPP) requirements when
Task 1: Pre-Construction
and noted. In the past, the City requested.
Services
has utilized the “Project Wise
Construction Management” system
Subtask A
also comply with all of Twining’s
database. Should the City be
Twining’s project manager, Jeff
safety practices and compliance
using this system once again,
Tawakoli, PE, has a wealth of
with CAL/OSHA Standards, and
Jeff will oversee the uploading
experience leading materials
Metrolink RWP training.
of inspection forms, inspection
testing and inspection projects on
In addition, our lead inspectors
logs, progress reports into the
the City of Santa Clarita project.
will measure and tabulate contract
City’s system. Alternatively,
During the pre-construction
quantities and assist in the review
Twining utilizes a proprietary
phase of the project, he shall
of the contractor’s invoices, verify
cloud-based reporting system
be responsible for reviewing
completed work and pay items,
called ConstructionHive™ to
approved project plans and
and assist in the approval of all
which we can provide the City and
quantities when requested. The
construction team accesses.
the pre- construction meetings and
lead inspector will also be the
coordinating testing and inspection
Task 2: Services During
contact on a 24-hour basis for any
schedule with the City and its
Construction
emergencies as requested by the
construction team. He will also
Subtask A City.
decide during this phase who will
Twining’s lead inspector and his Subtask B
be the inspectors that are going
assistants, shall be responsible
Twining lead inspector and his
for providing material testing
the project and will communicate
assistant(s) will perform the daily
and inspection services during
tasks that include but not limited
construction throughout the
and will discuss and answer
to rebar inspection, concrete
duration of the project. Their
any questions that may have. In
placement observation, masonry
responsibility will include
addition, he will arrange for those
inspection and placement, welding
performing daily required site
inspectors to register with Building
and structural steel inspection,
inspections per plans and
and Safety division prior to start of
compaction testing of soils and
the job.
aggregate base, epoxy anchor
on-going work complies with
Subtask B
approved plans and the applicable
and communicated all activities
Jeff will attend pre-construction
workmanship. This task also
on a daily basis with both City
meeting. He will also bring his
includes Twining’s stormwater
inspectors and Twining project
lead inspector to the meeting and
inspector who will perform site
manager. Any non-compliances
will meet with the City project
inspection throughout the project
will be noted and logged and will
managers and inspectors. He will
on a weekly basis and during all
be brought to the attention of the
rain events to ensure compliance
contractor and all involved parties
requirements that the City may
National Pollutant Discharge
for correction.
Twining, Inc. | City of Santa Clarita 13
SECTION 2.3: PROPOSED APPROACH AND QUALITY ASSURANCE/CONTROL PLAN (QA/QC)
Task 3: Services During
Cost Impact OpportunistsTechnology
Construction Close-Out
There are two main areas where Materials testing and inspection
a materials testing consultant can is primarily a data-driven service,
Subtask A
assist the City in saving money.
Twining will assist the City after
various tools and methods, our
the completion of the project in
laboratories analyze that data,
warranty inspection by providing
and our engineers and project
a walk through(s) with the City
and special inspectors. Multi-
managers verify that data
project managers to go over
all aspects of work related to
a range of inspections and tests
parameters.
Twining’s work and will provide
over the course of a single visit.
any necessary paperwork for all
This reduces the cost of overall
inspection and often allows
non-compliances. The walk
can play in our ability to conduct
through(s) will be provided during
The use of local inspectors, such and turn around tests accurately
the construction, as required by the
as those employed by Twining,
City project managers as well as
also saves the City from having to
near one year anniversary after the
pay for travel time costs.reports digitally on mobile devices
completion.
These reports and corresponding
such as Twining can save the City
pictures are automatically saved
money is through the use highly
experienced project management
when our laboratory receives a
personnel who can thoroughly
any question of who took it, where
and provide feeback on where
the sample is from, or to which
exceed code
project that sample belongs.
requirements. The reasons for
This elimination of paper, scans,
code can vary and be legitimate, and other non-digital native reports
however, they can also add costs allow our team to seamlessly
to a project when unnecessary. integrate our data into the City’s
Twining’s team of talented construction management system
engineers and technical advisors with no learning curve and
can help bring these types of maximum results.
issues to the City’s attention so
that it can determine if a costs
savings is feasable.
Twining, Inc. | City of Santa Clarita 14
SECTION 2.3: PROPOSED APPROACH AND QUALITY ASSURANCE/CONTROL PLAN (QA/QC)
acceptable codes. As such, quality-related hold
Quality Assurance Program
that the work performed meets
typically include the following key
its predetermined quality-level
features:
at Every Step” is our day-to-day
requirements. In addition, the
goal. Twining actively practices
A clear understanding
work plans and procedures will
this philosophy through our quality
of construction quality
identify the frequency of quality
programs on every project. Our
roles, responsibilities, and
measures (i.e., testing, sampling,
team will focus on achieving the
accountability
and inspection) and assure as-built
City’s goals to construct a high-
plans are maintained by production
Flowcharts for each procedure
quality project. Key elements to
staff. Twining has a solid process
to enhance the communication
quality success include a clear
in place for self-inspection, which
process
understanding of:
Testing and inspection plans
Construction team roles and
Program.
responsibilities
Training for employees
Laboratory Testing QA/QC
emphasizing responsibility and
The City’s roles and
Program
accountability for quality control
responsibilities
In accordance with our
prior to acceptance inspection
Third-party stakeholder roles and
accreditation by multiple agencies,
and testing
responsibilities
Twining maintains stringent
Subcontractor quality
Acceptable sampling and testing
internal quality control and quality
management
methods
assurance procedures. These
Self-performance of quality
procedures are recorded in the
Acceptable inspection methods
testing to provide a higher level
series of documents described
and frequency
of quality and accountability
below.
“Witness and Hold” points
Procedures pertaining to
Our clients rely on us to ensure
Twining’s designated project
standards of quality are applied to
manager, Jeff Tawakoli, PE, will
tracking and expedite issue
their projects. The quality of our
take the lead in developing a
resolution, construction
internal procedures is essential to
the quality of service our clients
working closely with the City
procedures
are accustom to receiving. Our
quality manager to meet City
We will prepare work plans for
requirements and goals for
for reliability in the area of quality
every major work element prior
the project. Jeff will also be
control. As required by ASTM
responsible for monitoring quality
E329 and our IAS (International
control for all trade/subcontractor
activities, documentation, and
we maintain written quality control
required level of quality.
testing. He will monitor the work
procedures for all laboratory and
as it is performed to ensure
compliance with construction
include our Field Procedures
Twining, Inc. | City of Santa Clarita 15
SECTION 2.3: PROPOSED APPROACH AND QUALITY ASSURANCE/CONTROL PLAN (QA/QC)
Control Manual. All aspects of by technicians, that machine Quality Assurance Manual
operational procedures, test calibrations are up to date, and Addressing Nondestructive
methods, reporting requirements, that proper reporting procedures Testing
and personnel training, discipline, are followed.
This document establishes
and control are addressed. These
Quality Assurance Manual the minimum requirements for
manuals are available for review at
Addressing Inspection the control and administration
your convenience.
Procedures of training, examination, and
This document has been prepared
Caltrans and by the Cement and conducting NDT using ultrasonic,
to specify required and accepted
Concrete Reference Laboratory magnetic particle, and liquid
inspection practices for Twining.
(CCRL, a unit of NIST) and the penetrant methods.
It includes a description of the
AASHTO Materials Reference
Quality Assurance Manual
Laboratory (AMRL) and has
Audit Program, along with sample Addressing the Physical
successfully completed a recent
inspector evaluation reports. It Laboratory
inspection. The status of our
addresses required employee
This document addresses the
accreditation may be reviewed
quality assurance procedures
at www.amrl.net. This extremely
for inspection of the following
related to our physical laboratory
intensive evaluation of every
construction materials and
and addresses the topics of:
aspect of our test procedures
activities: welding, high strength
for construction materials, and
Quality Control Organization
bolting, reinforced concrete,
assures clients of the integrity and
structural masonry, pre-stressed
Organization
accuracy of our testing procedures
inspection, and batch plant
Lines of Communication
and results.
inspection. Appendix A contains
Flow Diagram of Activities
The company also maintains a special instructions related to
rigorous auditing schedule of concrete slump,
Using Subcontractors
our test procedures under the
Appendix B addresses verbal
Using Outside Support and
direction of Materials Scientist, Dr.
approval of changes to design
Supplies
Boris Stein. This unique program
drawings based on verbal
direction from the engineer of
the latest Caltrans and ASTM
Document Control
record, and Appendix C contains
standards are being utilized, that
the aforementioned inspector
Review of Requests and
technicians are made aware of any
evaluation report.
Contracts
changes in such standards, that
proper methods are being followed
Twining, Inc. | City of Santa Clarita 16
SECTION 2.3: PROPOSED APPROACH AND QUALITY ASSURANCE/CONTROL PLAN (QA/QC)
Quality Control Procedures Index of Test Equipment Standard Forms
(Riverside)
Sampling Procedures for Calculations for
Consumable Materials Uncertainty in Measurement
Sample Transfer
ReferencesSample Calculations for
Sample Receiving
Uncertainty in Measurement for
General References
Specimen Preparation
Rockwell Hardness Testing
Index of References – General
Specimen Testing
In addition to these documents,
Testing
Twining also maintains a current
Test Result Reporting
Special Testing Utilizing Non-
library of all relevant test methods
Disposition of Tested Specimens
Standard Procedures
used in each area of testing we
Control of Nonconforming
undertake. Our quality assurance
Calibration Procedures
Testing, Technical Complaints
manuals are available to you upon
Slump Cone
and Handling Corrective
request.
Measures Unit Weight Measure
Control and Maintenance of Unit Weight Scales
Documents of External Origin
Air Content Pressure Meter
(Standards, Codes, etc.)
Single-Use Cylinder Molds
Approved Signatories
Compression/Universal Testing
Personnel
Machines
Internal Audit and Review
Personnel Selection
Testing Environment
Personnel Training
Environment of Testing Facilities
Curing of Cement-Based
Test Equipment Materials
Test Equipment Control Handling of Powdered Materials
Test Equipment Calibration and Aggregates Testing
Maintenance
Vibration and Shock Protection
Test Equipment Selection
Housekeeping of Laboratory
Test Equipment OperationTesting Areas
Index of Test Equipment (Long
Beach)
Index of Test Equipment
(Relocated to Long Beach)
Index of Test Equipment (San
Diego)
Twining, Inc. | City of Santa Clarita 17
SECTION 2.4
Section 2.4
References
SECTION 2.4: REFERENCES
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
REFERENCES
Thefollowingarethenames,addresses,andtelephonenumbersofthreepublicagenciesforwhich
proposerhasperformedworkofasimilarscopeandsizewithinthepast3years.Iftheinstructionsonthis
formconflictwiththereferencesrequestedinthescopeofwork,thescopeofworkshallgovern.
Completethisformoutaccordingly.Filloutthisformcompletelyanduploaditwithyourproposal.
City of Santa Clarita | 23920 Valencia Boulevard #120, Valencia, CA 91355
1. __________________________________________________________________________________
NameandAddressofOwner/Agency
Julia Regan, Project Manager
__________________________________________________________________________________
NameandTelephoneNumberofPersonFamiliarwithProject
$14 millionMaterials Testing and Inspection Services2018
__________________________________________________________________________________
ContractAmountTypeofWorkDateCompleted
Gold Coast Transit District | 1901 Auto Center Drive, Oxnard, CA 93036*
2. __________________________________________________________________________________
NameandAddressofOwner/Agency
RJ Stump, Project Manager, Icon West / 805.910.8610
__________________________________________________________________________________
NameandTelephoneNumberofPersonFamiliarwithProject
$53 millionMaterials Testing, Inspection, and QC2019
__________________________________________________________________________________
ContractAmountTypeofWorkDateCompleted
City of Simi Valley | 2929 Tapo Canyon Road Simi Valley, CA 93063
3. __________________________________________________________________________________
NameandAddressofOwner/Agency
Fuad Shamout, Project Manager, City of Simi Valley / 805.583.6700
__________________________________________________________________________________
NameandTelephoneNumberofPersonFamiliarwithProject
$8 millionMaterials Testing, Inspection, and QCOngoing
__________________________________________________________________________________
ContractAmountTypeofWorkDateCompleted
3. __________________________________________________________________________________
NameandAddressofOwner/Agency
Bryan Decker, Project Engineer, OC405 Partners (formerly Schimmick) / 858.251.2200
__________________________________________________________________________________
NameandTelephoneNumberofPersonFamiliarwithProject
$59.6 millionMaterials Testing, Inspection, and QC2017
__________________________________________________________________________________
ContractAmountTypeofWorkDateCompleted
* See following pages for agency project relevance Twining, Inc. | City of Santa Clarita 18
SECTION 2.4: REFERENCES
CITY OF
SANTA CLARITA
Old Town Newhall Parking Structure
As part of the Santa Clarita 2020 plan, the City of Santa Clarita constructed the
Owner Name
new parking structure on the Redevelopment Block in Old Town Newhall at 9th
City of Santa Clarita
Client Contact
Julia Regan
Twining performed materials testing and inspection services on this project,
Project Manager including concrete, rebar, CMU, and welding inspections and worked closely
City of Santa Clarita
Project Team
p: 661.255.4301
Jeff Tawakoli, PE, Project Manager
e: jregan
Blake Rowe, Inspector
Brandan Mathis, Inspector
Construction Cost
$14 million
Completion Date
2018
Twining, Inc. | City of Santa Clarita 19
SECTION 2.4: REFERENCES
CITY OF
SIMI VALLEY
West Los Angeles Avenue Widening
The project consists of the widening of a segment of West Los Angeles Avenue
Owner Name
from the City’s Public Services Center westerly to the Simi Valley city limits. The
City of
improvements include widening the north and south side of the street by ten
Simi Valley
feet on each side to add bike lanes, along with curbs and gutters. The work also
Contact
a bike lane in each direction. In addition, sidewalk and street lights will be added
Fuad Shamout
along the south side of the street.
Overall construction activities included clearing and grubbing, tree removal,
Project Manager,
earthwork, retaining walls, installation of storm drain pipes, catch basins and
City of Simi Valley
box culvert extension, cold milling and AC base reconstruction, and overlay.
p: 805.583.6700
approved all of the project’s mix design data submitted to the City by its
e: fshamout
contractor. Currently, Twining is providing geotechnical observation of soils
@simivalley.org
compaction and concrete, grout, and asphalt materials testing and inspection,
Construction Cost
assurance program and Caltrans provisions.
$8 million
Project Team
Completion Date
Jeff Tawakoli, PE, Project Manager
Ongoing
Blake Rowe, Inspector
Twining, Inc. | City of Santa Clarita 20
SECTION 2.4: REFERENCES
GOLD COAST
TRANSIT DISTRICT
Administration and Maintenance Facility
Gold Coast Transit District (GCTD) had outgrown its existing facilities and
Owner Name
wanted to relocate to a new, larger site to accommodate their growing needs.
Gold Coast Transit District
Contact
with compressed natural gas (CNG), bus wash and maintenance support
RJ Stump
Project Manager,
Icon West
contractor, Icon West. Our services included inspection of reinforced concrete,
p: 805.910.8610
Project Team
e: rjstump
Jeff Tawakoli, PE, Project Manager
Construction Cost
$53 million
Completion Date
2019
Twining, Inc. | City of Santa Clarita 21
SECTION 2.4: REFERENCES
SANBAG
Downtown San Bernardino Passenger Rail
Project
The project is a one mile extension of Metrolink infrastructure for extended
Owner Name
commuter rail service from the San Bernardino Santa Fe Depot to the San
San Bernardino Associated
Bernardino Transit Center at the southwest corner of Rialto Avenue and E
Governments (SANBAG)
Contact
Bryan Decker
and new rail passenger platforms at the Depot, new platforms at the transit
Project Engineer,
OC405 Partners (formerly
irrigation, grading, security systems, and construction of a pedestrian overpass
Schimmick)
at the Depot and a Metrolink crew building at the transit center station.
p: 858.251.2200
materials testing and inspection of soils, asphalt, concrete.
e: bryan.decker@oc405.
com
Project Team
Steve Coldiron, Inspector
Construction Cost
$59.6 million
Completion Date
2017
Twining, Inc. | City of Santa Clarita 22
SECTION 2.5
Section 2.5
Subconsultants
SECTION 2.5:
SUBCONSULTANTS
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
DESIGNATIONOFSUBCONTRACTORS
TheCityofSantaClaritahasadoptedaDisadvantagedBusinessEnterprise(DBE)Programtosupportfederallyfundedprocurements.TheCity
stronglyencouragestheparticipationofsmallandDisadvantagedBusinessEnterprisesinitsfederallyfundedprojectsandthissiteisintended
toprovideassistancetosuchbusinesses.Listedbelowarethenamesandlocationsoftheplacesofbusinessofeachsubcontractor,supplier,
andvendorwhowillperformworkorlabororrenderserviceinexcessof½of1percent,or$10,000(whicheverisgreater)oftheprime
contractor'stotalbid:DBEstatus,ageoffirmandannualgrossreceiptsarerequiredifsubcontractorisparticipatingasaDBE.Ifno
SubcontractorswillbeusedfillouttheformwithNA.Pleaseaddadditionalsheetsifneeded.
SubcontractorDIRRegistrationNo.DollarValueofWork
ZT Consulting Group, Inc.1000023419TBD
Ageoffirm:AnnualGrossReceipts:
DBE:YesNo
$1.2 Million
6 Years
CertifyingAgency:
LocationandPlaceofBusiness
Pasadena, CA
BidScheduleItembƚƭʹDescriptionofWork
Source Inspection and Quality Control
N/A
LicenseNo.Exp.Date://Phone()
C7140312/31/2021626.714.7187
SubcontractorDIRRegistrationNo.DollarValueofWork
EarthspectivesN/ATBD
Ageoffirm:AnnualGrossReceipts:
DBE:YesNo
$800,000
25 Years
CertifyingAgency:
LocationandPlaceofBusiness
Santa Ana, CA
BidScheduleItembƚƭʹDescriptionofWork
Gamma-Gamma Foundation Testing
N/A
LicenseNo.Exp.Date://Phone()
N/AN/A949.777.1270
SubcontractorDIRRegistrationNo.DollarValueofWork
Ageoffirm:AnnualGrossReceipts:
DBE:YesNo
CertifyingAgency:
LocationandPlaceofBusiness
BidScheduleItembƚƭʹDescriptionofWork
LicenseNo.Exp.Date://Phone()
:Abidderorsubcontractorshallnotbequalifiedtobidon,belistedinabidproposal,subjecttotherequirementsofSection4104ofthePublic
ContractCode,orengageintheperformanceofanycontractforpublicwork,asdefinedinthischapter,unlesscurrentlyregisteredandqualifiedtoperform
publicworkpursuanttoSection1725.5oftheLaborCode.Itisnotaviolationofthissectionforanunregisteredbiddertosubmitabidthatisauthorizedby
Section7029.1oftheBusinessandProfessionsCodeorbySection10164or20103.5ofthePublicContractCode,providedthebidderisregisteredtoperform
publicworkpursuanttoSection1725.5oftheLaborCodeatthetimethecontractisawarded.
Twining, Inc. | City of Santa Clarita 23
SECTION 2.6
Section 2.6
Cost File/Fee Proposal Provided in Separate Sealed Envelope
975.00
1,900.003,000.00
1,020.001,000.00
60,600.0030,300.0030,000.0060,600.0010,200.00
16,160.00
CostCostCost
$$$$$$$$$$$
Unit RateUnit RateUnit Rate
$ 101.00 $ 190.00 $ 150.00 $ 325.00 $ 101.00 $ 30,000.00 $
101.00 $ 34.00 $ 101.00 $ 34.00 $ 100.00
Estimated QuantityEstimated QuantityEstimated Quantity
testtesttest
eacheacheach
eacheach
UnitsUnitsUnits
hourshourshours
31
1020
3010
600300600300160
AmountAmountAmount
be
will
the
with
trench
will
with
tests
of
tests
combined
backfill,
of
be
amount
compliance
for
may
amountThe
structural
time
The
caissons
Tech
operations.
wall
construction,
operations.
Page 1 of 2
grading
slope
retaining
specimens.
and
TWINING, INC.
grading
and
and
cylinder
backfill
excavation,
soundwall
with
backfill
Notes and AssumptionsNotes and AssumptionsNotes and Assumptions
the
concrete
roadway
of
with Item No 3 - Masonry Construction, Sound Walls
and
associated
Item No 2 - Concrete placement observation and testing
backfill,
bridge
soil
the
Fabrication
associated
testing
of
for
and
testing
testing
drilling
all
necessary
Quality Assurance Field Sampling and Testing Services - Budgetary Cost Estimate
the
Item No 1 - Geotechnical Services- Roadway Excavation, Structural Excavation, Embankment
observation
US 101 / Wendy Drive Interchange Improvement (Federal Aid Project No. STPL - 5392 (038)
CompactionPerformedcontingent on the variety of material encountered during construction.Performedbe contingent on the variety of material encountered during construction.R-value testing
for design verificationObservegeotechnical report-may be combined with other soils technician activities Gamma Gamma testing services Fieldother concrete and masonry work.1 set approximately
every 50 yards
backfill, embankment fill, etc.Field Fabrication of masonry prisms and grout specimens. Grout and mortar Test SpecimensMasonry Prisms
forforfor
and
C172,
gauge
groute,groute,groute,
installation
ASTM
block,block,block,
sampling
nuclear
techniciantechniciantechnician
nail
ofofof
for
with
soil
Testing
ICCICCICC
testingtestingtesting
and
technician
fieldfieldfield
technician
Strength
Proposed Services
Proposed ServicesProposed Services
masonrymasonrymasonry
ICC
andandand
Drilling
soils
Field Compaction Testing and Laboratory SupportCertifiedfor compaction testingMaximum Density, ASTM 1551Seive Analysis, CT 202R - Value CT 301CaissonObservationGamma-Gamma TestingField
Fabrication of Test Specimens, Field Testing and Laboratory Testing of ConcreteCertifiedfield testing of concreteCompressionCT 540Certifiedsamplingand mortarconcreteCertifiedsamplingand
mortarconcreteCertifiedsamplingand mortarconcrete
ItemItemItem
Site Testing, and Site Testing, and
Laboratory TestingLaboratory Testing
Field Observation, On Field Observation, On
September 26, 2011Proposal No.: 11-1135
15,150.0015,150.0033,000.0065,000.00
344,055.00
CostCostCost
$$$$$
Unit RateUnit RateUnit Rate
$ 101.00 $ 101.00 $ 165.00 $ 130.00
Estimated QuantityEstimated QuantityEstimated Quantity
UnitsUnitsUnits
hourshourshourshours
150150200500
AmountAmountAmount
Page 2 of 2
TWINING, INC.
Item No 6 - SWPPP Services
Item No 5 - Project Management
Item No 4 - Structural Steel Inspection
Notes and AssumptionsNotes and AssumptionsNotes and Assumptions
Quality Assurance Field Sampling and Testing Services - Budgetary Cost Estimate
US 101 / Wendy Drive Interchange Improvement (Federal Aid Project No. STPL - 5392 (038)
Structural Steel Inspection-shop and fieldUltrasonicReport Review and upload-Construction Meetings-Walk ThroughsMonitoring SWPPP Activitiea and weekly walk throughsReport- Review and
upload Reports
and
Inspectors-Ultrasonic
Proposed ServicesProposed ServicesProposed Services
NDT
Certified AWS InspectorsCertifiedmagnetic particle testing Project ManagerQSP Services
ItemItemItem
September 26, 2011Proposal No.: 11-1135
EXHIBIT
Exhibits
Required Forms and Resumes
EXHIBIT: REQUIRED FORMS AND RESUMES
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
GOVERNMENTWIDEDEBARMENTANDSUSPENSION(NONPROCUREMENT)
InstructionsforCertification:Bysigningandsubmittingthisbidorproposal,theprospective
lowertierparticipantisprovidingthesignedcertificationsetoutbelow.
1.ItwillcomplyandfacilitatecompliancewithU.S.DOTregulations,ͻbƚƓƦƩƚĭǒƩĻƒĻƓƷ
Suspensionand5ĻĬğƩƒĻƓƷͲͼ2CFRpart1200,whichadoptsandsupplementstheU.S.
OfficeofManagementandBudget(U.S.OMB)ͻDǒźķĻƌźƓĻƭtoAgenciesonGovernment
wideDebarmentandSuspensionΛbƚƓƦƩƚĭǒƩĻƒĻƓƷΜͲͼ2CFRpart180,
2.Tothebestofitsknowledgeandbelief,thatźƷƭPrincipalsandSubrecipientsatthe
firsttier:
a.AreeligibletoparticipateincoveredtransactionsofanyFederaldepartment
oragencyandarenotpresently:
1.Debarred
2.Suspended
3.Proposedfordebarment
4.Declaredineligible
5.Voluntarilyexcluded
6.Disqualified
b.Itsmanagementhasnotwithinathreeyearperiodprecedingitslatest
applicationorproposalbeenconvictedoforhadaciviljudgmentrendered
againstanyofthemfor:
1.Commissionoffraudoracriminaloffenseinconnectionwith
obtaining,attemptingtoobtain,orperformingapublic(Federal,State,
orLocal)transaction,orcontractunderapublictransaction,
2.ViolationofanyFederalorStateantitruststatute,or
3.Proposedfordebarmentcommissionofembezzlement,theft,forgery,
bribery,falsificationordestructionofrecords,makinganyfalse
statement,orreceivingstolenproperty
c.Itisnotpresentlyindictedfor,orotherwisecriminallyorcivillychargedbya
governmentalentity(Federal,State,orlocal)withcommissionofanyofthe
offenseslistedintheprecedingsubsection2.bofthisCertification,
d.Ithasnothadoneormorepublictransactions(Federal,State,orlocal)
terminatedforcauseordefaultwithinathreeyearperiodprecedingthis
Certification,
e.If,atalatertime,itreceivesanyinformationthatcontradictsthestatements
ofsubsections2.aΑ2.dabove,itwillpromptlyprovidethatinformationtoFTA,
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
f.ItwilltreateachlowertiercontractorlowertiersubcontractunderitsProject
asacoveredlowertiercontractforpurposesof2CFRpart1200and2CFRpart
180ifit:
1.Equalsorexceeds$25,000,
2.Isforauditservices,or
3.RequirestheconsentofaFederalofficial,and
g.Itwillrequirethateachcoveredlowertiercontractorandsubcontractor:
1.ComplyandfacilitatecompliancewiththeFederalrequirementsof2
CFRparts180and1200,and
2.AssurethateachlowertierparticipantinitsProjectisnotpresently
declaredbyanyFederaldepartmentoragencytobe:
3.DebarredfromparticipationinitsfederallyfundedProject,
4.SuspendedfromparticipationinitsfederallyfundedProject,
5.Proposedfordebarmentfromparticipationinitsfederallyfunded
Project,
6.DeclaredineligibletoparticipateinitsfederallyfundedProject,
7.VoluntarilyexcludedfromparticipationinitsfederallyfundedProject,
or
8.DisqualifiedfromparticipationinitsfederallyfundedProject,and
3.ItwillprovideawrittenexplanationasindicatedonapageattachedinC!ƭTrAMS
WebortheSignaturePageifitoranyofitsprincipals,includinganyofitsfirsttier
SubrecipientsoritsThirdPartyParticipantsatalowertier,isunabletocertify
compliancewiththeprecedingstatementsinthisCertificationGroup.
Certification
Twining, Inc.
Contractor___________________________________________________________________
322020
SignatureofAuthorizedOfficial_______________________________Date___/___/______
Paul Soltis, PE, GE, Vice President,
Geotechnical Engineering
NameandTitleofContractor'sAuthorizedOfficial___________________________________
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
GOVERNMENTWIDEDEBARMENTANDSUSPENSION(NONPROCUREMENT)
InstructionsforCertification:Bysigningandsubmittingthisbidorproposal,theprospective
lowertierparticipantisprovidingthesignedcertificationsetoutbelow.
1.ItwillcomplyandfacilitatecompliancewithU.S.DOTregulations,ͻbƚƓƦƩƚĭǒƩĻƒĻƓƷ
Suspensionand5ĻĬğƩƒĻƓƷͲͼ2CFRpart1200,whichadoptsandsupplementstheU.S.
OfficeofManagementandBudget(U.S.OMB)ͻDǒźķĻƌźƓĻƭtoAgenciesonGovernment
wideDebarmentandSuspensionΛbƚƓƦƩƚĭǒƩĻƒĻƓƷΜͲͼ2CFRpart180,
2.Tothebestofitsknowledgeandbelief,thatźƷƭPrincipalsandSubrecipientsatthe
firsttier:
a.AreeligibletoparticipateincoveredtransactionsofanyFederaldepartment
oragencyandarenotpresently:
1.Debarred
2.Suspended
3.Proposedfordebarment
4.Declaredineligible
5.Voluntarilyexcluded
6.Disqualified
b.Itsmanagementhasnotwithinathreeyearperiodprecedingitslatest
applicationorproposalbeenconvictedoforhadaciviljudgmentrendered
againstanyofthemfor:
1.Commissionoffraudoracriminaloffenseinconnectionwith
obtaining,attemptingtoobtain,orperformingapublic(Federal,State,
orLocal)transaction,orcontractunderapublictransaction,
2.ViolationofanyFederalorStateantitruststatute,or
3.Proposedfordebarmentcommissionofembezzlement,theft,forgery,
bribery,falsificationordestructionofrecords,makinganyfalse
statement,orreceivingstolenproperty
c.Itisnotpresentlyindictedfor,orotherwisecriminallyorcivillychargedbya
governmentalentity(Federal,State,orlocal)withcommissionofanyofthe
offenseslistedintheprecedingsubsection2.bofthisCertification,
d.Ithasnothadoneormorepublictransactions(Federal,State,orlocal)
terminatedforcauseordefaultwithinathreeyearperiodprecedingthis
Certification,
e.If,atalatertime,itreceivesanyinformationthatcontradictsthestatements
ofsubsections2.aΑ2.dabove,itwillpromptlyprovidethatinformationtoFTA,
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
f.ItwilltreateachlowertiercontractorlowertiersubcontractunderitsProject
asacoveredlowertiercontractforpurposesof2CFRpart1200and2CFRpart
180ifit:
1.Equalsorexceeds$25,000,
2.Isforauditservices,or
3.RequirestheconsentofaFederalofficial,and
g.Itwillrequirethateachcoveredlowertiercontractorandsubcontractor:
1.ComplyandfacilitatecompliancewiththeFederalrequirementsof2
CFRparts180and1200,and
2.AssurethateachlowertierparticipantinitsProjectisnotpresently
declaredbyanyFederaldepartmentoragencytobe:
3.DebarredfromparticipationinitsfederallyfundedProject,
4.SuspendedfromparticipationinitsfederallyfundedProject,
5.Proposedfordebarmentfromparticipationinitsfederallyfunded
Project,
6.DeclaredineligibletoparticipateinitsfederallyfundedProject,
7.VoluntarilyexcludedfromparticipationinitsfederallyfundedProject,
or
8.DisqualifiedfromparticipationinitsfederallyfundedProject,and
3.ItwillprovideawrittenexplanationasindicatedonapageattachedinC!ƭTrAMS
WebortheSignaturePageifitoranyofitsprincipals,includinganyofitsfirsttier
SubrecipientsoritsThirdPartyParticipantsatalowertier,isunabletocertify
compliancewiththeprecedingstatementsinthisCertificationGroup.
Certification
ZT Consulting Group Inc.
Contractor___________________________________________________________________
SignatureofAuthorizedOfficial_______________________________Date___/___/______
02 26 2020
Farzad Tasbihgoo, Principal
NameandTitleofContractor'sAuthorizedOfficial___________________________________
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
GOVERNMENTWIDEDEBARMENTANDSUSPENSION(NONPROCUREMENT)
InstructionsforCertification:Bysigningandsubmittingthisbidorproposal,theprospective
lowertierparticipantisprovidingthesignedcertificationsetoutbelow.
1.ItwillcomplyandfacilitatecompliancewithU.S.DOTregulations,ͻbƚƓƦƩƚĭǒƩĻƒĻƓƷ
Suspensionand5ĻĬğƩƒĻƓƷͲͼ2CFRpart1200,whichadoptsandsupplementstheU.S.
OfficeofManagementandBudget(U.S.OMB)ͻDǒźķĻƌźƓĻƭtoAgenciesonGovernment
wideDebarmentandSuspensionΛbƚƓƦƩƚĭǒƩĻƒĻƓƷΜͲͼ2CFRpart180,
2.Tothebestofitsknowledgeandbelief,thatźƷƭPrincipalsandSubrecipientsatthe
firsttier:
a.AreeligibletoparticipateincoveredtransactionsofanyFederaldepartment
oragencyandarenotpresently:
1.Debarred
2.Suspended
3.Proposedfordebarment
4.Declaredineligible
5.Voluntarilyexcluded
6.Disqualified
b.Itsmanagementhasnotwithinathreeyearperiodprecedingitslatest
applicationorproposalbeenconvictedoforhadaciviljudgmentrendered
againstanyofthemfor:
1.Commissionoffraudoracriminaloffenseinconnectionwith
obtaining,attemptingtoobtain,orperformingapublic(Federal,State,
orLocal)transaction,orcontractunderapublictransaction,
2.ViolationofanyFederalorStateantitruststatute,or
3.Proposedfordebarmentcommissionofembezzlement,theft,forgery,
bribery,falsificationordestructionofrecords,makinganyfalse
statement,orreceivingstolenproperty
c.Itisnotpresentlyindictedfor,orotherwisecriminallyorcivillychargedbya
governmentalentity(Federal,State,orlocal)withcommissionofanyofthe
offenseslistedintheprecedingsubsection2.bofthisCertification,
d.Ithasnothadoneormorepublictransactions(Federal,State,orlocal)
terminatedforcauseordefaultwithinathreeyearperiodprecedingthis
Certification,
e.If,atalatertime,itreceivesanyinformationthatcontradictsthestatements
ofsubsections2.aΑ2.dabove,itwillpromptlyprovidethatinformationtoFTA,
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
CITYOFSANTACLARITA
MaterialsTestingforVistaCanyonMultiModalCenterTrainStation
PROPOSAL#ENG1920T3020M
RACE-NEUTRAL DBE PARTICIPATION COMMITMENT FORM
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A
CONDITION OF DBE RESPONSIVENESS
Refer to instructions on the reverse side.This page can be duplicated to list all participating DBEs.
Bidder to Complete this Section
Materials Testing for Vista Canyon Multi-Modal Center Train Station
1. Project Name/Description: ______________________________________________________________________________________________
Twining, Inc.
2.Prime Bidder Name:__________________________________________________________________________________________________
$344,055.00
3. Bidder's Total Price (If applicable): _____________________________________________________________________________________
Required DBE Commitment Information
4.DBE Firm 5. DBE 6.Description of Scope of 7. Dollar Value ($) or 8. Dollar Value ($) or
(Name, Address, E-mail, Certification Services/Work Percent (%) of Percent (%) of Eligible
Phone)Number Participation DBE Participation
Not ApplicableNot ApplicableNot ApplicableNot ApplicableNot Applicable
Note: As a condition of responsiveness, the Bidder is required to submit with 9. Total Dollar Value ($) or Percent (%) of
the Bid a Letter of Intent and Affirmation from each DBE listed in Column 5 Eligible DBE Participation:
acknowledging that the DBE is participating in the contract for the specified
Not Applicable
_______________
dollar value ($) or percent (%) and scope of work.
10. Eligible DBE Participation Represented as
a Percentage (%) of Bidder's Total Price:
Not Applicable
__________________%
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
By signing below the bidder certifies that information on this form is complete and accurate, that it has verified the listed DBE(s) certification
status and is only crediting eligible DBE participation towards meeting the contract DBE goal.
Vice President,
Paul Soltis, PE, GE
__________________________ __________________________ _________________________
Geotechnical Engineering
11. PreparerÓs Name (Print) 12. PreparerÓs Signature 13. PreparerÓs Title
3/2/2020
psoltis@twininginc.com
562426-3355
_____________________________ _(___)________________________ ____________________________
14. Date 15. Telephone No. 16.Email Address
INSTRUCTIONS - DBE Participation Commitment Form
Bidder is required to ensure all information is complete and accurate:
1. Project Name/Description - Enter the name and/or description of the project.
2. Prime Bidder Name - Enter the bidder's firm name.
3. Bidder's Total Price: Enter the bidder's total price.
4. DBE Firm Î Enter name, address, e-mail and phone number of the proposed DBE firm. Identify all DBE
firms being claimed for credit, regardless of tier.
5. DBE Certification Number - Enter the DBE's certification identification number. All DBEs must have
a valid DBE certification on the bid due date.
6. Description of Scope of Services/Work – Enter the scope of services/work for each DBE firm listed
to participate on this contract. A firm is only eligible to count towards DBE participation in the NAICS
codes contained within its California Unified Certification Program (CUCP) DBE Profile. Bidders are to
verify that listed subconsultants contain DBE certification in the NAICS codes relevant to the scope
they are being listed to perform.
7. Dollar Value ($) or Percent (%) of Participation - Enter the total dollar value or percent of participation
for each listed DBE firm.
8. Dollar Value ($) or Percent (%) of Eligible DBE Participation - Enter the dollar value or percent of
participation eligible to count towards meeting the contract DBE goal. This value should exclude work
performed by lower tier subconsultants and account for the DBEÓs capacity based on their certification
type in conformance with the DBE crediting provisions set forth in Title 49 CFR Part 26.55.
9. Total Dollar Value ($) or Percent (%) of Eligible DBE Participation - Enter the sum of all eligible
participation listed in column 8.
10. Eligible DBE Participation Represented as a Percentage (%) of Bidder's Total Price - Enter the
corresponding percentage of the total eligible DBE participation that the bidder is counting towards the
bidder's DBE goal commitment (Formula: Item (9) Total Dollar Value ($) of Eligible DBE Participation /
Item (3) BidderÓs Total Price = BidderÓs DBE Goal Commitment Percent (%). If percent (%) is used in
lieu of dollar value ($) for Item (9), then Item (10) should equal percent listed in Item 9).
11. Preparer’s Name (Print) - Clearly enter the name of the authorized person preparing the form on
behalf of the bidder.
12. Preparer's Signature - Authorized person's signature.
13. Preparer’s Title - Enter the position/title of the authorized person signing the form on behalf of the
bidder.
14. Date - Enter the date the form is signed.
15. Telephone No. - Enter the area code and telephone number of the authorized person signing the form
on behalf of the bidder.
16. Email Address - Enter the email address of the authorized person signing the form on behalf of the
bidder.
Note: If “Eligible DBE Participation Represented as a Percentage (%) of Bidder's
Total Price” is less than “Contract DBE Goal”, adequate Good Faith Efforts (GFE)
are required.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
6
121
X
farzad@ztcgrp.com
jtawakoli@twininginc.com
818-929-8162
805.644.5100
N
N/A
NoN/A
C71403
1000023419
N/A
1000005568
TBD
TBD
TBD
TBD
541330541330 541330
541380, 541330541350
Material Testing and Inspection Services
Farzad Tasbihgoo
ZT Consulting Group Inc.
Twining, Inc.Jeff Tawakoli 1879 Portola Road, Suite G, Ventura, CA 1041 E Green St., Suite 204Pasadena, CA 91106
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
PAUL SOLTIS
PE, GE, Project Executive
Professional Summary
Paul Soltis’ career includes decades of project experience providing geotechnical expertise
on California’s infrastructure. His experience includes assuming the role of Geotechnical
Engineer of Record during the construction phase of numerous high-profile projects throughout
Southern California and he has substantial experience serving as proejct executive on projects
on or near active railroads. Paul is also responsible for the technical oversight of Twining’s
geotechnical engineering projects and management of the firm’s geotechnical personnel.
Relevant Experience
Contact
NAVFAC, Red Beach P-159 Operations Access Points
Phone: 562.426.3355
This project consists of widening and remediation of an existing
roadway that allows access to Red Beach. The existing railroad
bridge will be demolished and replaced with a two-span steel
Time Commitment to City:
girder bridge. The project will consist of new retaining walls,
20 Percent
associated site work, drainage, and shoring. Twining’s scope on
this federally-funded project includes providing geotechnical soils
Overview
testing of earthwork and quality assurance services, including
aggregate base, concrete pavement, non-destructive, and
Years’ Experience: 1992 – Present
radiographic testing. Paul is serving as project executive.
Years with Twining: 15
Alameda Corridor East Construction Authority, Fairway Drive
Education
Grade Separation
MS, Geotechnical Engineering, University
The project will lower Fairway Drive under the two existing UPRR
of Colorado, Boulder
and Metrolink tracks in the City of Industry and unincorporated
area of Los Angeles County, immediately north of the 60 Freeway.
BS, Civil Engineering, California
Plans call for constructing a four-lane roadway underpass and a
Polytechnic State University,
new four-track railroad bridge. Twining is providing quality control
San Luis Obispo
services. Our scope of services includes the material testing and
inspection of soils. Paul is serving as project executive.
Current Licenses Held
Professional Engineer, Civil
Alameda Corridor East Construction Authority, Nogales
CA, PE 56140
Grade Separation
Registered Geotechnical Engineer
Nogales Street crossing eliminated the potential for train-vehicle
CA, GE 2606
collisions and delays for emergency responders. The crossing
is used daily by more than 40,000 vehicles and 49 trains a day,
projected to increase to 91 trains by 2025. ACE constructed a
six-lane roadway underpass and double-track railway bridge to
completely grade separate Nogales Street with the railroad (Los
Angeles Subdivision). Twining provided geotechnical investigation
and Paul served as project executive.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
JEFF TAWAKOLI
PE, Project Manager
Professional Summary
Jeff Tawakoli, PE, is an engineer with more than three decades of experience in geotechnical and
construction materials engineering. Jeff’s areas of expertise include subsurface investigation,
engineering analysis, preparation of soils reports, building inspection, engineering, and project
management. Jeff is a known entity to the City of Santa Clarita, having provided project
management services on six projects. He is familiar wtih the City’s project management staff
and procedures and is committed to the success of the Vista Canyon Multi-Modal Center.
Relevant Experience
Contact
City of Santa Clarita, Old Town Newhall Parking Structure
Phone: 805.644.5100
new construction of a 24,200-square-foot, 376 stall, six-story
concrete parking structure. Twining performed materials testing
Time Commitment to City:
and inspection services on this project. Jeff served as the project
80 Percent
City of Santa Clarita, Copper Hill Park Restrooms
Overview
The project consisted of construction of a new restroom building
Years’ Experience: 1988 – Present
at Copper Hill Park and connection to an existing sewer main line
Length of time with Twining: 5 years
in the street. Twining performed materials testing and inspection
services on this project. Jeff served as the project manger.
Education
City of Santa Clarita, Newhall Ranch Road Bridge Widening
BS, Civil Engineering
The City of Santa Clarita widened the Newhall Ranch Road Bridge
University of Utah
over San Francisquito Creek to four lanes in each direction with a
raised median, barrier protected raised sidewalk on the north side,
Current Licenses Held
and barrier protected sidewalk and multi-use path on the south
Professional Civil Engineer, side. Twining provided quality assurance construction materials
CA PE 51883
testing and inspection services along with geotechnical support.
Jeff served as the project manger.
City of Simi Valley, West Los Angeles Avenue Widening
The project consists of the widening of a segment of West
Los Angeles Avenue to add bike lanes, along with curbs and
gutters. Additional features of the project include the addition of
retaining walls and stormwater drains. Twining is providing quality
assurance construction materials testing and inspection services
along with geotechnical support. Jeff is serving as a project
manager.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
BLAKE ROWE
Lead Deputy/Public Works Inspector
Professional Summary
Blake Rowe brings more than 21 years of technical expertise to Twining. His experience
encompasses all aspects of testing and inspection with special emphasis on welding and
concrete. He is a valuable member to any project team and can perform multiple inspection
disciplines on a variety of different project types. Blake has provided deputy inspection for
the City of Santa Clarita previously and serves as a diligent lead inspector. In this role, he will
efficiently coordinate inspections to ensure inspections are being performed properly.
Relevant Experience
Contact
City of Santa Clarita, Old Town Newhall Parking Structure
Phone: 805.443.6127
new construction of a 24,200-square-foot, 376 stall, six-story
concrete parking structure. Twining performed materials testing
Time Commitment to City:
and inspection services on this project. Blake served as a deputy
35 Percent
inspector throughout construction.
City of Simi Valley, West Los Angeles Avenue Widening
Overview
The project consists of the widening of a segment of West
Years’ Experience: 1998 – Present
Los Angeles Avenue to add bike lanes, along with curbs and
Joined Twining In 2008
gutters. Additional features of the project include the addition of
retaining walls and stormwater drains. Twining is providing quality
Current Licenses Heldassurance construction materials testing and inspection services
along with geotechnical support. Blake is serving as a concrete
ACI Concrete Field Testing Technician –
inspector.
Grade I
County of Ventura, Erringer Fire Station #47
The project consisted of the construction of a 7,000 square foot,
ICC Prestressed Concrete
ICC Reinforced Concrete
2.45 acre vacant site in Simi Valley. Twining’s scope of services
included providing quality control material testing and inspections
ICC Masonry
services. Blake served as an inspector throughout construction.
ICC Structural Steel and Welding
City of Santa Barbara, Santa Barbara Airport Terminal Building
This project consisted of constructing a new airline terminal
building that is 72,000 square feet, including site preparation and
soil stabilization, relocation and rehabilitation of the 1942 portion
of the existing terminal, a new short-term parking lot and roadway,
and a new aircraft parking ramp. Utilizing his multi-discipline
control, concrete, and welding testing and inspections services for
this project.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
ROBERT M. RYAN
Technical Advisor, Structural Steel
Professional Summary
testing, Robert has been instrumental in shaping the current industry standards for testing
and inspection. Robert utilizes his over 43 years of experience to provide consultation on
Relevant Experience
Contact
The Getty Center
Phone: 562.426.3355 The Getty Center was under construction with some steel frame
structures completed and others in progress on January 17,
1994, the date of the Northridge earthquake. Robert participated
Time Commitment to City:
in investigation and research projects in partnership with major
As Needed
to determine what problems existed in the “pre-Northridge” steel
Overview
moment frame connection and how to mitigate those problems.
Years’ Experience: 1977 – Present Robert participated in the programs to determine innovative
nondestructive testing techniques and inspection protocols
Length of time with Twining: 43 years
designed to ensure that industry practice would result in seismic
force resisting systems in steel framed structures that perform as
Education
engineers expect during seismic events. The research described
MS, Applied Mathematics, University of
Washington (anticipated 2021)
and Quality Assurance Guidelines, most of whose requirements
are now incorporated into AISC 341 and AWS D1.8. This
BS, Mathematics, California State
document and its successors represent the state of the art for
University, Los Angeles
testing and inspection protocols that fully comply with both the
Current Licenses Held
inspection and nondestructive testing requirements of FEMA 353.
American Welding Society, CWI-QC1
Based on his demonstrated expertise, Robert has been called
upon to provide expert witness testimony related to litigation
American Society of Nondestructive
Testing, Level III UT, PT, MT
concerning welded Special Moment Resisting Frames.
UCLA, Pauley Pavilion Renovation and Expansion
The original Pauley Pavilion is a multi-purpose arena that was
constructed in 1965. The Pauley Pavilion Renovation and
Expansion project consisted of new construction and renovation,
and upgrade of the UC seismic rating of the structure from “Fair”
to “Good”. The new construction was approximately 57,000
square feet and the renovation was approximately 180,000 square
feet and consisted of a two-story subterranean addition. Twining
provided materials testing and inspection services. Robert served
as the technical advisor for steel on this project.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
FARZAD TASBIHGOO
PhD, PE, CQA, CWI, PCI III (SMR), Source Inspection
Professional Summary
Farzad Tasbihgoo is a registered civil engineer with nearly 18 years of work experience in
design, structure construction and engineering design. He has extensive working knowledge
of welding codes, weld inspection, and steel fabrication. He has gained working knowledge
of concrete and precast/prestressed members through vast project experiences. He is our
source inspection consultant for any off-site aterials fabrication inspection.
Relevant Experience
Contact
City of Santa Clarita, Golden Valley Road Interchange Widening
Phone: 818.291.6215
This project widened the existing Golden Valley Road (GVR)
through lanes and one left-turn lane in each direction for access
Time Commitment to City:
to northbound and southbound SR-14. As project SMR, Farzad
As Needed
developed project SIQMP and implemented it. He managed
source inspection activities. He prepared monthly SIQMP report,
Overview
visited fabricators, and managed all source material issues.
Years’ Experience: 2001 – Present
City of Santa Barbara, Cabrillo Bridge Replacement
This project will include the replacement of the Cabrillo Bridge in
Education
City of Santa Barbara with a precast voided slab bridge. Farzad
is the project SMR and supporting CM Team, MNS Engineers.
PhD, Civil Engineering,
University of Souther California
Farzad has performed facility audit and QA precast concrete
inspection of voided slabs, PCQCP review, PCQCP meeting, and
MS Civil Engineering,
provided PCI Level II inspector for precast prestressed voided
Iran University of Science and Technology
slabs source inspection.
BS, Civil Engineering,
Iran University of Science and Technology
City of San Luis Obispo, Los Osos Valley Road at SR-101
The project construction will widen Los Osos Valley Road (LOVR)
Current Licenses Held
at SR-101 and widen the San Luis Obispo Creek bridge. As
project SMR, Farzad has developed the project SIQMP and
Registered Civil Engineer, CA, C71403
implement it. He managed source inspection activities. He
prepared monthly SIQMP report, visited fabricators, and managed
ACI Concrete Field Testing Technician –
all source material issues for prestressing components, welded
Grade I
hoops, electrical poles, arch plates, and other structural materials.
Precast Concrete Institute Level III
Technician
Technician
DSW Evaluator
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
GABRIELLE ZAMORA
EIT, QSD/QSP, QISP, CPSWQ, CESSWI, Stormwater Project Manager
Professional Summary
Gabrielle Zamora, EIT, QSD/QSP, QISP, CPSWQ, CESSWI, serves as our team’s primary
stormwater project engineer. With more than 14 years of experience as a stormwater
professional, Gabrielle has experience with the NPDES Construction General Permit, the
Industrial General Permit, preparation of SWPPP plans, and preparation of annual reports.
Relevant Experience
Contact
Phone: 562.426.3355
Container Yard
Situated on approximately 152 acres, the Los Angeles Intermodal
Time Commitment to City:
Intermodal Facility. This work includes new storm drains and
20 Percent or As Needed
utilities, buildings, working and support tracks, an industrial
wastewater treatment plant, grading, pavement, and other site
Overview
related improvements. Twining is providing both quality control
Years’ Experience: 2005 – Present
materials testing and inspection and stormwater services on this
project. Gabrielle is providing all of Twining’s SWPPP services,
Joined Twining In 2016
which includes performing weekly and quarterly site visits, as well
as rain event inspections to ensure compliance with the SWPPP
Education
and Construction General Permit.
BS, Geophysics, California State
University, Northridge
City of Carlsbad, Agua Hedionda Sewer Lift Station
The project consists of the installation of a new 54-inch-diameter
Current Licenses Held
line using a combination of trenching and tunneling procedures.
Engineer-in-Training
Twining is providing stormwater services and performed
geotechnical investigation services. Gabrielle is serving as a
stormwater project manager on this project and helped audit
SWPPP materials and implement new Best Management
Practices directive working with the general contractor,
construction manager, and City of Carlsbad.
Anaheim UHSD, Oxford Academy Modernization and Expansion
This modernization project includes the renovation and addition
of multiple on campus structures. The project is under an acre in
size and is not required to obtain a WDID under the Construction
General Permit. Gabrielle is providing project management
services, which includes performing bi-weekly QSP site visits.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
HESAM “SAM” SAJED
QSP In-Training
Professional Summary
engineering. His professional experience includes the management of materials and special
inspection projects during the construction phase for numerous types of clients and projects.
Under the supervision of a QSP/QSD, Sam performs SWPPP site visits to ensure compliance
with SWPPP and Construction General Permits.
Relevant Experience
Contact
Westin Anaheim Resort
Phone: 562.426.3355
The proposed AAA-rated four-diamond Westin Anaheim Resort
Hotel will sit on an 8.15-acre site situated directly adjacent to
the Anaheim Convention Center (ACC) and across the street
Time Commitment to City:
from Disney California Adventure. Once completed, the resort
20 Percent or As Needed
is expected to include 613 guestrooms, three restaurants, two
Overview
lifestyle, a resort-style pool surrounded by tropical landscaping,
Years’ Experience: 2013 – Present
and a marketplace. Under the supervision of a QSP/QSD, Sam
Joined Twining In 2015
is providing all of Twining’s SWPPP services, which includes
performing site visits, as well as rain event inspections to ensure
Education
compliance with the SWPPP and Construction General Permit.
MS, Civil Engineering, University of
Samueli Academy
California, Irvine
Samueli Academy is a 3 phase public charter high school
BS, Civil Engineering, University of
established by the Orangewood Foundation. Phase 1 included
California, Irvine
site development, temporary classrooms, a new administration
building, and a new 50,000 square foot 3 story classroom building.
Current Licenses Held
Phase 2, includes a 50,000 square foot 3 story Student Innovation
Engineer-in-Training
Center, a 19,000 square foot 2 story middle school, and a 3
story multifamily building. Phase 3 features a 25,800 square foot
gymnasium and locker room facility. Sam is currently providing
weekly QSP site monitoring, quarterly inspections, and annual
reports. Sam is also providing rain event QSP monitoring services.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
HOSSEIN RASHIDI
PE, Project Engineer for Gamma Gamma Testing
Professional Summary
Dr. Rashidi has over 35 years of experience in geotechnical engineering in both the U.S.
and abroad. His technical expertise includes piles and piers, ground improvement, seismic
slope stability, dynamic soil structure interaction, and liquefaction. He is experienced with
the newest numerical and experimental techniques for analyzing site response, liquefaction,
and dynamic soil-pile interactions including earthquake loading. He is experienced in project
management in both the construction and consulting industries.
Relevant Experience
Contact
California High-Speed Rail, Segment 1
Phone: 562.426.3355 Provided gamma-gamma logging (GGL) for 4 Cast-In Drilled Hole
(CIDH) load test piles with nominal diameters of 120 inches and
approximately between 80 and 110 feetdeep to test the structural
Time Commitment to City:
integrity of the piles.
As Needed
MTA, Mid City/Exposition Light Rail Transit Project
Provided GGL for 31 drilled shafts and cross-hole ultrasonic
Overview
Years’ Experience: 1985 – Present
were found in GGL testing. 2 and 12 feet diameter shafts were
Joined EarthSpectives In 1995
approximately 60 and 80 ft deep and were cast under slurry.
City of Anaheim, Anaheim Regional Transportation Intermodal
Education
Center (ARTIC)
PhD, Geotechnical Engineering,
Provided GGL for 48 CIDH load test piles with nominal diameters
University of California, Davis
of 24 through 120 inches and approximately between 50 and
MS, Structural Engineering, University of
90 feet-deep to test the integrity of the pile. Anomalies that were
Mangalore, India
Group Delta Consultants, The Lincoln Runway
Current Licenses Held
Provided GGL for 145 auger pressure grouted displacement
Registered PE, California, Nevada, and
(APGD) piles and Sonic Echo (SE) testing for 30 APGD piles
Arizona
with 14-in diameter and approximately 60 feet-deep that were
constructed for an apartment complex to test the structural
integrity of the pile.
I-215 Widening, Scotts Road to Nuevo Road
Provided GGL for 135 CIDH piles with nominal diameters between
24 inches and 72 inches for several bridges that were constructed
in the project to test the integrity of the shafts. Anomalies found in
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
BRANDAN MATHIS
Deputy Inspector
Professional Summary
Brandan Mathis brings more than 17 years of technical experience to Twining. His experience
encompasses all aspects of testing and inspection with special emphasis on concrete and
welding inspection. He has performed inspection services on multiple projects in Santa Clarita,
including the recent Old Town Newhall Parking Structure and the Tourney Road UCLA Health
Santa Clarita Cancer Care clinic.
Relevant Experience
Contact
City of Santa Clarita, Old Town Newhall Parking Structure
Phone: 818.472.8450
new construction of a 24,200-square-foot, 376 stall, six-story
concrete parking structure. Twining performed materials testing
Time Commitment to City:
and inspection services on this project. Brandan served as a
15 Percent
deputy inspector.
City of Simi Valley, West Los Angeles Widening
Overview
The project consists of the widening of a segment of West Los
Years’ Experience: 2003 – Present
Angeles Avenue from the City’s Public Services Center westerly
Joined Twining In 2010
to the Simi Valley city limits. The improvements include widening
the north and south side of the street by ten feet on each side
Current Licenses Heldto add bike lanes, along with curbs and gutters. The work also
direction, and a bike lane in each direction. Twining is providing
ACI Concrete Field Testing Technician –
geotechnical observation of soils compaction and concrete, grout,
Grade I
and asphalt materials testing and inspection, as well as special
ICC Structural Steel and Welding
inspection in general accordance with the City’s quality assurance
ICC Reinforced Concrete
program and Caltrans provisions. Brandan is providing concrete,
soils, asphalt, and shotcrete inspections.
County of Ventura, Yerba Buena Resurfacing
The 2019 project included the resurfacing of roads in the Yerba
Buena. In addition to the new roadway surface, the project
the stability and durability of the roadway, including drainage and
erosion control measures, and a two-layer surface treatment
projected to last at least 20 years. Twining provided quality
assurance materials testing and inspection on the project.
Brandan served as an inspector throughout construction, providing
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
STEVE COLDIRON
Deputy Inspector
Professional Summary
Steve Coldiron started as a Journeyman Inspector in the Operating Engineers Local 12
Union. Steve’s training encompassed all aspects of testing and inspection. Now as a deputy
inspector, Steve has work on various types of projects including public works infrastructure
and grade seperations throughout the Southern California region, making him familiar with
local regulations.
Relevant Experience
Contact
Metrolink, Ventura County Sealed Corridor 158-902
The project consisted of improvements to four Ventura County
Phone: 562.426.3355
at-grade railroad crossings near MetroLink stops in Moorpark
and Simi Valley. The improvements included street widenings,
Time Commitment to City:
automatic exit gates for vehicles, sidewalks, handrails, automatic
15 Percent
Overview
provided concrete and soil inspections, as well as quality control
inspections.
Years’ Experience: 2014 – Present
Joined Twining In 2015
SGVCOG, San Gabriel Trench Grade Separation Project
The project consisted of a 2.2-mile grade separation project
lowered a 1.4-mile section of UPRR track in a trench through the
Current Licenses Held
City of San Gabriel. The construction included four new bridges,
spanning the 30-foot drop, 65-foot wide trench at Ramona Street,
375, 504, 518, 539, 540, 543, 556, 557
Mission Road, Del Mar Avenue and San Gabriel Boulevard and
ACI Concrete Field Testing Technician –
railroad bridges across two storm channels. Twining provided
Grade I
quality control material testing and inspection of concrete and hot
ICC Structural Steel and Bolting
mix asphalt placement, special inspection testing, and laboratory
ICC Structural Masonry
testing. Steve provided concrete, soils, asphalt, and qulity control
inspections.
ICC Reinforced Concrete
ICC Soils
Metrolink, Purpleline Extension 3, Tunnels Project
OSHA 10-Hour Safety
The Purple Line Extension is a new heavy rail subway corridor
in Los Angeles County, extending the Metro Purple Line from its
Nuclear Gauge
current terminus at Wilshire/ Western station in Los Angeles to the
Westside region. Section 3 adds 2.56 miles of new rail and two
new stations at Wilshire/Westwood and on the U.S. Department
of Veterans Affairs property. Twining is providing quality control
services in addition to implementing quality control protocols.
Steve is providing concrete and concrete batch plant inspections.
Twining, Inc. | City of Santa Clarita
EXHIBIT: REQUIRED FORMS AND RESUMES
ROY SCHROEDER
Deputy Inspector
Professional Summary
Roy Schroeder brings over 15 years of technical expertise in public works inspection. Roy’s experience
encompasses all aspects of testing and inspection with special emphasis in asphalt and concrete. He is
of concrete and asphalt pavement projects. Roy has extensive experience in large infrastructure projects and
is familiar with City’s Standards, Greenbook, Caltrans Standards, ASTM Standards, and AASHTO Standards.
Roy has also served as a laboratory manager, supervising a team of ten employees and overseeing all testing
procedures.
Relevant Experience
Contact
SANBAG, Downtown San Bernardino Passenger Rail Project
The project consisted of a one mile extension of Metrolink
Phone: 909.383.6660
infrastructure for extended commuter rail service from the San
Bernardino Santa Fe Depot to the San Bernardino Transit Center
Time Commitment to City:
at the southwest corner of Rialto Avenue and E Street. Twining
15 Percent
provided quality control materials testing and inspection services
to the project. Roy provided soils, aphalt, and coring testing and
Overview
inspections.
Years’ Experience: 2005 – Present
Joined Twining In 2010
SGVCOG, San Gabriel Trench Grade Separation Project
The project consisted of a 2.2-mile grade separation project
Current Licenses Held
lowered a 1.4-mile section of UPRR track in a trench through the
City of San Gabriel. The construction included four new bridges,
spanning the 30-foot drop, 65-foot wide trench at Ramona Street,
106, 125, 201, 231, 504, 518, 539,
Mission Road, Del Mar Avenue and San Gabriel Boulevard and
540, 543, 559, 557
railroad bridges across two storm channels. Twining provided
ACI Concrete Field Testing Technician
quality control material testing and inspection of concrete and hot
Grade I
mix asphalt placement, special inspection testing, and laboratory
ICC Structural Masonry
ICC Reinforced Concrete
MTA, Mid City Exposition Light Rail Transit
ICC Soils
This project consisted of an extension of the 62-station Metro
Rail system with an estimated construction value of $630 million.
OSHA Safety
Construction of the rail line was primarily at-grade, but also
Nuclear Gauge
included undercrossings, aerial sections, and approximately
10 stations. Roy was lead materials inspector for this project.
He provided compaction testing and plant inspection as well as
concrete testing and inspection services.
Twining, Inc. | City of Santa Clarita
Uibol!zpv!gps!zpvs!dpotjefsbujpo/
February3,2020
Project:T3020VistaCanyonMultiModalCenter(MetrolinkStation)
Subject:ScopeandFeeProposalforDesignSupportDuringConstruction
CityofSantaClarita
23920ValenciaBlvd.,Suite300
SantaClarita,CA91355
DearCarlaCallahan,
Atthe/źƷǤƭrequest,RailProsisprovidingyouthescopeofworkandfeetosupportconstruction
fortheVistaCanyonMultiModalCenter(MetrolinkStation)inSantaClarita,CA.
RailProsisproposingtoprovidethefollowingservices:
- ProjectandSubconsultantManagementincluding:
o Interdisciplinarycoordination
o Attendmeetingsasneeded(callin)
o ProjectControlsandReporting
Coordination
o ProjectandStakeholder
- PrepareConformedDrawings
- Performsiteinspectionsasneeded
- Performlimitedsurveyverificationofcontractorstakingforonlykeyfeatures
- ReviewandrespondtoRequestsforInformation(RFI),materialandproductsubmittals
inatimelymanner
- Reviewshopdrawings/submittalsandverifycompliancewiththecontractdocuments
andSCRRAstandards
- PrepareapunchlistfortheContractor
- PrepareAsBuiltdrawings
o AssumesasbuiltmarkupswillbeprovidedbyContractorthroughdigitalmarkups
suchasBluebeam,orequivalent
o FinalAsbuiltdocumentswillbesubmittedelectronicallyonly
- CompleteSITESdocumentationandsubmittalpackage(orequivalent)
- AttendAnnualSCRRARoadwayWorkerProtection(RWP)SafetyTraining
- LandscapeInspection
- OtherDirectCosts:Travelmileage,reproduction,postage,andfinalSITESfees
Page 1 of 2
15265 Alton Parkway, Suite 140 P: (714) 734 - 8765 F: (714) 734 - 8755
Irvine, CA 92618 www.railpros.com
Optionally,atthe/źƷǤƭrequest,RailProscanprovidetheseservices(excludedherein):
- Constructionbulletins
- Designchangeordersandmodifications(wecanreevaluatethelevelofeffortrequired
andifitcanbeperformedwithinthecurrentbudget)
- Trackchartupdates
- Timetablerevisions
- PTCSubdivisionfiles
- Constructionsurveystaking
- ReviewofContractorChangeOrders/ChangeNotices
RailProsanditssubconsultantsproposestocompletethistaskorderonatimeandmaterials,
nottoexceedtheamountof$600,000.00onanasneededbasis.Allserviceshereinarelimited
tothehoursthatcanbeprovidedunderthenottoexceedamount.
Thisproposalisvalidfor120daysandforacontractperiodofApril1,2020toDecember31,
2022.
Sincerely,
BobMatthews
ProjectDirector
RAILPROS,INC.
Cc:DanielleLibring
Page 2 of 2
15265 Alton Parkway, Suite 140 P: (714) 734 - 8765 F: (714) 734 - 8755
Irvine, CA 92618 www.railpros.com
AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND
SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY
FOR THE CONSTRUCTION, MAINTENANCE AND OPERATION OF THE
VISTA CANYON MULTI-MODAL CENTER
This AGREEMENT, dated ,2019, is made by and between
the Southern California Regional Rail Authority, a joint powers authority created under the laws
of the State of California ( “SCRRA” or “Metrolink”), and the City of Santa Clarita, a public
body, corporate and politic (the “City”).
WHEREAS, SCRRA is a five-county joint powers authority, created pursuant to the
California Public Utilities Code Section 130255 and California Government Code Section 6500
et seq., to build, maintain, administer, and operate the “METROLINK” commutertrain system
onrailroad rights-of-wayowned by the member agencies and through other shared use and joint
operation agreements.The five-county member agencies are comprised of the following: Los
Angeles County Metropolitan Transportation Authority (“LACMTA”), Ventura County
Transportation Commission (“VCTC”), Orange County Transportation Authority (“OCTA”),
San Bernardino County Transportation Authority(“SBCTA”), and Riverside County
Transportation Commission (“RCTC”); and
WHEREAS, the subject railroad right-of-way is owned by LACMTA, in accordancewith
the Purchase and Sale Agreement dated September 30, 1992 between Southern Pacific
Transportation Company (SPTC, now referred to as Union Pacific Railroad Company or UPRR)
and LACTC (now referred to asLACMTA); and
WHEREAS, theShared Use Agreements dated December 16, 1992between LACMTA
and SPTC sets forth the rights and obligations of the parties concerning operation of the Saugus
Line (now referred to as the Antelope Valley Line, aka Valley Subdivision); and
WHEREAS, SCRRA controls, administers, operates, and maintains the railroad track,
structures, signals, communication systems, and appurtenances on the rail line known as the
Valley Subdivision and in the areas offuture development of Vista Canyon Multi-Modal Transit
Center; and
WHEREAS, the City of Santa Clarita has partneredwith LACMTAand Vista Canyon
Ranch, LLC to develop the Vista Canyon Multi-Modal Transit Center as part of the approved
transit-oriented development (TOD).The location, conceptual design of the Vista Canyon
Multi-Modal Transit Center,and associated improvements and appurtenancesincluding track
reconfiguration and improvements to the signal and communications systemcollectively define
the “PROJECT;”and
WHEREAS, the proposed Vista Canyon Metrolink Station Project locatedbetween MP
39.5 and MP 40.7 onthe Valley Subdivision, is being undertaken to implement the City’s
DEVELOPMENT OF THE VISTA CANYON MULTI-MODAL CENTER Master Site Plan that
was adopted by the City Council of the City of Santa Clarita in May 2011. The Multi-Modal
Transit Center will serve as a regional hub for numerous modes of transportation, including
1
commuter rail, local and commuter bus transit, and bicycle and pedestrian trails in the Santa
Clarita Valley; and
WHEREAS, the term “PROJECT”as used in this AGREEMENT includesthe overall,
plan, phasing, and construction ofthe followingimprovements: (a)track modificationincluding
the Humphrey Siding; (b) Railroad signaling and communication facilitiesincludingPositive
Train Control (PTC); (c) Grade separated pedestrian undercrossing; (e) Station platform
development with fixtures, lighting, and communications; (f) Grading and drainage
modifications; (g) Any and allnecessary changesto utilities; (h)Railroad coordination; (i)Any
and/orallotherworkof every kindand characternecessarytoconstruct the Released for
ConstructiondesignPlans, Specifications and Estimates ("PS&E") for Vista Canyon Metrolink
Station Project; and
WHEREAS, the SCRRA operates Metrolink commuter train service between the City of
Lancaster and Los Angeles Union Station (the “Antelope Valley Line”) along railroad right-of-
way owned by the LACMTA;and
WHEREAS, the City will own and operate the train passenger terminal (“Station”) on the
Antelope Valley Line located at 27550 Vista Canyon Boulevard(Vista Canyon Multi-Modal
Center); and
WHEREAS, the City will own,operateand maintainthe bus transit facilities and parking
facilities; and
WHEREAS, the City is responsible, unless otherwise provided herein or by subsequent
written agreement between the parties, for the design, procurement, and construction of Station
Improvements including, but not limited to, boarding platforms, buildings, structures, parking
areas, walkways and landscaped areas, retaining walls, sound walls, access roads;and
WHEREAS, the Station’s platform will be constructed within the railroad right-of-way
owned by the LACMTAand operated by the SCRRA for its Metrolink commuter train service;
and
WHEREAS, as reasonably necessitated by the PROJECT, improvements will be made to
SCRRA’s Signal and Communication System; and
WHEREAS, the City is responsible, unless otherwise provided herein or by subsequent
written agreement between the parties, for the design, procurement, and construction of Track
reasonably necessary for the PROJECTand the Station Improvements; and
WHEREAS, SCRRA is responsible, unless otherwise provided herein or by subsequent
written agreement between the parties, for the design, procurement, and construction of SCRRA
Signal and Communication systems that are reasonably necessary due to the PROJECT and
Station Improvements; and
WHEREAS, the parties desire to articulate their respective responsibilities for the
railroad right-of-way and Station.
2
NOW, THEREFORE, in consideration of the recitals and the rights, duties and covenants
set forth herein, the parties to this AGREEMENT agree to the following:
ARTICLE 1.0 –TERM
1.1This AGREEMENTshall remain in force as long as the Station is served by
Metrolink commuter trains, any portion of a Station remains over or on the railroad right-of-way,
or until terminated by mutual, written consent.
ARTICLE –2.0 CONSTRUCTION RESPONSIBILITIES
2.1All SCRRA standards, design criteria,proceduresand guidelines current at the
time of the 100% PS&E submittal shall be valid through construction durationand the City shall
ensure that its contractors and consultants comply with all said documentation at all times. Any
additional work to the100% design submittal must comply with at the time current SCRRA
standards, design criteria, procedures and guidelines.
2.2 The City, at its sole expense, shall be responsible to perform or cause to be
performed procurement, installation, construction,inspection, testing and support with
integration into the Metrolink networkof any Civil, Track and CommunicationsWork related to
thePROJECT, but not limited to, the following:
(a)Station Platform improvements;
(b)Station lighting systems, Customer Information Systems (CIS), irrigation
systems, structures, signs and other Station improvements or fixtures;
(c)Trackinfrastructure;
(d)Install all power and fiber connections for two (2) SCRRA provided Ticket
Vending Machines, and one (1) SCRRA provided Communication Shelter;
(e)New fiber routes, associated infrastructure and communication shelter;
(f)Retaining walls and sound walls;
(g)Drainage facilities including culverts that cross the track;
(h)landscaping and planting areas;
(i)Pedestrian access including any underpass, ramps, stairs, and walkways; and
(j)Security cameras, cabling, etc.
2.3 TheCityshall provide a full-time Resident Engineer/Project Managerwith
experience in railroad constructionprojects,on the PROJECT site during construction. The
Resident Engineer/Project Managermust be an engineer licensed in the State of California, and
must have the authority to provide direction to the contractor or contractors employed by the
City, and to commit the Citywithin a reasonable scope of authority. SCRRA, at the cost and
3
expense of the City, willretain an inspector andProject Managerto make periodic reviews of the
work insofar as the interests of SCRRA are affected. Project Managershallwithinfive(5)
working daysacknowledge receiving requestsand inquiriesfrom the City and strive to respond
to the request or inquiry or submittal review within ten(10)working days.SCRRA will respond
to RFIs and submittals in a timely mannerand not to exceed the timelines established in SCRRA
Standard Specification 01 26 14 and 01 33 00.The target response time for RFIs will be 10
working days, but will be no longer than 20 working days. In the event that there are numerous
RFIs pending, the City shall cooperate with the SCRRAin establishing a priority for responding
to the RFIs. SCRRA’s response to RFI may include a request for additional information in which
case SCRRA’s time for response will date from time of receipt of additional information.
Resident Engineer shall coordinate the contractor’s work schedule and progress with the SCRRA
PM to provide advance notifications of work window requirements, upcoming activities and to
ensure that the work minimizesimpact to SCRRA or freight railroad operations.
2.4The City will obtain approval from SCRRA for any construction phasing proposals,
associated schedules, work plans and expected operationalimpacts at least sixty (60) days before
the commencement of any work that has the potential to affect SCRRA operations, services,
equipment, infrastructure or safety procedures. All construction phasing plans, demolition and
abandonment, track removal, replacementandnew installation must also be submitted for
approval sixty (60) days prior to the start of the work. If no response is received from SCRRA
within thirty (30) days following the submittal, the construction phasing proposals, associated
schedules, work plans and expected operation impacts maybe considered approved by SCRRA.
A detailed scope of responsibilities for work windows that affect PTC system modifications is
set forth in 2.6 below.
2.5The City shall, unless otherwise specified as SCRRA’s responsibility, be responsible
for all coordination, permits, licenses and agreements required by utility companies, third parties
and statutory authorities for the construction, testing and integration into operational service of
the PROJECT.
2.6The City shall ensure that the contractor complies with all requirements of Exhibit B
–Coordination requirements and responsibilities for work windows and PTC system
modifications.Construction phasingmust be done in a manner that willmaintain railroad
operations throughout construction.
2.7 The City shall ensure that any material/equipment to be stored upon the right-of-way
is stored more than 25’ from centerline of track.Any materials stored must besecured, anda
clear access path for maintenance or emergency vehicles is maintained at all times adjacent to
the tracks.
2.8Prior to completion and return to operational service of any work window involving
track construction,SCRRAshallat City’s coststabilize the track throughout the entire limits of
the work window once all track workcomponents and installation is completed so as to
minimize the requirement for temporary speed restrictions in operational service.
4
2.9As agreed between the Cityand SCRRA, any salvaged material required for reuse by
SCRRA within the SCRRA network shall be delivered by theCity’scontractor to the Lang yard.
Salvaged materials includerail,ties, turn-outs, switch machines, signal equipment and houses.
2.10The City will ensure that all construction, materials, equipment and workmanship
that are to become SCRRA’s responsibility to operate or maintain upon revenue service are fully
inspected with appropriate accompanying site or supplier test certification, records, warranties
and guarantees to meet SCRRA, Industry, and Statutory Authority standards and requirements.
2.11The City or its contractor shall notify SCRRA’s designated railroad safety provider
a minimum of three (3) weeks in advance of the daily Employee in Charge (EIC) requirements
for each week. Each EIC shift shall comprise of 8 hours of support with a period of up to one
hour either end of the shift solely for the purpose of establishing or taking down protection as
required. EIC support shall be required at all times for any work within the railroad right-of-way
or with the potential to foul the railroad, unlessSCRRA approved barrier fencing is installed to
segregatethe work zone from the track and remove any potential to foul the railroad.The City
shall reimburse SCRRA for all EIC costs.
2.12At the end of each work window, the final system integration testing, PTC
subdivision file compilation and testing, and cutover of the new system into SCRRA’s
operational network will be performed by SCRRA. The City shall ensure that its contractor shall
provide all labor as is required to support these tests and maintain full responsibility for
performance of all workinstalled by its contractor.
2.13The Citymust advise theSCRRA Director of Engineering and Construction in
writing of the proposed completion date of the PROJECT sixty (60) days in advance of such
completion date, to allow for a meeting and punch list walkthrough a minimum of forty five (45)
days prior to completion to be undertaken between the City, contractor and SCRRA to inspect and
record any outstanding work items, deficiencies or corrections required.All track, communication
and station systems, and all supporting infrastructure are to be fully completed,tested and
certified for functionality and operational compliance to Federal Railroad Administration (FRA),
SCRRA and other applicable standards and regulations. At completion and prior to SCRRA
acceptance of the PROJECT into operational service, a further walkthrough will be arranged between
all said parties to ensure all outstanding punch list items,defects, omissions, site clean-up and
removal of materials/equipment with the potential to affect Railroad operations have been
appropriately resolved.
2.14 The City will provide to SCRRA within sixty (60) days of final completion, copies
of all as-constructed documentation and records pertaining to the project, toinclude, but not
necessarily limited to;
a.As-constructed plans and shop drawings;
b.QA/QC records;
c.Materials compliance certification tests;
d.Fabrications tests;
e.Warranties and Guarantees;
5
f.O&M manuals;
g.Permits;
h.Track and Communication system integrity and compliance test records in
accordance with FRA regulations;
i.Training materials for SCRRA Trackand Communication staffas applicable;
j.Bridge and Structures inspection records;
k.Spare parts for trackand communication systems ordered by the contractor but
not used in the PROJECT;and
l.Spare parts for any components or systems installed by the City in completion of
the track and communication systems that are technologically more advanced,
or additional to, SCRRA current design criteria or maintenance standards.
2.15The Citywill incorporate all requirements of this AGREEMENT into bid
documentation and the construction contract with the contractor pertaining to responsibilities of
the contractor.
2.16 Prior to commencement of revenue train servicefrom the Vista Canyon station,the
Citywill coordinate with SCRRA for any public relations support services that may be required
from SCRRA for marketing purposessuch as flyers (seat drops) for workwindows / bus-bridges,
website information, timetable changes, and potential residential notifications.The City shall be
responsible for all SCRRA costs for suchsupport.Cost is included in Project Management cost
in Exhibit A.
2.17City shall provide at itssole expenseany required bus bridges are required for any
work windows or other closures due to project activities. SCRRA shall designate the limits of
the bus bridges, number of buses required and times of service.
2.18SCRRA, at the sole expense of the City, shall be responsible to perform or cause to
be performed the following:
(a)Provide safety training to the Cityand its consultantsand contractors on as-
needed basis;
(b)Locate and mark signal and communications cables for the City’sconsultants
and contractors on as-requestedbasis;
(c)Provide railroad safetyand inspection services, including flagging, railroad
safety training to third party personnel working on the railroad right of way,
Employee-In-Charge (EIC) and SCRRA utility markings required for the
PROJECT;
(d)Procurement of equipment reasonably necessary for SCRRA signal systems;
(e)Procurement of one (1) passenger information phone andone (1)
communication shelter;
6
(f)Construction, installation, testing,andinspectionof the SCRRA Signal
System;
(g)Undertake track inspection after each track construction work window to
ensure suitability for returning track to service and handoverpunch-
list/inspection walkthrough; and
(h)Undertake allresponsibilitiesrelativeto the FRA as “Railroad of Record.”
2.19SCRRA shall provide a Project Manager to support the PROJECT, attend progress
meetings, review work plans and schedules where the scope has the potential to affect SCRRA
operations or at the City’s request, provide an overview of construction progress, ensure railroad
operational safety and compliance with SCRRA standards and procedures, support inspections
and final walk-throughs and to generally provide coordination between SCRRA, the City and the
City’s contractor.Project Managershallwithin five (5) working daysacknowledge receiving
requestsand inquiriesfrom the City.
2.20SCRRA shall review the resumes of proposed key contractor staff for track and
communicationsystem construction and testingand notify the City, with the same response time
described in 2.3 of this AGREEMENT, of any concerns based on experience, qualifications or
prior performance of a key staff member. The Citymay, at its sole discretion, request the staff
member be replaced by the contractor.
2.21SCRRA shall, for operational system cut-overs and critical system integration:
(a) Undertake all work as defined within ExhibitBfor work windows that
affect PTC modificationsand for final integration of the PROJECT under
PTC so as to facilitateRevenue Service implementation.
(b) Perform final system testing and integration into SCRRA networks for:
Communication Shelters
Backbone Fiber connections
Customer Information Systems(CIS)
Ticket Vending Devices (TVDs)
(c ) Install and Commissionat the City’s sole cost:
One (1) communications shelter; and
One (1) SCRRA provided passenger information phone at Vista
CanyonStation.
(d) Install and Commission at the SCRRA’s sole costas part of the Ticket
Vending Device project:
Two (2) TVDs at the Vista Canyon Station;
7
Furnish, install, connect and test fiber cable connections between
TVDs and Communications Shelter; and
Connect power and data to TVDs utilizing power cables previously
installed, tested and labeled by The City’s contractor.
2.22The track must be inspected by SCRRA after each phase of construction prior
to placing the track back in service.
2.23The PROJECT support services to be performed by SCRRA, including labor,
equipmentand material procurement, at the City’s sole cost and expense, are described in
Exhibit A,in the amount of $5,013,730.00.The cost of the SCRRA servicesand materials
shown is an estimate only and the Citywill reimburse SCRRA on the basis ofactual costs and
expenses.The Cityshall reimburse SCRRA the actual costs and expenses incurred by SCRRA
and its contractors and consultants for all services and work performed in connection with the
PROJECT, including an allocated overhead representingSCRRA’s costs for administration and
management.
2.24Upon the execution of this AGREEMENT and prior to any PROJECT work
commencing, The Cityshall deposit $1,262,000representing i.) the cost of long lead signal
materials of $700,000which shall be held by SCRRA until the long lead items have been
procured, received and paid for, and ii.)an advance deposit of $562,000which represents
approximately 12.5%(one eighth)of remaining estimated SCRRA project costs contained in
Exhibit A,which SCRRA shall hold until the final quarter of the project duration and then
atthat time, the advance deposit will be used to offset invoice amounts for the final quarter and
any remaining expenditures. During the construction of the PROJECT, SCRRA will send the
City ata minimum,quarterly invoices,detailing the costs of support and work performed by
SCRRA under this AGREEMENT. All payments are due within 45calendar days of the invoice
date with the exception of the invoices generated at the end of the project which shall be applied
by the advance deposit. In the event the City does not adhere to the payment terms, SCRRA
shall provide written or electronic notice to the Cityof any past due amounts and the Cityshall
have 30 calendar days to pay the past due balance.If payment for the past due balance is not
received within such period, SCRRA shall have the option of stopping work on the Project.
SCRRA will monitor budget expenditure and notify the City of any additional cost above those
estimated in Exhibit Aonce 80% of budget is expended. SCRRA shall not exceed existing
budget without written approval from the City.Invoices shall be sent to:
City of Santa Clarita
Attn: Carla Callahan
23920 Valencia Blvd
Santa Clarita, CA 91355
2.25Until SCRRA receives formalapproval of its overhead ratesit will use an
estimated allocated overhead rate for cost estimation and budgeting purposes. SCRRA may not
invoice for these overhead costs until theFederal Transit Administration, SCRRA’s cognizant
audit agency, has approved the final rate at the completion of its audit. The overhead approval
process may causeSCRRA to delay submitting its invoices for overhead costs. Upon
8
completion of the PROJECT, and after the SCRRA overhead rate for each period covering the
construction of the PROJECT is approved by the cognizant audit agency, SCRRA will send the
Citya detailed statement of final costs, segregated as to contractor andmaterial, SCRRA labor
and SCRRA overheadcosts shown on Exhibit A.
2.26Upon execution of thisAGREEMENT and receipt from the City of a written
notice to proceed with SCRRA’s support scopeand funding depositas detailed in 2.22and 2.23,
SCRRA will place orders for any needed materials or equipment, and issue contracts or task orders
for any adjustment of SCRRA facilities necessary to permit construction of the PROJECT. Orders
for materials, new contracts for construction, or task orders under existing contracts, will be issued in
accordance with SCRRA procurement policies and the laws and regulations governing public agency
contracts applicable to SCRRA.
2.27SCRRA, if it so elects, may recalculate and update the supporting scope
estimatesubmitted to the Cityin the event the Citydoes not commence construction on the
portion of the PROJECTlocated on the right-of-way of SCRRA within twelve (12)months from
the date of execution of this AGREEMENT.
ARTICLE 3.0–RAILROAD RIGHT-OF-WAY RESPONSIBILITIES
3.1 SCRRA shall be responsible for operating and maintaining the railroad right-of-
way. The following are exceptions where the City maintains within railroad right-of-way once
construction of the station improvements begin:
3.1a Fire lane leading from the Bus Transit Center to the Vehicular Maintenance
Access Gate (See Exhibit C–Drawing No.RW004);
3.1b Access road off Ravenna Lane to the Vehicular Maintenance Access Gate
(see Exhibit D–Drawing No. RW005);
3.1c Any facilities serving the Bus Transit Center and Station, as described in
Article 3.0;and
3.1d Restrooms
3.2 The City, its elected officials, officers, employees’ agents, assigns, contractors
and vendors, shall not interfere with the operation of Metrolink commuter train service.
3.3The City, its elected officials, officers, employees’ agents, assigns, contractors
and vendors, shall not enter onto railroad right-of-way unless the City has received prior written
permission from SCRRA and made arrangements to comply with all SCRRA safety services.
SCRRA will require the City, its elected officials, officers, employees’ agents, assigns,
contractors and vendors, to attend SCRRA safety orientation class prior to receiving permission
to enter the railroad right-of-way.
3.4The City, its elected officials, officers, employees’ agents, assigns, contractors
and vendors, shall immediately contact the SCRRA in the event of any condition which might
impact the safe operation of the railroad. The following are SCRRA’s emergency numbers:
9
Dispatch and Operations Center (909) 593-0661
Signal Emergencies and (888) 446-9721
Grade crossing problems
3.5The City and its contractor are responsible for the location and protection of any
and all surface, sub-surface, and overhead utilities and structures. Approval of application by
SCRRA does not constitute a representationas tothe accuracy of completeness of location or the
existence or non-existence of any utilities or structures within the limits of this PROJECT.
3.6Before excavating, the Cityor the City’s contractormust determine whether any
underground pipe lines, electric wires, or cables, including fiber optic cable systems, are present
and located within the PROJECTwork area by calling the Southern California Underground
Service Alert at 811. SCRRA is not a member of Underground Service Alert (DIGALERT) and
SCRRA signal and communication lines must be located by contacting the SCRRA Signal
Department.Any relocation will be at the City’s expense.
3.7Call SCRRA’s Signal Department at (909) 592-1346 a minimum of five days
prior to beginning construction to mark signal and communication cables and conduits. To assure
cables and conduits have been marked, no work may proceed until aSCRRA dig numberhas
been provided.the City or the City’s contractorshall pot-hole to confirm location, alignment and
depth of allservices within the footprint of any proposed excavations,and protect services in
place, prior to commencing any excavation.
3.8In case of signal emergencies or grade crossing problems, call SCRRA’s 24-hour
signal emergency number 1-888-446-9721.
3.9This AGREEMENTis not in lieu of the SCRRA’s Permitting and Right-of-Entry
process. The City and its consultants and contractors are required at all times to follow all
SCRRA Form 6 and 37requirements for any persons, work or equipment upon the railroad right-
of-way and other applicableguidelines and directives.Applicants must submitSCRRA’s
Form6prior to entering or beginning work on railroad right-of-way and before SCRRA support
services will be scheduled or provided including:Employee-In-Charge(EIC),Flagging, SCRRA
cableand signal marking, and SCRRA Safety.
Forms 6 and 37 may be found upon the Metrolink website at the following location:
https://www.metrolinktrains.com/about/agency/engineering--construction/
Contact SCRRA Right-of-Way Coordinator at:
Christos Sourmelis
Right-of-Way Coordinator
SCRRA
909-392-8463
SourmelisC@scrra.net
10
3.10SCRRA and the Cityshall establish mutually agreeable work windows for the
PROJECT prior to advertisingthe PROJECT for bid. Service levels are currently 20commuter and 5
freight trains through the project area in a 24-hour period. All work within the railroad right-of-way
will require railroad protective services, unless specified otherwise by SCRRA. SCRRA will
provide:
A maximum of three (3) forty-eight hour weekend absolute work windows when
train service will be suspended on all tracks, to facilitate the construction, testing and
integration of the new Control Point (CP) Humphreys and associated reprofiling of
the existing Main Track. All absolute windows will require a minimum of sixty (60)
days advance notice to allow coordination, notification and implementation of
changes to PTC critical features–refer to Exhibit B. Windows on consecutive
weekends will not be permissible.
Limited track windows upon either the Main Track or existing/new siding track to
facilitate construction of the alternate track and station platforms and underpass, to be
coordinated a minimum of twenty-one (21) days in advance. Any limited work
windows that will result in changes to PTC critical features must be coordinated a
minimum of sixty (60) days in advance –refer to Exhibit B.
Work during the day will be under Form “B” protection between the hours of 8am
and 5pm.
The Cityshall ensure that its contractor(s) coordinate and comply with EIC directions and all times,
standing down and securing any equipment as directed while a train passes by.
The contractor's operations are subordinate to the operation of trains on the SCRRA right-of
way, whether passenger or freight. All work upon the SCRRA right-of-way shall be done at such
times and in such a manner asapproved by SCRRA. SCRRA will strive to cooperate with the
City and the City’s contractorsuch that the work may be handled and performed in an efficient
manner, however, the City and the City’s contractorwill have no claim with SCRRA whatsoever
for any type of damages or for extra or additional compensation in the event its work is delayed
by rail operations. Should, due to train operations or service obligations or other reasons provided in
this AGREEMENT, it become impracticable to provide the work window on the dates established,
SCRRA will provide the work window at the next reasonable available opportunity. SCRRA shall
not be responsible for any additional costs and expenses resulting from a change in work windows.
ARTICLE 4.0–STATION RESPONSIBILITIES
4.1 The City shall be responsible for the operation, security, repair and maintenance
of the station, including the platforms.
4.2 The City, at its sole expense, shall perform or cause to be performed all
necessary maintenance, repair, operation, security and clean-up of the station to keep the station
in good order and proper condition and in satisfaction of all laws, regulations and guidelines. The
City’s maintenance responsibility shall be performed on an “as-needed” basis so as to keep the
station and the Station improvements in good order, condition and repair at all times. EIC shall
be required when maintenanceis performed that requires access to or above track or with the
potential to foul the track.The City’s responsibilities include, but are not limited to, the
following:
11
(a)maintenance, repair, sweeping, cleaning and resurfacing of all station platform
areas, pedestrian pathways, and related access areas;
(b)provide, maintain, operate, repair and keep clean any parking facilities that
serve the station; and
(c)maintenance, repair and cleaning of all station lighting systems, irrigation
systems, structures, underpasses, signs and other station improvements or
fixtures;
(d)removal of all trash, litter and debris from the station platforms, walkways,
underpasses, and landscaping areas;
(e)removal of all graffiti from the stations and station improvements within 24
hours of being first informed of the graffiti excludingsound and retaining
wallsmaintained by SCRRA;
(f)keeping the station free of weeds and unwanted pests;
(g)maintenance of all planted and landscaped areas;
(h)installation,maintenance, repair, testing, and operationof a video surveillance
system at the station. SCRRA may request video footage and the City will
provide within three (3) business days.
(i)maintenance, repair and clean-up of all restrooms that serve the station,
including those within railroad right-of-way;
(j)maintenance, repair and clean-up of the bus transit facilities and related
facilities, structures, fixtures, and areas;
(k)maintenance, repair, and clean-up of two access roads identified in Blue on
RW004, RW005, and RW006. City shallnotbe responsible to maintain,
repair and keep clean any other access roads that are entirely within railroad
right-of-way and enclosed by gates; and
4.3 Notwithstanding anything to the contrary contained herein, the City shall not be
responsible for the repair or maintenance of the ticket vending devices(TVDs), public
address/changeable message sign (PA/CIS) equipment, signal installations,and equipment
contained within the SCRRA’s communications shelter building.
4.4The City grants SCRRA, officers, employees’ agents, assigns, contractors and
vendors, the right of entry upon the Station to the extent reasonably necessary to operate and
maintain train equipment within the railroad right-of-way, to repair or maintain the ticket
vending devices(TVDs), public address/changeable message sign (PA/CIS) equipment,signal
and communicationequipment contained within the SCRRA’s communications shelter building
and any other SCRRA-related facility or equipment.
4.5SCRRA shall be responsible to perform or cause to be performed the following:
12
(a)maintenance and repair of any retaining walls and sound walls within railroad
right-of-way;
(b)graffiti removal at sound walls and retaining wall within the railroad right-of-
way.
(c)to repair or maintain the ticket vending devices(TVDs), public address and
changeable message sign (PA/CIS) equipment, signal equipment contained
within the SCRRA’s communications shelter building and any other SCRRA-
related facility or equipment;
(d)maintenance, testing, and inspection of the track related to the PROJECT,
including rails, ties, ballast, switches, turnouts, and crossovers;
(e)maintenance, testing, and inspection of SCRRA Signal and Communication
equipment and systems related to the PROJECT; and
(f)SCRRA, shall be responsible to maintain, repair and keep clean any other
access roads that are entirely within railroad right-of-way and enclosed by
gates, but not including the two Access Roads identified in Blue on RW004,
RW005, and RW006.
4.6SCRRA shall have the right to access and use any Access Roads that areowned
or maintained by the City that lead to railroad right-of-way.
ARTICLE –5.0 STATION UTILITIES
5.1 The City, at its sole expense, shall provide and pay for all utilities and other
services necessary to operate, repair, clean, secure and maintain the Station. Such utilities and
services shall include, but not be limited to, any electrical, water, and telephone or trash removal
service necessary for the operation of the station. The City shall be responsible for providing
power to SCRRA’s TVMs, PA/CIS equipment and communications shelter buildings.
ARTICLE –6.0 AGREEMENT REGARDING VIA PRINCESSA STATION
Via Princessa Station is located at MP. 37.9 on the Valley Subdivision in the City of Santa
Clarita, approximately two (2) miles from Vista Canyon Station and was originally constructed
as a temporary station in 1994 to provide a public transportation service immediately after the
Northridge Earthquake. It is located upon a curve and does not meet current safety and customer
service standards. Within two (2) years of Vista Canyon Station becoming operational, the City
and SCRRA shall work togetherto determine whether Via Princessa Station shall remain open
and if so, improve the station to comply with current safety standards and meet customer service
requirements.
ARTICLE –7.0 INDEMNIFICATION
7.1 The City shall defend, indemnify and hold harmless SCRRA and its member
agencies and their officers, directors, employees and agents (“Indemnified Parties”), from any
and all loss, liability, expense (including attorney and expert fees and defense costs), claim, fine,
13
administrative proceeding, cause of action and lawsuit for damages of any nature whatsoever,
including but not limited to, bodily injury, death, personal injury or property damage (including
that of the City, its elected officials, officers, employees agents, assigns, contractors and vendors)
arising from or connected with any alleged act and/or omission of the City, its elected officials,
officers, employees agents, assigns, contractors and vendors, or in connection with any work,
authority, presence or jurisdiction delegated to the City under this AGREEMENT. This
indemnity and defense obligation shall survive the termination of this AGREEMENT.
7.2 SCRRA shall defend, indemnify and hold harmless the City, its officers,
employees agents and agents from any and all loss, liability, expense (including attorney and
expert fees and defense costs), claim, fine,administrative proceeding, cause of action and lawsuit
for damages of any nature whatsoever, including but not limited to, bodily injury, death, personal
injury or property damage(including that of SCRRA) arising from or connected with any alleged
act and/or omission ofSCRRA, its officers, employees agents, assigns, contractors and vendors,
or in connection with any work, authority, presence or jurisdiction delegated to SCRRA under
this AGREEMENT. This indemnity and defense obligation shall survive the termination of this
AGREEMENT.
ARTICLE –8.0 INSURANCE
8.1 As a material consideration forthis AGREEMENT, the City agrees to obtain and
maintain throughout the term of this AGREEMENT general liability insurance coverage, at the
sole cost and expense of the City, with limits of not less than three million dollars ($3,000,000)
per claim naming the Indemnified Parties as insureds. Before the City contracts out any work or
service in connection with a station, the proposed contractor or vendor shall submit to SCRRA a
written endorsement authorized and signed by a carrier acceptable to SCRRA confirming the
existence of the required insurance and containing the following language:
“SCRRA and its member agencies and their officers, directors, employees and
agents are each additional insureds under liability policies described above with respect to losses
arising from, or in any manner pertaining to the work of the named insured, or presence of the
named insured on or about station property. Notwithstanding any language herein to the
contrary, if these policies are canceled for any reason prior to the expiration date set forth above,
we guarantee written notice of cancellation at least 10 days prior thereto by registered mail,
return receipt requested to SCRRA’s address listed hereon. Absent such notification, the policy
shall remain in effect until 10 days after notification is accomplished or until the end of the
policy period, whichever is first.”
ARTICLE –9.0 INSPECTION by SCRRA and Right to Perform for City
9.1 SCRRA may inspect and otherwise enter upon the Property at any or all times. If
the City fails to perform any obligation under this AGREEMENT, SCRRA shall be entitled to
make reasonable expenditures to cause proper performance on the City’s behalf and at the City’s
expense, and the City is required to reimburse SCRRA for expenditures within thirty (30) days
after written notice requesting reimbursement.
ARTICLE –10.0 NOTICES
10.1 All notices shall be delivered or mailed to the applicable party to the following
14
addresses, until such time as a written notice of address change is made to the other party:
City:City of Santa Clarita, Transit Division
28250 Constellation Rd.
Santa Clarita, CA 91355-1103
Attention:TransitManager
SCRRA: Southern California Regional Rail Authority
2558 Supply Street
Pomona, CA 91767
Attention: Justin Fornelli
Phone: (909)593-4291
Email: fornellij@scrra.net
ARTICLE –11.0 DEFAULT
11.1 In the event either party fails to perform its obligations pursuant to this
AGREEMENT, the non-defaulting party shall provide written notice to the defaulting party of
the default. If the defaulting party fails to cure the default within a time period reasonable under
the circumstances as determined and specified by the non-defaulting party, then the non-
defaulting party may elect to terminate this AGREEMENT for cause. Upon termination of this
AGREEMENT for cause, the non-defaulting party may recover from the defaulting party any
damage and costs associated with the breach and the non-defaulting party shall be entitled to all
remedies available under law andequity.
ARTICLE –12.0 GENERAL PROVISIONS
12.1 Should any part of this AGREEMENT become null, void or unenforceable, all
other parts hereof shall remain in full force and effect.
12.2 This AGREEMENTcontains the entire agreement of the parties on the matters
it covers and it supersedes any previous agreement between the parties on such matters. No other
agreement, statement or promise made by or to either of the parties or the agent or representative
of either of the parties shall be binding unless it is in writing and signed by both parties.
12.3 This AGREEMENT shall be deemed to have been entered into in the State of
California and all questions concerning validity, interpretation or performance of any of its terms
or conditions or any rights or obligations of the parties hereto, shall be governed by and resolved
in accordance with the laws of the State of California.
15
WITNESS WHEREOF, theCITY OFSANTA CLARITAand the SOUTHERN
CALIFORNIA REGIONAL RAIL AUTHORITYhave caused this OPERATION AND
MAINTENANCE AGREEMENT to beexecuted and attested by their duly qualified and
authorized officials.
SOUTHERN CALIFORNIA REGIONALCITY OF SANTA CLARITA
RAIL AUTHORITY
By: ________________________________By: ______________________________
Stephanie WigginsKenneth W. Striplin, Ed.D
Chief Executive Officer
APPROVED AS TO FORM: APPROVED AS TO FORM:
DON O. DEL RIO
GeneralCounselCity Attorney
By: ______________________________By: ______________________________
Donald O. Del RioJoseph Montes, Esq.
GeneralCounsel
16
EXHIBIT A
Cost Estimate for SCRRA Supporting Scope of Services
ServiceCost
Project Management, Public Relations staff support, $798,360.00
Communications staff support and Admin. staff support
PTC Updates$235,000.00
Railroad Protectionestimated to 650 10-hour EIC shifts, 20 $1,182,500.00
safety classes and cable marking during construction period
Signal Construction and Materials$2,437,870.00
Test Trains–3 work windows$75,000.00
Communication Equipment and Materials and Passenger $165,000.00
Phone
Maintenance Supportincl. 3 track stabilizations, signal support $120,000.00
to cut-overs and track support.
Total estimate April 2019$5,013,730.00
17
EXHIBIT B
Coordination Requirements and Responsibilities for Work Windows and PTC
System Modifications
1.The Cityand its contractor shall:
a.Notify SCRRA sixty (60) days in advance for any work window that will require
modifications to PTC critical features to allow SCRRA the time required for
planning a cut-over window within the PTC network schedule, survey, creation
and testing of a revised subdivision file, critical feature site validationand final
implementation into service of the subdivision file.
b.To accompany 60-day advance notification, provide to SCRRA PM plans clearly
detailing and listing all changes that will be made to system critical features in
each Work Window and an accompanying work plan detailing how the work will
be undertaken.Critical features include:
i.Removal/Addition/Relocation of Tracks:
1.Alignment
2.Elevations
ii.Removal/Addition/Relocation of switches or signals:
1.Powered and HT turnouts (point of switch)
2.Powered and HT derails
3.Insulated Joints (IJ) associated with signals and track clearance
points
4.Wayside Interface Unit (WIU) modules
5.Signal aspect changes
iii.Timetable change:
1.Quiet Zones
2.Milepost changes
3.Control Point (CP) name changes
18
4.Changes in train operating speeds
5.Track name changes
6.Method of Operations changes (Track Warrant, Centralized Train
Control,PTC)
iv.Construction changes:
1.Street widening impacting grade crossing parameters
2.New crossing panels to accommodate pedestrian gates
(parameters)
3.Changes due to emergencies
v.PTC limits
vi.Clearance Points(Minimum distance from pointsand crossings at which
track circuitboundaries may be positioned, to prove that a vehicle on one
trackis in a position clear of a movement on an adjacent track);
19
c.Attend an initial change controlconfiguration management technical review team
meeting for each Work Windowaffecting PTC critical features, to review and
discuss details of the proposed changes. Resubmits plans within 7 calendar days
to clarify any additional information as reasonably requested;
d.Attend SCRRA operations work window planning meetings, as reasonably
requested by SCRRA PM, to discuss scope of work within Work Window(s),
details of Work Window time, dates and tracks affected, Work Windows
schedule, bus bridge requirements and potential requirements for a test train to
remove initial speed restrictionsor perform signal tests;
e.Should the construction schedule change such that the planned Work Window
cannot be met, advise SCRRA immediately when this is known so that a revised
Work Window can be arranged;
f.A minimum of 30 calendar days in advance of each planned Work Window,
provide to SCRRA PM an hour by hour schedule detailing all activities to be
performed by all parties within the Work Window and allowing adequate time at
an appropriate point within the Work Window to accommodate SCRRA final
PTC critical feature on-site validation once track work is complete,and signal
system final testing, as coordinated with SCRRA (allow afour-hour period).
Tracks are to be clear of track mounted equipment during the PTC validation
period.SCRRA will review schedule and confirm agreement;
g.Submit a track bulletin request to SCRRA dispatching operations department,
detailing all physical changes that will be made to the track infrastructure, a
minimum of 7 days in advance of any Work Window;
h.Coordinate with and facilitate access to SCRRA PTC staff onto tracks within
project construction zone to enable on-site validation of subdivision file against
critical features in advance of Work Window(s). Contractor shall not have
equipment upon the tracks during subdivision file testing that may affect the
operation of the signal system or prevent unobstructed operation of a track
mounted hi-rail throughout the project site to record locations of critical features
and take associated measurements. SCRRA will provide 48 hours’ notice to
contractor of intent to visit site to perform tests wherever possible but in
emergency will require access without notice at any time;
i.Coordinate a final activity review meeting to discuss the final hour by hour
window schedule activities, attended by all parties involved, a minimum of 72
hours before each Work Window commences;
j.Provides a list of key staff members and contact details for all organizations
involved in each exclusive window a minimum of 48 hours before Work Window
commences;
20
2.SCRRA shall:
a.Provide the necessary technical support to implement modification/changes to the
PTC network within the Work Window requested by the City and/or its
contractor;
b.Upon receipt of contractor’s plans detailing and listing all changes that will be
made to system critical features in each Work Window and an accompanying
work plan, create a change request in the SCRRA configuration management
database;
c.Arrange through SCRRA change control configuration management an initial
technical review team meeting to review and discuss details of the proposed
changes to which the City and/or itscontractor shall attend;
d.Coordinate internally and with the City and it’s contractora date for proposed
changes and associated Work Window to be undertaken and incorporate Work
Window date into SCRRA configuration management master schedule;
e.Through SCRRA change control team, arrange further coordination meetings
where required as the subdivision file revisions are processed, to which the City
and/or its contractorshall attend when reasonably requested by SCRRA PM or
SCRRA change control management;
f.Coordinate and undertake all PTC activities in advance of each planned Work
Window, to include:
i.Development of new or revised subdivision file
ii.Testing of file in PTC Lab and within Train Management Dispatching
System (TMDS) system
iii.Signal system paper check
iv.Field and Signal Pre-test;
g.Coordinate field testing with the City and itscontractor;
h.Notify the public in advance through Metrolink website, twitter and seat leaflets
as appropriate, of planned operational service disruptions and alternative travel
options;
i.Make all necessary modifications to the graphics within the TMDS system in
advance of each planned Work Window;
j.Undertake final PTC critical feature and subdivision file validation at the
appropriate time within the Work Window, as previously coordinated with the
21
Cityand its contractor and place into service the revised or new PTC subdivision
file and modified TMDS graphics upon final verification of accuracy;
k.Issue in advance of implementation, bulletins to all affected railroads to detail
physical and operational changes to the current timetable;
l.Revise track charts, composite maps, simulator graphics and KML files to reflect
all physical changes made to the system resulting from the work in each window;
and
m.Stabilize the track, within the period of each Work Window, upon completion of
any construction that has disrupted the track structure integrity, to reduce the
requirement for speed restrictions at the end of the Work Window.
22
Exhibit C
Federal Clauses
Fly America Requirements
Contractor shall comply with 49 USC 40118 (the “Fly America” Act) in accordance with General Services
Administration regulations 41 CFR 301-10, stating that recipients and subrecipients of Federal funds and
their contractors are required to use US Flag air carriers for US Government-financed international air
travel and transportation of their personal effects or property, to the extent such service is available,
unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. Contractor
shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately
explaining why service by a US flag air carrier was not available or why it was necessary to use a foreign
air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements.
Contractor shall include the requirementsof this section in all subcontracts that may involve international
air transportation.
Buy America Certification (Steel and Manufactured Products)
Contractor shall comply with 49 USC 5323(j) and 49 CFR 661, stating that Federal funds may not be
obligatedunless steel, iron, and manufactured products used in FTAfundedprojects are produced in the
United States, unless a waiver has been granted by FTA or the product is subject to a generalwaiver.
General waivers are listed in 49 CFR 661.7, and include software, microcomputer equipment and small
purchases (currently less than $150,000)made with capital, operating, or planning funds. Separate
requirements for rolling stock are stated at 5323(j)(2)(C) and 49 CFR 661.11. A bidder or offeror shall
submit appropriate Buy America certification to the recipient with allbids on FTAfundedcontracts, except
those subject to a general waiver. Proposals not accompanied by a completed Buy America certification
shall berejected as nonresponsive. This requirement does not apply to lower tier subcontractors.
CivilRights
TheRecipientunderstandsandagreesthatitmustcomplywithapplicableFederalcivilrightslawsand
regulations,andfollowapplicableFederalguidance,exceptastheFederalGovernmentdetermines
otherwiseinwriting.Therefore,unlessaRecipientorProgram,includinganIndianTribeortheTribal
TransitProgram,isspecificallyexemptedfromacivilrightsstatute,FTArequirescompliancewiththat
civilrightsstatute,includingcompliancewithequityinservice:
a.NondiscriminationinFederalPublicTransportationPrograms.TheRecipientagreesto,andassures
thateachThirdPartyParticipantwill,complywithFederaltransitlaw,49U.S.C.§5332(FTA’s
“Nondiscrimination”statute):(1)FTA’s“Nondiscrimination”statuteprohibitsdiscriminationonthebasis
of:(a)Race,(b)Color,(c)Religion,(d)Nationalorigin,(e)Sex,(f)Disability,(g)Age,or(h)Gender
identityand(2)TheFTA“Nondiscrimination”statute’sprohibitionagainstdiscriminationincludes:(a)
Exclusionfromparticipation,(b)Denialofprogrambenefits,or(c)Discrimination,including
discriminationinemploymentorbusinessopportunity,(3)ExceptasFTAdeterminesotherwisein
writing:(a)General.Follow:1ThemostrecenteditionofFTACircular4702.1,“TitleVIRequirements
andGuidelinesforFederalTransitAdministrationRecipients,”totheextentconsistentwithapplicable
Federallaws,regulations,andguidance,and2OtherapplicableFederalguidancethatmaybeissued,
but(b)ExceptionfortheTribalTransitProgram.FTAdoesnotrequireanIndianTribetocomplywith
FTAprogramspecificguidelinesforTitleVIwhenadministeringitsprojectsfundedundertheTribal
TransitProgram,
b.Nondiscrimination–TitleVIoftheCivilRightsAct.TheRecipientagreesto,andassuresthateach
ThirdPartyParticipantwill:(1)Prohibitdiscriminationbasedon:(a)Race,(b)Color,or(c)National
origin,(2)Complywith:(a)TitleVIoftheCivilRightsActof1964,asamended,42U.S.C.§2000det
seq.,(b)U.S.DOTregulations,“NondiscriminationinFederallyAssisted
ProgramsoftheDepartmentofTransportation–EffectuationofTitleVIoftheCivilRightsActof1964,”
49C.F.R.part21,and(c)Federaltransitlaw,specifically49U.S.C.§5332,asstatedinthepreceding
sectiona,and(3)ExceptasFTAdeterminesotherwiseinwriting,follow:(a)Themostrecenteditionof
FTACircular4702.1,“TitleVIandTitleVIDependent
23
GuidelinesforFederalTransitAdministrationRecipients,”totheextentconsistentwithapplicable
Federallaws,regulations,andguidance.(b)U.S.DOJ,“GuidelinesfortheenforcementofTitleVI,Civil
RightsActof1964,”28C.F.R.§50.3,and(c)OtherapplicableFederalguidancethatmaybeissued,
c.EqualEmploymentOpportunity.(1)FederalRequirementsandGuidance.TheRecipientagreesto,
andassuresthateachThirdPartyParticipantwill,prohibitdiscriminationonthebasisofrace,color,
religion,sex,ornationalorigin,and:(a)ComplywithTitleVIIoftheCivilRightsActof1964,as
amended,42U.S.C.§2000eetseq.,(b)FacilitatecompliancewithExecutiveOrderNo.11246,“Equal
EmploymentOpportunity,”asamendedbyExecutiveOrderNo.11375,“AmendingExecutiveOrderNo.
11246,RelatingtoEqualEmploymentOpportunity,”42U.S.C.§2000enote,(c)ComplywithFederal
transitlaw,specifically49U.S.C.§5332,asstatedinsectiona,and(d)ComplywithFTACircular
4704.1otherapplicableEEOlawsandregulations,asprovidedinFederalguidance,includinglawsand
regulationsprohibitingdiscriminationonthebasisofdisability,exceptastheFederal
Governmentdeterminesotherwiseinwriting,(2)General.TheRecipientagreesto:(a)Ensurethat
applicantsforemploymentareemployedandemployeesaretreatedduringemploymentwithout
discriminationonthebasisoftheir:1Race,2Color,3Religion,4Sex,5Disability,6Age,or7National
origin,(b)Takeaffirmativeactionthatincludes,butisnotlimitedto:1Recruitmentadvertising,2
Recruitment,3Employment,4Ratesofpay,5
Otherformsofcompensation,6Selectionfortraining,includingapprenticeship,7Upgrading,8
Transfers,9Demotions,10Layoffs,and11Terminations,but(b)IndianTribe.TitleVIIoftheCivil
RightsActof1964,asamended,exemptsIndianTribesunderthedefinitionof"Employer".(3)Equal
EmploymentOpportunityRequirementsforConstructionActivities.Inadditiontotheforegoing,when
undertaking“construction”asrecognizedbytheU.S.DepartmentofLabor(U.S.DOL),theRecipient
agreestocomply,andassuresthecomplianceofeachThirdPartyParticipant,with:(a)U.S.DOL
regulations,“OfficeofFederalContractCompliancePrograms,EqualEmploymentOpportunity,
DepartmentofLabor,”41C.F.R.chapter60,and(b)ExecutiveOrderNo.11246,“EqualEmployment
Opportunity,”asamendedbyExecutiveOrderNo.11375,“AmendingExecutiveOrderNo.11246,
RelatingtoEqualEmploymentOpportunity,”42U.S.C.§2000enote,
d.DisadvantagedBusinessEnterprise.TotheextentauthorizedbyapplicableFederallaw,the
Recipientagreestofacilitate,andassuresthateachThirdPartyParticipantwillfacilitate,participationby
smallbusinessconcernsownedandcontrolledbysociallyandeconomicallydisadvantagedindividuals,
alsoreferredtoas“DisadvantagedBusinessEnterprises”(DBEs),intheProjectasfollows:1)
Requirements.TheRecipientagreestocomplywith:(a)Section1101(b)ofMap21,23U.S.C.§101
note,(b)U.S.DOTregulations,“ParticipationbyDisadvantagedBusinessEnterprisesinDepartmentof
TransportationFinancialAssistancePrograms,”49C.F.R.part26,and(c)Federaltransitlaw,
specifically49U.S.C.§5332,asstatedinsectiona,(2)Assurance.Asrequiredby49C.F.R.§
26.13(a),(b)DBEProgramRequirements.Recipientsreceivingplanning,capitaland/oroperating
assistancethatwillawardprimethirdpartycontractsexceeding$250,000inaFederalfiscalyearmust:
1HaveaDBEprogrammeetingtherequirementsof49C.F.R.part26,2implementaDBEprogram
approvedbyFTA,and3establishanannualDBEparticipationgoal,(c)SpecialRequirementsfora
TransitVehicleManufacturer.TheRecipientunderstandsandagreesthateachtransitvehicle
manufacturer,asaconditionofbeingauthorizedtobidorproposeonFTAassistedtransitvehicle
procurements,mustcertifythatithascompliedwiththerequirementsof49C.F.R.part26,(d)the
Recipientprovidesassurancethat:TheRecipientshallnotdiscriminateonthebasisofrace,color,
nationalorigin,orsexintheawardandperformanceofanyDOTassistedcontractorinthe
administrationofitsDBEprogramortherequirementsof49C.F.R.part26.TheRecipientshalltakeall
necessaryandreasonablestepsunder49C.F.R.part26toensurenondiscriminationintheawardand
administrationofDOTassistedcontracts.TheRecipient'sDBEprogram,asrequiredby49C.F.R.part
26andasapprovedbyDOT,isincorporatedbyreferenceinthisagreement.Implementationofthis
programisalegalobligationandfailuretocarryoutitstermsshallbetreatedasaviolationofthis
agreement.UponnotificationtotheRecipientofitsfailuretocarryoutitsapprovedprogram,the
Departmentmayimposesanctionsasprovidedforunder49C.F.R.part26andmay,inappropriate
cases,referthematterforenforcementunder18U.S.C.§1001and/ortheProgramFraudCivil
RemediesActof1986,31U.S.C.§3801etseq.,(2)ExceptionfortheTribalTransitProgram.FTA
exemptsIndiantribesfromtheDisadvantagedBusinessEnterpriseregulationsat49C.F.R.part26
underMap21andpreviouslegislation,
24
e.NondiscriminationontheBasisofSex.TheRecipientagreestocomplywithFederalprohibitions
againstdiscriminationonthebasisofsex,including:(1)TitleIXoftheEducationAmendmentsof1972,
asamended,20U.S.C.§1681etseq.,(2)U.S.DOTregulations,“NondiscriminationontheBasisof
SexinEducationProgramsorActivitiesReceivingFederalFinancialAssistance,”49C.F.R.part25,and
(3)Federaltransitlaw,specifically49U.S.C.§
5332,asstatedinsectiona,
f.NondiscriminationontheBasisofAge.TheRecipientagreestocomplywithFederalprohibitions
againstdiscriminationonthebasisofage,including:
(1)TheAgeDiscriminationinEmploymentAct(ADEA),29U.S.C.§§621–634,whichprohibits
discriminationonthebasisofage,(2)U.S.EqualEmploymentOpportunityCommission(U.S.EEOC)
regulations,“AgeDiscriminationinEmploymentAct,”29C.F.R.part1625,whichimplementstheADEA,
(3)TheAgeDiscriminationActof1975,asamended,42U.S.C.§6101etseq.,whichprohibits
discriminationagainstindividualsonthebasisofageintheadministrationofprogramsoractivities
receivingFederalfunds,(4)U.S.HealthandHumanServicesregulations,“Nondiscriminationonthe
BasisofAgeinProgramsorActivities
ReceivingFederalFinancialAssistance,”45C.F.R.part90,whichimplementstheAge Discrimination
Actof1975,and(5)Federaltransitlaw,specifically49U.S.C.§5332,asstatedinsectiona,
g.NondiscriminationontheBasisofDisability.TheRecipientagreestocomplywiththefollowing
Federalprohibitionspertainingtodiscriminationagainstseniorsorindividualswithdisabilities:(1)
Federallaws,including:(a)Section504oftheRehabilitationActof1973,asamended,29U.S.C.§794,
whichprohibitsdiscriminationonthebasisofdisabilityintheadministrationoffederallyfunded
programsoractivities,(b)TheAmericanswith
DisabilitiesActof1990(ADA),asamended,42U.S.C.§12101etseq.,whichrequiresthataccessible
facilitiesandservicesbemadeavailabletoindividualswithdisabilities,1General.TitlesI,II,andIIIof
theADAapplytoFTARecipients,but2IndianTribes.WhileTitlesIIandIIIoftheADAapplytoIndian
Tribes,TitleIoftheADAexemptsIndianTribesfromthedefinitionof“employer,”(c)TheArchitectural
BarriersActof1968,asamended,42U.S.C.§4151etseq.,whichrequiresthatbuildingsandpublic
accommodationsbeaccessibletoindividualswithdisabilities,(d)Federaltransitlaw,specifically49
U.S.C.§5332,whichnowincludesdisabilityasaprohibitedbasisfordiscrimination,and(e)Other
applicablelawsandamendmentspertainingtoaccessforelderlyindividualsorindividualswith
disabilities,(2)Federalregulations,including:(a)U.S.DOTregulations,“Transportation
ServicesforIndividualswithDisabilities(ADA),”49C.F.R.part37,(b)U.S.DOTregulations,
“NondiscriminationontheBasisofDisabilityinProgramsandActivitiesReceivingorBenefitingfrom
FederalFinancialAssistance,”49C.F.R.part27,(c)U.S.DOTregulations,“Transportationfor
IndividualswithDisabilities:PassengerVessels,”49C.F.R.part39,(d)JointU.S.Architecturaland
TransportationBarriersComplianceBoard(U.S.ATBCB)and
U.S.DOTregulations,“AmericanswithDisabilities(ADA)AccessibilitySpecificationsforTransportation
Vehicles,”36C.F.R.part1192and49C.F.R.part38,(e)U.S.DOJregulations,“Nondiscriminationon
theBasisofDisabilityinStateandLocalGovernmentServices,”28C.F.R.part35,(f)U.S.DOJ
regulations,“NondiscriminationontheBasisofDisabilitybyPublicAccommodationsandinCommercial
Facilities,”28C.F.R.part36,(g)U.S.EEOC,RegulationstoImplementtheEqualEmployment
ProvisionsoftheAmericanswithDisabilitiesAct,”29C.F.R.part1630,(h)U.S.Federal
CommunicationsCommissionregulations,“TelecommunicationsRelayServicesandRelatedCustomer
PremisesEquipmentforPersonswithDisabilities,”47C.F.R.part64,SubpartF,(i)U.S.ATBCB
regulations,“ElectronicandInformationTechnologyAccessibilityStandards,”36C.F.R.part1194,and
(j)FTAregulations,“TransportationforElderlyandHandicappedPersons,”49C.F.R.part609,and(3)
OtherapplicableFederalcivilrightsandnondiscriminationguidance,
h.DrugorAlcoholAbuseConfidentialityandOtherCivilRightsProtections.TheRecipientagreesto
complywiththeconfidentialityandcivilrightsprotectionsof:(1)TheDrugAbuseOfficeandTreatment
Actof1972,asamended,21U.S.C.§1101etseq.,(2)TheComprehensiveAlcoholAbuseand
AlcoholismPrevention,TreatmentandRehabilitationActof1970,asamended,42U.S.C.§4541et
seq.,and(3)ThePublicHealthServiceAct,asamended,42U.S.C.§§290dd–290dd2,
25
i.AccesstoServicesforPeoplewithLimitedEnglishProficiency.ExceptastheFederalGovernment
determinesotherwiseinwriting,theRecipientagreestopromoteaccessibilityofpublictransportation
servicestopeoplewhoseunderstandingofEnglishislimitedbyfollowing:1)ExecutiveOrderNo.
13166,“ImprovingAccesstoServicesforPersonswithLimitedEnglishProficiency,”August11,2000,
42U.S.C.§2000d1note,and(2)U.S.DOT
Notice,“DOTPolicyGuidanceConcerningRecipients’ResponsibilitiestoLimitedEnglishProficiency
(LEP)Persons,”70Fed.Reg.74087,December14,2005,
j.OtherNondiscriminationLaws.ExceptastheFederalGovernmentdeterminesotherwiseinwriting,
theRecipientagreesto:(1)ComplywithotherapplicableFederalnondiscriminationlawsand
regulations,and(2)FollowFederalguidanceprohibitingdiscrimination.
k.Remedies.RemediesforfailuretocomplywithapplicableFederalCivilRightslawsandFederal
regulationsmaybeenforcedasprovidedinthose
FederallawsorFederalregulations.
Cargo Preference
Contractor shall: a. use privately owned US-Flag commercial vessels to ship at least 50% of the gross
tonnage (computed separately for dry bulk carriers, dry cargo liners and tankers) involved, whenever
shipping any equipment, material or commodities pursuant to the underlying contract to the extent such
vessels are available at fair and reasonable ratesfor USflag commercial vessels; b. furnish within 20
working days following the loading date of shipments originating within the US or within 30 working days
following the loading date of shipments originating outside the US, a legible copy of a rated, "on-board"
commercial bill-of-lading in English for each shipment of cargo described herein to the Division of
National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to
the recipient (through contractor in the case ofa subcontractor's bill-of-lading.); c. include these
requirements in all subcontracts issued pursuant to this contract when the subcontract involves the
transport of equipment, material or commodities by ocean vessel.
Energy Conservation
Contractor shallcomplywith mandatory standards and policies relating to energy efficiency, stated in the
state energy conservation plan issued in compliance with the Energy Policy & Conservation Act.
Clean Water
Contractor shall comply with all applicable standards, orders orregulations issued pursuant to the Federal
Water Pollution Control Act, as amended, 33 USC 1251 et seq. Contractor shall report each violation to
the recipient and understands and agrees that the recipient shall, in turn, report each violation as required
to FTA and the appropriate EPA Regional Office. Contractor shall include these requirements in each
subcontract exceeding $100,000 financed in whole or in part with FTA assistance.
Lobbying
Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995,
P.L. 104-65 \[to be codified at 2 U.S.C. § 1601, et seq.\] -Contractors who apply or bid for an award of
$150,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying."
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any agency, a
member of Congress, officer or employee of Congress,or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352.
Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who
hasmade lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract,
grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the
recipient.
Access to Records and Reports
The followingaccessto records requirements apply to this Contract:
26
1. Where the purchaser is not a State but a local government and is an FTA recipient or a subgrantee of
FTA recipient in accordance with 49 CFR 18.36(i), contractor shall provide the purchaser, the FTA, the
US Comptroller General or their authorized representatives access to any books, documents, papers and
contractor records which are pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions. Contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA
representatives, including any PMO contractor, access to contractor's records and construction sites
pertaining to a capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the
programs described at 49 USC 5307, 5309 or 5311.
2. Where the purchaser is a State and is an FTA recipient or a subgrantee of FTA recipient in accordance
with 49 CFR 633.17, contractor shall provide the purchaser, authorized FTA representatives, including
any PMO Contractor, access to contractor's records and construction sites pertaining to a capital project,
defined at 49 USC 5302(a)1, which receives FTA assistance through the programs described at 49 USC
5307, 5309 or 5311. By definition, a capital project excludes contracts of less than the simplified
acquisition threshold currently set at $250,000.
3. Where the purchaser enters into a negotiated contract for other than a small purchase or under the
simplified acquisition threshold and isan institution of higher education, a hospital or other non-profit
organization and is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 CFR 19.48,
contractor shall provide the purchaser, the FTA, the US Comptroller General or their authorized
representatives, access to any books, documents, papers and record of the contractor which are directly
pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions.
4. Where a purchaser which is an FTA recipient or a subgrantee of FTA recipient in accordance with 49
USC 5325(a) enters into a contract for a capital project or improvement (defined at 49 USC 5302(a)1)
through other than competitive bidding, contractor shall make available records related to the contract to
the purchaser, the Secretary of USDOT and the US Comptroller General or any authorized officer or
employee of any of them for the purposes of conducting an audit and inspection.
5. Contractor shall permit any of the foregoing parties toreproduce by any means whatsoever or to copy
excerpts and transcriptions as reasonably needed.
6. Contractor shall maintain all books, records, accounts and reports required under this contract for a
period of not less than three (3) years after the dateof termination or expiration of this contract, except in
the event of litigation or settlement of claims arising from the performance of this contract, in which case
contractor agrees to maintain same until the recipient, FTA Administrator, US ComptrollerGeneral, or any
of their authorized representatives, have disposed of all such litigation, appeals, claims or exceptions
related thereto. Re: 49 CFR 18.39(i)(11). FTA does not require the inclusion of these requirements in
subcontracts.
Federal Changes
Contractor shall comply with all applicable FTA regulations, policies, procedures and directives, including
without limitation those listed directly or by reference in the Master Agreement between the purchaser
and FTA, as they may be amended or promulgatedfrom time to time during the term of the contract.
Contractor's failure to comply shall constitute a material breach of the contract.
SuspensionandDebarment(Nonprocurement)
(1) It will comply with the requirements of 2 C.F.R. part 180, subpart C, as adopted and supplemented by
U.S. DOT regulations at 2 C.F.R. part 1200, which include the following: (a) It will not enter into any
arrangement to participate in the development or implementation of the Project with any Third Party
Participant that is debarred or suspended except as authorized by: 1 U.S. DOT regulations,
“Nonprocurement Suspension and Debarment,” 2 C.F.R. part1200, 2 U.S. OMB, “Guidelines to Agencies
on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. part 180, including any
amendments thereto, and 3 Executive Orders Nos. 12549 and 12689, “Debarment and Suspension,” 31
U.S.C. § 6101 note, (b) It will review the U.S. GSA“System for Award Management,”
https://www.sam.gov, if required by U.S. DOT regulations, 2 C.F.R. part 1200, and (c) It will include, and
require each ofits Third Party Participants to include, a similar provision in each lower tier covered
27
transaction, ensuring that each lower tier Third Party Participant: 1 Willcomply with Federal debarment
and suspension requirements, and 2 Reviews the “System for Award Management” at
https://www.sam.gov, if necessary tocomply with U.S. DOT regulations, 2 C.F.R. part 1200, and (2) If the
Recipient suspends, debars, or takes any similar action against a Third PartyParticipant or individual, the
Recipient will provide immediate written notice to the: (a) FTA Regional Counsel for the Region in which
the Recipient is locatedor implements theProject, (b) FTA Project Manager if the Project is administered
by an FTA Headquarters Office, or (c) FTA Chief Counsel,
Clean Air
1) Contractor shall comply with all applicable standards, orders or regulations pursuant to the Clean Air
Act, 42 USC 7401 et seq. Contractor shall report each violation to the recipient and understands and
agreesthat the recipient will, in turn, report each violation as required to FTA and the appropriate EPA
Regional Office.
2) Contractor shall include these requirements in each subcontract exceeding $150,000 financed in whole
or in part with FTA assistance.
Recycled Products
The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation
and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory
provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items
designated in Subpart B of 40 CFR Part 247.
No Government Obligation to Third Parties
(1) The City and contractor acknowledge and agree that, notwithstanding any concurrence by the US
Government in or approval of the solicitation or award of the underlying contract, absent the express
written consent by the US Government, the US Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the recipient, the contractor, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying contract.
(2) Contractor agrees to include the above clause in each subcontract financed in whole or in part with
FTAassistance. It is further agreed that the clause shall not be modified, except to identify the
subcontractor who will be subject to its provisions.
Contract Work Hours & Safety Standards Act
(1) Overtime requirements -No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of
40 hours insuch workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such
workweek.
(2) Violation; liability for unpaid wages; liquidated damages -In the event of any violation of the clause set
forth in para. (1) of this section, contractor and any subcontractor responsible therefore shall be liable for
the unpaid wages. In addition, such contractor and subcontractor shall be liable for liquidated damages.
Such liquidated damages shall be computed with respect to each individual laborer or mechanic,
including watchmen and guards, employed in violation of the clause set forth in para. (1) of this section, in
the sum of $10 for each calendar day on which such individual was required or permitted to work in
excess of the standard workweek of 40 hours without payment of the overtime wages required by the
clause set forth in para. (1) of this section.
(3) Withholding for unpaid wages and liquidated damages -the recipient shall upon its own action or upon
written request of USDOL withhold or cause to be withheld, from any moneys payable on account of work
performed by contractor or subcontractor under any such contract or any other Federalcontract with the
same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours &
Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to
28
be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in para. (2) of this section.
(4) Subcontracts -Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this
section and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. Prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in this section.
Program Fraud and False or Fraudulent Statements or Related Acts
(1) Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49CFR 31,
apply to its actions pertaining to this project. Upon execution of the underlying contract, contractor
certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or
causes to be made, pertaining to the underlying contract or FTA assisted project for which this contract
work is being performed. In addition to other penalties that may be applicable, contractor further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement,
submittal, or certification, the US Government reserves the right to impose the penalties of the Program
Fraud Civil Remedies Act (1986) on contractor to the extent the US Government deems appropriate.
(2) If contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal,
or certification to the US Government under a contract connected with a project that is financed in whole
or in part with FTA assistance under the authority of 49 USC 5307, the Government reserves the right to
impose the penalties of 18 USC 1001 and 49 USC 5307(n) (1) on contractor, to the extent the US
Government deems appropriate.
(3) Contractor shall include the above two clauses in each subcontract financed in whole or in part with
FTAassistance. The clauses shall not be modified, except to identify the subcontractor who will be
subject to the provisions.
Termination
a. Termination for Convenience (General Provision) the recipient may terminate this contract, in whole or
in part, at any time by written notice to contractor when it is in the recipient's best interest. Contractor shall
be paid its costs, including contract close-out costs, and profit on work performed up to the time of
termination. Contractor shall promptly submitits termination claim to the recipient. If contractor is in
possession of any of the recipient’s property, contractor shall account for same, and dispose of it as the
recipient directs.
b. Termination for Default \[Breach or Cause\] (General Provision) Ifcontractor does not deliver items in
accordance with the contract delivery schedule, or, if the contract is for services, and contractor fails to
perform in the manner called for in the contract, or if contractor fails to comply with any other provisions of
the contract, the recipient may terminate this contract for default. Termination shall be effected by serving
a notice of termination to contractor setting forth the manner in which contractor is in default. Contractor
shall only be paid the contract price forsupplies delivered and accepted, or for services performed in
accordance with the manner of performance set forth in the contract. If it is later determined by the
recipient that contractor had an excusable reason for not performing, such as a strike, fire, or flood,
events which are not the fault of or are beyond the control of contractor, the recipient, after setting up a
new delivery or performance schedule, may allow contractor to continue work, or treat the termination as
a termination for convenience.
c. Opportunity to Cure (General Provision) the recipient in its sole discretion may, in the case of a
termination for breach or default, allow contractor an appropriately short period of time in which to cure
the defect. In such case, the noticeof termination shall state the time period in which cure is permitted
and other appropriate conditions If contractor fails to remedy to the recipient's satisfaction the breach or
default or any of the terms, covenants, or conditions of this Contract within ten (10) days after receipt by
contractor or written notice from the recipient setting forth the nature of said breach or default, the
recipient shall have the right to terminate the Contract without any further obligation to contractor. Any
29
such termination for default shall not in any way operate to preclude the recipient from also pursuing all
available remedies against contractor and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that the recipient elects to waiveits remedies for any
breach by contractor of any covenant, term or condition of this Contract, such waiver by the recipient shall
not limit its remedies for any succeeding breach of that or of any other term, covenant, or condition of this
Contract.
e. Termination for Convenience (Professional or Transit Service Contracts) the recipient, by written
notice, may terminate this contract, in whole or in part, when it is in the recipient's interest. If the contract
is terminated, the recipient shall be liable only for payment under the payment provisions of this contract
for services rendered before the effective date of termination.
f. Termination for Default (Supplies and Service) If contractor fails to deliver supplies or to perform the
services within the time specified in this contract or any extension or if the contractor fails to comply with
any other provisions of this contract, the recipient may terminate this contract for default. The recipient
shall terminate by delivering to contractor a notice of termination specifying the nature of default.
Contractor shall only be paid the contract price for supplies delivered and accepted, or services
performed in accordance with the manner or performance set forth in this contract.
If, after termination for failure to fulfill contract obligations, it is determined that contractor was not in
default, the rights and obligations of the parties shall be the same as if termination had been issued for
the recipient’s convenience.
g. Termination for Default (Transportation Services) If contractor fails to pick up the commodities or to
perform the services, including delivery services, within the time specified in this contract or any extension
or if contractor fails to comply with any other provisions of this contract, the recipient may terminate this
contract for default. The recipient shall terminate by delivering to contractor a notice of termination
specifying the nature of default. Contractor shall only be paid the contract price for services performed in
accordance with the manner of performance set forth in this contract. If this contract is terminated while
contractor has possession of the recipient goods, contractor shall, as directed by the recipient, protect
and preserve the goods until surrendered to the recipient or its agent. Contractor and the recipient shall
agree on payment for the preservation and protection of goods. Failure to agree on an amount shall be
resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is
determined that contractor was not in default, the rights and obligations of the parties shall be the same
as if termination had been issued for the recipient’s convenience.
h. Termination for Default (Construction) If contractor refuses or fails to prosecute the work or any
separable part, with the diligence that will insure its completion within the time specified, or any extension,
or fails to complete the work within this time, or if contractor fails to comply with any other provisionsof
this contract, the recipient may terminate this contract for default. The recipient shall terminate by
delivering to contractor a notice of termination specifying the nature of default. In this event, the recipient
may take over the work and compete itby contract or otherwise, and may take possession of and use any
materials, appliances, and plant on the work site necessary for completing the work. Contractor and its
sureties shall be liable for any damage to the recipient resulting from contractor's refusal or failure to
complete the work within specified time, whether or not contractor's right to proceed with the work is
terminated. This liability includes any increased costs incurred by the recipient in completing the work.
Contractor's right to proceed shall not be terminated nor shall contractor be charged with damages under
this clause if:
1. Delay in completing the work arises from unforeseeable causes beyond the control and without
the fault or negligence of contractor. Examples of such causes include: acts of God, acts of the
recipient, acts of another contractor in the performance of a contract with the recipient, epidemics,
quarantine restrictions, strikes, freight embargoes; and
2. Contractor, within 10 days from the beginning of any delay,notifies the recipient in writing of
the causes of delay. If in the recipient’s judgment, delay is excusable, the time for completing the
work shall be extended. The recipient’s judgment shall be final and conclusive on the parties, but
30
subject to appeal under the Disputes clauses If, after termination of contractor's right to proceed,
it is determined that contractor was not in default, or that the delay was excusable, the rights and
obligations of the parties will be the same as if termination had been issued for the recipient’s
convenience.
i. Termination for Convenience or Default (Architect & Engineering) the recipient may terminate this
contract in whole or in part, for the recipient's convenience or because of contractor’s failure to fulfill
contract obligations. The recipient shall terminate by delivering to contractor a notice of termination
specifying the nature, extent, and effective date of termination. Upon receipt of the notice, contractor shall
(1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to
the recipient all data, drawings, specifications, reports, estimates, summaries, and other information and
materials accumulated in performing this contract, whether completed or in process. If termination is for
the recipient’s convenience, it shall make an equitable adjustment in the contract price but shall allow no
anticipated profit on unperformed services. If termination is for contractor’s failure to fulfill contract
obligations, the recipient may complete the work by contact or otherwise and contractor shall be liable for
any additional cost incurred by the recipient. If, after termination for failure to fulfill contract obligations, it
is determined that contractor was not in default, the rights and obligations of the parties shall be the same
as if termination had been issued for the recipient’s convenience.
j. Termination for Convenience or Default (Cost-Type Contracts) the recipient may terminate this contract,
or any portion of it, by servinga notice or termination on contractor. The notice shall state whether
termination is for convenience of the recipient or for default of contractor. If termination is for default, the
notice shall state the manner in which contractor has failed to perform the requirements of the contract.
Contractor shall account for any property in its possession paid for from funds received from the recipient,
or property supplied to contractor by the recipient. If termination is for default, the recipient may fix the
fee, if the contract provides for a fee, to be paid to contractor in proportion to the value, if any, of work
performed up to the time of termination. Contractor shall promptly submit its termination claim to the
recipient and the parties shall negotiate the termination settlement to be paid to contractor. If termination
is for the recipient’s convenience, contractor shall be paid its contract closeout costs, and a fee, if the
contract provided for payment of a fee, in proportion to the work performed up to the time of termination.
If, after serving a notice of termination for default, the recipient determines that contractor has an
excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are
beyond the control of contractor, the recipient, after setting up a new work schedule, may allow contractor
to continue work, or treat the termination as a termination for convenience.
Breaches and Dispute Resolution
Disputes arising in the performance of this contract which are not resolved by agreement of the parties
shall be decided in writing by the recipient’s authorized representative. This decision shall be final and
conclusive unless within ten (10) days from the date of receipt of its copy, contractor mails or otherwise
furnishes a written appeal to the recipient’s CEO. In connection with such appeal, contractor shall be
afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the
recipient’s CEO shall be binding upon contractor and contractor shall abide by the decision. FTA has a
vested interest in the settlement of any violation of Federal law including the the False Claims Act, 31
U.S.C. § 3729.
Performance During Dispute -Unless otherwise directed by the City, contractor shall continue
performance under this contract while matters in dispute are being resolved.
Claims for Damages -Should either party to the contract suffer injury or damage to person or property
because of any act or omission of the party or of any of his employees, agents or others for whose acts
he is legally liable, a claim for damages therefore shall be made in writing to such other party within ten
days after the first observance of such injury or damage.
Remedies -Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters
in question between the recipient and contractor arising out of or relating to this agreement or its breach
will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the
residing State.
31
Rights and Remedies -Duties and obligations imposed by the contract documents and the rights and
remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights
and remedies otherwise imposed or available by law. No action or failure to act by the recipient or
contractor shall constitute a waiver of any right or duty afforded any of them under the contract, nor shall
any such action or failure to act constitute an approval of or acquiescence in any breach thereunder,
except as may be specifically agreed in writing.
Prompt payment
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than30 days from the receipt of each payment the prime contract
receives from the City.
The prime contractor agrees further to return retainage payments to each subcontractor within 30 days
after the subcontractors work is satisfactorily completed. Any delayor postponement of payment from the
above referenced time frame may occur only for good cause following written approval of the Recipient.
This clause applies to both DBE and non-DBE subcontracts.
Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms & Conditions required by USDOT,
whether or not expressly stated in the preceding contract provisions. All USDOT-required contractual
provisions, as stated in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the
contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The contractor shall not perform any act,fail to
perform any act, or refuse to comply with any request that would cause the recipient to be in violation of
FTA terms and conditions.
Veterans Preference
The contractor will give a hiring preference to veterans, as defined in 5 U.S.C. § 2108, who have the skills
and abilities required to perform construction work required under a third party contract in connection with
a Capital Project supported with federal assistance appropriated or made available for 49 U.S.C. chapter
53. The contractor is notrequired to give a preference to any veteran over any equally qualified applicant
who is a member of any racial or ethnic minority, female, an individual with a disability, or a former
employee.
32
CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT,
SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION
The undersigned, an authorized official of the Proposer stated below, certifies, by submission of this
proposal, that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
Federal department or agency.
(If the undersigned is unable to certify to any of the statements in this certification, such official
shall attach an explanationto this proposal).
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. SECTIONS
3801ET SEQ. ARE APPLICABLE THERETO.
Name of Proposer
________________________________________________________________
Address
_______________________________________________
City, State, Zip__________________________________________________________________
Signature of Authorized Official
________________________________________________________
Title of Official
______________________________________________________________
Telephone________________________________________________________________
Date__________________________________________________________________________
33
BUY AMERICA PROVISION
CERTIFICATE OF COMPLIANCEWITH SECTION 165 (a)\[BUY AMERICA SECTION\]
The bidder hereby certifies that it will comply with the requirements of Section 165 (A) \[BUY
AMERICA SECTION\] of the Surface Transportation Assistance Act of 1982, as amended, and the
regulations in 49 CFR 661.
Date
Signature
Company Name_______
Title
OR:
CERTIFICATE FOR NON-COMPLIANCEWITH SECTION 165 (A) \[BUY AMERICA
SECTION\]
The bidder hereby certifies that it cannot comply with the requirements of Section 165 (A) \[BUY
AMERICA SECTION\] of the Surface Transportation Assistance Act of 1982, as amended,but it
may qualify for an exception to the requirement pursuant to section 165(b)(2) or (b)(4) of the
Surface Transportation Assistance Act, as amended, and regulations in 49 CFR 661.7.
Date
Signature
Company Name________
Title
34
CERTIFICATION OF RESTRICTIONS ON LOBBYING
THE UNDERSIGNED HEREBY CERTIFIES ON BEHALF OF _______________________ that:
(1)No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any personfor influencing or attempting to influence an officer or employee
of any agency, a Member of Congress, an 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.
(2)If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this 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.
(3)The undersigned shall require that the language of this certification be included in the award
documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts
under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance is 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 section 1352, title 31, U.S. Code. 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.
Executed this _______ day of____________, 20_____
Name of Proposer: _________________________________________________________
Address: _____________________________________________________________
City, State, Zip: ________________________________________________________
Signatureof Authorized Official: ___________________________________________
Title of Official: ________________________________________________________
Telephone: ___________________________________________________________
35
Disadvantaged Business Enterprise (DBE) Requirements
The City of Santa Clarita (City) has adopted a Disadvantaged Business Enterprise (DBE) Program, in conformance
with Title 49 CFR Part 26, “Participation by Disadvantaged Business Enterprises in Department of Transportation
(DOT) Financial Assistance Programs.”
This DOT-assisted contract is subject to these stipulated regulations and the City’s DBE program, which are
incorporated in their entirety by this reference.
In the event of any conflicts or inconsistencies between the Federal Regulations and the City’s DBE Program with
respect to DOT-assisted contracts, the Federal Regulations must prevail.
DBE Goal
In conformance with the City’s DBE Policy and Program, the City has established a 8% DBE contract-specific goal
on this project. Bidders/Offerors are required to demonstrate DBE responsiveness towards meeting the DBE
contract-specific goal on this project to be eligible for award.
DBE Bid Submission Requirements
To be responsive, bidders must complete and submit the forms listed below with their bids or as otherwise
specified in the IFB instructions:
“DBE Participation Commitment Form”
Letter of Intent and Affirmation (required for each DBE firm listed on the DBE Participation Commitment
Form)
“Bidders List”
“DBE Good Faith Effort Form”
“DBE PARTICIPATION COMMITMENT FORM” required at time of bid
Bidders will be required to either meet or exceed the contract goal by submitting a completed "DBE Participation
Commitment" Form,” or by demonstrating adequate good faith efforts were undertaken towards meeting the DBE
goal.
Failure to submit a completed and signed "Disadvantaged Business Enterprise (DBE) Participation Commitment
Form” will deem the bidder non-responsive. Bidder must submit a completed "Disadvantaged Business Enterprise
(DBE) Participation Commitment Form” even if zero DBEs are listed towards meeting the DBE contract goal.
“LETTER OF INTENT AND AFFIRMATION” required at time of bid
For each DBE proposed for this IFB, bidder must also submit a signed and dated “Letter of Intent and Affirmation”,
from each DBE listed on the “DBE Participation Commitment Form,” acknowledging that the DBE is participating in
the contract for the specified dollar value and scope of work listed on the “DBE Participation Commitment Form.”
The dollar amount and scopes in the Letter of Intent and Affirmation, and the dollar amount and scope reflected
on the “DBE Participation Commitment Form” must match identically.
“BIDDERS LIST” required at time of bid or no later than 4:00 p.m. on the 4th business day after the City's bid due
date
36
The City is required to create and maintain a “Bidders List” of firms bidding or quoting on the City’s DOT-assisted
contracts, for use in the City’s Overall DBE goal-setting process.
The bidder must submit a “Bidders List” which will include all firms, both DBE and non-DBE, that submitted
proposals, quotes or bids to the bidder on this contract, whether or not they were actually selected for work.
“DBE GOOD FAITH EFFORT Form” required at time of bid or no later than 4:00 p.m. on the 4th business day after
the City's bid due date
The bidder must make good faith efforts to meet the DBE goal. Bidder can meet this requirement by actually
meeting the DBE goal by documenting commitments for participation from DBE firms sufficient for this purpose.
Alternatively, a bidder may submit a “Good Faith Effort Form”, demonstrating that it took all necessary and
reasonable steps to achieve the DBE goal which, by their quantity, quality, and intensity, could reasonably be
expected to obtain sufficient DBE participation, even if the bidder was not fully successful in obtaining the
participation.
If a bidder submits a “DBE Participation Commitment Form” that does not list sufficient DBE participation to meet
the established DBE contract goal, the bidder should submit the “DBE Good Faith Effort Form” and all applicable
documentation at the time of bid or no later than 4:00 p.m. on the 2nd business day after the City's bid due date,
to demonstrate that an adequate Good Faith Effort was made to meet the established DBE contract goal.
If a bidder has met the DBE goal based on the participation of DBEs listed on the bidder’s “DBE Participation
Commitment Form”, submission of the “DBE Good Faith Effort Form” is not mandatory but is strongly encouraged,
as submission of Good Faith Efforts documentation can protect the bidder’s eligibility for award of the contract if
the City determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at
bid submission or the bidder made a mathematical error.
Good Faith Effort Reconsideration
The City will notify in writing any bidder that it determines has not met the DBE contract goal and has not
demonstrated an adequate Good Faith Effort. The notification will include the reasons for the determination. The
bidder may request reconsideration within three business days of notification of non-responsiveness. The
reconsideration process will be facilitated by the City's Reconsideration Official, who will act as an independent,
impartial party and will not have been involved in the initial Good Faith Effort evaluation.
As part of the reconsideration process, the bidder will have the opportunity to provide mitigating evidence as to
whether the bidder met the DBE contract goal or made an adequate GFE to do so as set forth in the solicitation.
After the reconsideration hearing, the bidder will receive the final determination within seven working days of the
hearing date. The result of the reconsideration process is not administratively appealable to the Department of
Transportation or the City's Board of Directors.
37
Supplemental Contract Provision (DBE)
DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY AND APPLICABILITY.
In accordance with federal financial assistance agreements with the U.S. Department of
Transportation (U.S. DOT), the City of Santa Clarita (City) has adopted a Disadvantaged
Business Enterprise (DBE) Program, in conformance with Title 49 CFR Part 26, “Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance
Programs.”
This DOT-assisted project is subject to these stipulated regulationsand the City’s DBE program,
which are hereby incorporated in their entirety by this reference. In order to ensure that the City
achieves its overall DBE Program goals and objectives, the City encourages the participation of
DBEs as defined in 49 CFR 26 in the performance of contracts financed in whole or in part with
U.S. DOT funds.
It is Contractor’s responsibility tobe fully informed regarding the requirements of 49 CFR, Part
26 and City’s DBE program. Particular attention is directed to the following:
A.A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified
through the California Unified Certification Program (CUCP).
B.A certified DBE may participate as a prime Contractor, subcontractor, subconsultant,
joint venture partner, as a vendor of material or supplies, or as a trucking company.
C.A DBE must perform a commercially useful function pursuant to 49 CFR 26.55 that is, a
DBE firm must be responsible for the execution of a distinct element of the work and
must carry out its responsibility by actually performing, managing and supervising the
work.
D.Contractor must not claim DBE participation asattained until the amount to be claimed is
paid and fully adheres to DBE crediting provisions.
E.Contractor must complete and submit all required DBE documentation to effectively
capture all DBE utilization on City’s DOT-assisted contracts whether achieved race
neutrally or race consciously. No changes to Contractor’s DBE Commitment shall be
made until proper protocols for review and approval of the City are rendered in writing.
F.Take appropriate actions to ensure that it will satisfy good faith efforts to meet theDBE
contract goal and continue to meet the DBE commitment(s) committed to at award, when
change orders or other contract modifications alter the dollar amount of the contract or
the distribution of work. Contractor must apply and report its DBE goal commitments
against the total current contract value, including any contract change orders and/or
amendments.
Any terms used in this section that are defined in 49 CFR Part 26, or elsewhere in the
Regulations, must have the meaning set forth in the Regulations. In the event of any conflicts
or inconsistencies between the Regulations and the City’s DBE Program with respect to DOT-
assisted contracts, the Regulations must prevail.
38
A.DBE Policy Implementation Directives
Pursuant to the provisions associatedwith federal regulation 49 CFR, Part 26, the Disadvantaged
Business Enterprise (DBE) program exists to ensure participation, equitable competition, and
assistance to participants in the U.S. DOT DBE program. Accordingly, based on City’s analysis
of its past utilization data, coupled with its examination of similar Agencies’ Disparity Studies
and recent Goal Methodology findings, City’s DBE program is implemented utilizing both race-
conscious and race-neutral means. When a contract-specific DBE goal is assigned toa project,
meeting the contract-specific goal by committing to utilize DBEs or documenting a bona fide
good faith effort to do so, is a condition of award.
B.Contractor’s Assurance Clause Regarding Non-Discrimination
Contractor shall ensure that the following clause is placed in every Subcontract agreement:
“The Contractor shall not discriminate on the basis of race, color, national origin, or sex
in the performance of this Contract. The Contractor shall carry out applicable
requirements of federal law. Failure by the Contractor to carry out these requirements is a
material breach of this Contract, which may result in the termination of this Contract or
such other remedy as the City deems appropriate.”
C.DBE Goal and Contractor DBE Commitment
The City establishes contract-specific DBE goals to meet any portion of the City’s Overall DBE
Goal that the City does not project being able to meet using race-neutral means. The City
establishes contract-specific goals only on those DOT-assisted contracts that have subcontracting
opportunities.
The City may establish a DBE contract goal that is higher or lower than its overall goal,
depending on such factors as the type of work involved, the location of the work, and the
availability of DBEs for the work of the particular contract.
The City established a 8%DBE contract-specific goal on this project and the Contractor has
committed to8%DBEparticipation. The Contractor is required to demonstrate DBE
responsiveness towards meeting the 8% DBEcontract-specific goal on this project as well as
their DBE commitments.
Contractor agrees to ensure that any DBE subcontractor listed on the “DBE Participation
Commitment Form” will perform work and/or supply materials in accordance with original
commitments, unless otherwise directed and/or approved by City prior to Contractor effectuating
any changes to its DBE participation commitment(s).
The Contractor must demonstrate responsiveness to meeting the DBE goal throughout the life of
the project. The Contractor's DBE commitment shall be evaluated by dividing the value of DBE
commitments (executed subcontracts or purchase orders) by the Contractor's total contract value.
39
DBE utilization or DBE attainment will be evaluated by dividing the dollars paid to DBE firms
by the Contractor’s current contract value. TheContractor must notify the City in a timely
manner and in writing, of changes to planned DBE participation or problems anticipated in
attaining the DBE goal. In accordance with the City's DBE Program,the Contractor must include
satisfactory evidence good faith efforts were undertaken and must specify additional good faith
efforts planned to remedy any shortfall towards meeting the project DBE goal.
If there is a change order to a contract on which there is a DBE contract goal, then that contract
goal applies to the total contract value, inclusive of all change orders. This is true regardless of
whether the City or the Contractor initiates the change order.
D.DBE Eligibility and Commercially Useful Function Standards
A DBEmust be certified at the time of proposal submission:
1.The City requires all DBEs listed for participation to be DBE certified by a
California Unified Certification Program (CUCP) certifying member agency. The
City is a non-certifying member agencyof theCUCP. Therefore, the City will
accept DBE certifications from member agencies which certify the eligibility of
DBEs in accordance with 49 CFR Part 26.81, under the CUCP.
2.It is the responsibility of the Contractorto verify the DBE certification status of
all listed DBEs prior to listing the firm as a DBE participant.
3.It is also the responsibility of the Contractorto ensure that each DBE is certified
in the NAICS code that corresponds to the DBE’s contract scope of work. The
City’s evaluation of the “Disadvantaged Business Enterprise (DBE) Participation
Listing” form requires DBEs to be certified for the scope listed in accordance
with the regulatory requirements.
4.A DBE may participate as a Prime Contractor, subcontractor, subcontractor, joint
venture partner with a Prime or Subcontractor, vendor of material or supplies, or
as a trucking company.
5.A DBE joint venture partner must be responsible for specific contract items of
work, or clearly defined portions thereof. Responsibility means actually
performing, managing and supervising the work with its own forces. The DBE
joint venture partner must share in the capital contribution, control, management,
risks and profits of the joint venture commensurate with its ownership interest.
6.The use of joint-checksfor DBE firms must be approved by the City prior to
execution and a joint-check agreement must accompany the request to City.
40
7.A DBE must perform a commercially useful function in accordance with 49 CFR
26.55 (i.e., must be responsible for the execution of a distinct element of the work
and must carry out its responsibility by actually performing, managing and
supervising the work). A DBE should perform at least thirty percent (30%) of the
total cost of its contract with its own workforce to presume it isperforming a
commercially useful function.A DBE does not perform a commercially useful
function if its role is limited to that of an extra participant in a transaction,
contract, or project through which funds are passed in order to obtain the
appearanceof DBE participation.
E.DBE Crediting Provisions
Credit for DBE participation is determined according to the following provisions:
A.When a DBE is proposed to participate in the Contract, either as a prime Contractor or
subcontractor, at any tier, only the value of the work proposed to be performed by the
DBE with its own forces may be counted toward DBE participation.
B.If the Contractor is a DBE joint venture participant, only the DBE proportionate interest
in the joint venture shall be counted.
C.If a DBE intends to subcontract part of the work of its subcontract to a lower tier
subcontractor, the value of the subcontracted work may be counted toward DBE
participation only if the DBE subcontractor is a certified DBE and actually performs the
work with its own forces. Services subcontracted to a non-DBE firm may not be credited
toward the Contractor’s DBE attainment.
D.Contractor is to calculate and credit participation by eligible DBE vendors of equipment,
materials, and suppliers toward DBE attainment, asfollows:
1.Sixty percent (60%) of expenditure(s) for equipment, materials, and supplies
required under the Contract, obtained from a regular dealer; or
2.One hundred percent (100%) of expenditure(s) for equipment, materials, and
supplies required under the Contract, obtained from a DBE manufacturer.
The following types of fees or commissions paid to DBE subcontractors, brokers, and
packagers may be credited toward DBE attainment, provided that the fee or commission
is reasonable, and not excessive, as compared with fees or commissions customarily
allowed for similar work, including:
1.Fees and commissions charged for providing bona fide professional or technical
services, or procurement of essential personnel, facilities, equipment, materials, or
supplies requiredin the performance of the Contract;
41
2.Fees charged for delivery of material and supplies (excluding the cost of materials
or supplies themselves) when the licensed hauler, trucker, or delivery service is
not also the manufacturer of, or a regular dealer in,the material and supplies;
3.Fees and commissions charged for providing any insurance specifically required
in the performance of the Contract.
Contractor may count the participation of DBE trucking companies toward DBE
attainment, as follows:
1.The DBE must be responsible for the management and supervision of the entire
trucking operation for which it is responsible on a particular Contract.
2.The DBE must itself own and operate at least one fully licensed, insured, and
operational truck used on the Contract.
3.The DBE receives credit for the total value of the transportation services it
provides on the Contract using trucks it owns, insures, and operates using drivers
it employs.
4.The DBE may lease trucks from another DBE firm, including an owner-operator
who is certified as a DBE. The DBE who leases trucks from another DBE
receives credit for the total value of the transportation services the lessee DBE
provides on the Contract.
5.The DBE may also lease trucks from a non-DBE firm, including an owner-
operator.The DBE who leases trucks from a non-DBE is entitled to credit only
for the fee or commission it receives as a result of the lease arrangement. The
DBE does not receive credit for the total value of the transportation services
provided by the lessee, since theseservices are not provided by a DBE.
6.The DBE may lease trucks without drivers from a non-DBE truck leasing
company and if the DBE uses its own employees as drivers, it is entitled to credit
for the total value of these hauling services.
7.For purposesof this paragraph, a lease must indicate that the DBE has exclusive
use of and control over the truck. This does not preclude the leased truck from
working for others during the term of the lease with the consent of the DBE, so
long as the lease gives theDBE absolute priority for use of the leased truck.
Leased trucks must display the name and identification number of the DBE.
If the Contractor listed a non-certified DBE 1st tier subcontractor to perform work on this
Contract, and the non-certified DBE subcontractor subcontracts a part of its work or
purchases materials and/or supplies from a lower-tier DBE certified subcontractor or
Vendor, the value of work performed by the lower-tier DBE firm’s own forces can be
counted toward DBE participation on the Contract.
The Contractor is advised not to count the participation of DBEs toward the Contractor’s
DBE attainment until the amount being counted has been paid to the DBE.
42
F.DBE “FRAUDS” AND “FRONTS”
Only legitimate DBEs are eligible to participate as DBEs inthe City’s federally-assisted
contracts. Contractor is cautioned against knowingly and willfully using “fronts.” The use of
“fronts” and “pass through” subcontracts to non-disadvantaged firms constitute criminal
violations. Further, any indication of fraud, waste, abuse or mismanagement of Federal funds
should be immediately reported to the Office of Inspector General (OIG), U.S. Department of
Transportation, via the online hotline at https://www.oig.dot.gov/hotline, toll-free hotline at 800-
424-9071, email athotline@oig.dot.gov, or U.S. mail at DOT Inspector General, 1200 New
th
Jersey Ave SE, West Bldg. 7Floor, Washington, DC 20590. The hotline is open 24 hours per
day, seven days per week.
I.SUBMISSION OF DBEINFORMATION AND ON-GOING REPORTING
REQUIREMENTS (POST-AWARD)
If there is a DBE goal and/or DBE commitment on the contract, Contractor must complete and
submit the following DBE exhibits (forms), electronically through a City-approved electronic
reportingsystemconsistent with Contractor DBE Goal Commitment within the specified timelines:
A.“Monthly DBE Subcontractor Commitment and Attainment Report Summary and
Payment Verification ” (Form 103)
The purpose of this form is to ensure Contractor DBE commitments are attained,
properly reported and credited in accordance with DBE crediting provisions based on
the capacity the DBE performs the scope of work/service. This form further serves to
collect DBE utilization data required under 49 CFR, Part 26.
th
Contractor is required to complete and submit a Form 103 to the City by the 15of each
month until completion of the contract. The Contractor must submit its first Form 103
following the first month of contract activity. Even if no DBE participation will be
reported within a period, Contractor must execute and return the form.
The Form 103 must include the following information:
1.General Contract Information –Including Contract Number and Name, Contractor
and the following:
a)Original Contract Amount
b)Running Total of Change Order Amount
c)Current Contract Amount
d)Amount Paid to Contractorduring Month
e)Date of Last Progress Payment
f)Amount Paid to Contractorfrom Inception to Date
43
g)DBE Contract Goal
h)Original DBE Commitment %
i)Total Dollar Amount of DBE Commitment
j)DBE Commitment as Percentage of Current Contract Amount
2.Listed and Contractor/Subcontractor Information –For All DBE participation being
claimed either Race Neutrally or Race Consciously, regardless of tier:
a)Name of each DBE Subcontractor
b)General workassignment of each DBE Subcontractor
c)The specific portion of work executed by each DBE Subcontractor during
the reporting period
d)The dollars committed to each DBE Subcontractor
e)The dollar value committed to lower-tier subcontractors under each listed
DBE
f)The dollars paid to each DBE Subcontractor during the reporting period
g)The dollars paid to date for each DBE Subcontractor
h)The dollar value paid to date for lower tier subcontractors under each
listed DBE
i)The dollars paid to the DBE as a result of achangeorder or other cost
modification
j)The dollars paid to date as a percentage of the total commitment to each
DBE
Contractor is advised not to report the participation of DBE(s) toward the
Contractor’s DBE attainment until the amount being claimed hasbeen paid to the
DBE.
3.ContractorAssurance of Full Compliance with Prompt Payment Provisions
Contractorto sign the prompt payment assurance statement of compliance contained
within the Monthly Form 103, providing assurance that timely payments have been
issued to all subcontractors in accordance with regulatory mandates and as required
by 49 CFR part 26.29.
4.ContractorPayment Verification Summary
Contractoris to further maintain and submit a Verification of Payment Summary,
inclusive of a detailed runningtally of related invoices submitted by DBE(s) and
Non DBE(s), including dates of invoice submission, dates accepted and
44
corresponding dates and amount of payments made. The Verification of Payment
Summary must also include:
DBE(s) and Non DBE(s) InvoiceNumber, Invoice Amount, Invoice Date,
Contractor’s Invoice Number that incorporated the corresponding DBE and Non
DBE invoice(s) for billing purposes, Date of Invoice submission to City, Date and
amount City paid on Contractor’s Invoice. The report must reflect a breakout of
retention withheld (including retention as specified in subcontract agreement(s) and
disputed invoice retention) and retention payments made, check number and date
paid to DBE and Non DBE.
Contractorto submit a Verification of Payment Summary with the Monthly Form
103 submission, for each DBE firmin which the Contractorhas reflected a value
paid within the reporting period. Verification of Payment Summaries must be signed
by the applicable DBE and submitted with Form 103 toauthenticate reported
payments.
B.DBE Subcontractor Agreements
Contractormust submit to City copies of executed subcontracts and/or purchase orders
(PO) for all DBE firms participating on the contract within ten (10) working days of
award. Contractormust immediately notify City in writing of any problems it may have
in obtaining the subcontract agreements from listed DBE firms within the specified time.
C.Monthly DBE Trucking Verification” Form
Prior to the 15th of each month, Contractor must submit documentation on the "Monthly
DBE Trucking Verification" Form to City showing the amount paid to DBE trucking
companies. Contractor must also obtain and submit documentation to City showing the
amount paid by DBE trucking companies to all firms, including owner-operators, for the
leasing of trucks. If the DBE leases trucks from a non-DBE, Contractor may count only
the fee or commission the DBE receives as a result of the lease arrangement.
Contractor must also obtain and submit documentation to City showing the truck
number, owner's name, California Highway Patrol CA number, and if applicable, the
DBE certification number of the owner of the truck for all trucks used during that
month.
D.Semi-Annual Subcontractor Paid Report Summary
45
City will require Contractor(inclusive of DBE primes) to report payment data to lower-
tiers on a semi-annual basis each year, using the “Semi-Annual Subcontractor Paid
Report Summary”. These reports will capture payments to the Contractorand payments
to non-DBEs within the respective reporting period. Reported payments to lower-tiers
must include a signed payment verification form.
Contractorwill adhere to the following submittal schedule:
th Report, reporting period: April 1st through September 30th
E.Final Report-Utilization of Disadvantaged Business Enterprises (DBE)
Upon completion of the contract, Contractor must complete and submit a "Final Report-
Utilization of Disadvantaged BusinessEnterprises (DBE) Subcontractors" and certified
correct by Contractor or Contractor’s authorized representative, to facilitate reporting
and capturing actual DBE attainments at conclusion of the contract. The form must be
furnished to City within 30 daysfrom the date of contract acceptance. The amount of
25% will be withheld from payments until a satisfactory form is submitted.
F.Disadvantaged Business (DBE) Certification Status Change
If a DBE Sub is decertified during the life of the project, the decertified Subcontractor
must notify Contractor in writing with the date of decertification. If a Subcontractor
becomes a certified DBE during the life of the project, the Subcontractor must notify
Contractor in writing with the date of certification (Attach DBE
certification/decertification letter). Contractor must furnish the written documentation to
City.
Upon completion of the contract, the "Disadvantaged Business Enterprises (DBE)
Certification Status Change" must be signed and certified correct by Contractor
indicating the DBEs' existing certification status. If there are no changes, indicate “No
Changes”. The certified form must be furnished to Contractor within 90 days from the
date of contract acceptance.
Failure to submit any of the required reporting submittals above and their support documentation
in a timely manner shall result in a penalty of $10 per day, per report.
Cityrequires Contractorto maintain records and documents of payments to lower-tiers, including
DBEs, for a period of five (5) yearsfrom the date of final payment by City, unless otherwise
provided by applicable record retention requirements for Contractor’sagreement, whichever is
longer. These records will be made available for inspection upon request by any authorized
46
representative of City. This reporting requirement extends to all lower-tiers, both DBE and non-
DBE.
City reserves the right, at its sole discretion, to demonstrate responsiveness to the requirements of
CFR 49 part 26.37 by implementing the following method(s):
a. Posting Contractorpayments data to a website, database, or other place accessible to
subcontractors to assist them in determining when they should expect to receive
payment.
b. Requiring contractors to use an automated reporting system, inclusive of but not
limited to real time entry of payments made and received by contractors and their lower-
tiers.
G.Prompt Payment
The City has adopted a prompt payment provision on all U.S. DOT-assisted contracts to facilitate
timely payment to all subcontractors in accordance with regulatory mandates. Pursuant to § 26.29,
the City will include the following clause in each DOT-assisted prime contract:
The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance ofits contract no later than seven (7) days from the receipt of each payment the prime
contract receives from the City. The prime Contractor agrees further to return retainage payments
to each subcontractor within 30 days after receiving payment for work satisfactorily completed and
accepted including incremental acceptances of portions of the contract work by the City. Any delay
or postponement of payment from the above referenced time frame may take place only for good
cause and with the City’s prior written approval.
The Contractor shall incorporate this clause verbatim, set forth above, in all subcontract, broker,
dealer, vendor, supplier or PO or other source agreements issued to both DBE and non-DBE firms.
This clause applies to both DBE and non-DBE subcontractor.
Any violation of the provisions listed above shall subject the violating contractor to the penalties,
sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions
Code. This requirement shall not beconstrued to limit or impair any contractual, administrative or
judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute
involving late payment or nonpayment by the Contractor; deficient subcontractor performance
and/or noncompliance by a subcontractor.
Failure to comply with this provision without prior approval from the City will constitute
noncompliance, which may result in the application of appropriate administrative sanctions,
including, but not limited to,a penalty of two percent (2%) of the invoice amount due per month,
for every month that full payment is not made.
47
H.Performance of DBE Subcontractors
The following requirements govern the performance of DBE subcontractors:
A.DBEs listed by the Contractor inits “DBE Participation Commitment” Form submitted
with the executed Contract documents shall perform the work and supply the materials
for which they are listed, unless the Contractor has received prior written authorization
from the City to perform the work with other forces or to obtain the materials from other
sources.
B.Contractor shall provide written notification to the City in a timely manner of any
changes to its anticipated DBE participation. This notice should be provided prior to the
commencement of thatportion of the work.
I.Addition of DBE Firms
In the event that the Contractor identifies additional DBE subcontractors or suppliers not
previously identified for DBE participation under the Contract, Contractor shall notify the City
by completing and submitting a “Request for Additional DBE Firm” form to enable the City to
verify the firm's eligibility, capacity, CUF and ensure there is not a scope conflict with another
listed firm. Proposed firms cannot be applied towards Contractor's DBE participation until
approved by the City.
Additionally, each “Request for Additional DBE Firm” form must be accompanied by a written
confirmation from the DBE acknowledging that it is participating in the Contract for a specified
value, including the correspondingscope of work.
J.DBE Substitutions, Termination and On-Going Good Faith Efforts
The City requires that the Contractor not terminate a DBE without the City’s prior written
consent. This includes, but is not limited to, instances in which Contractor seeks toperform work
originally designated for a DBE with its own forces or those of an affiliate, a non-DBE firm, or
with another DBE firm.
The City will provide such written consent to use other forces or sources of materials, only if it
agrees, for reasons stated inthe concurrence document, that Contractor has good cause to
terminate the DBE firm. For purposes of this section, good cause includes the following
circumstances:
A.Listed DBE fails or refuses to execute a written contract based on plans and
specificationsfor the project.
B.You stipulate a bond is a condition of executing the subcontract and the listed DBE
48
fails to meet your bond requirements.
C.Work requires a Contractors’ license and listed DBE does not have a valid license
under Contractors LicenseLaw.
D.Listed DBE fails or refuses to perform the work or furnish the listed materials.
E.Listed DBE's work is unsatisfactory and not in compliance with the contract.
F.Listed DBE delays or disrupts the progress of the work.
G.Listed DBE becomes bankrupt or insolvent.
Before transmitting to City its request to terminate and/or substitute a DBE, Contractor must give
notice in writing to the DBE subcontractor, with a copy to City, of its intent to request to
terminate and/or substitute, and the reason for the request.
Contractor must give the DBE five (5) days to respond to Contractor’s notice and advise City
and Contractor of the reasons, if any, why it objects to the proposed termination of its
subcontract and why City should not approve Contractor’s action.If required in a particular case
as a matter of public necessity (e.g., safety), you may provide a response period shorter than five
(5) days.
In the event of an approved DBE substitution, termination or failure of a DBE to complete its
work on the contract forany reason, the DBE must be substituted with another DBE or
adequate good faith efforts must be documented by Contractor within 7 days, to the extent
needed to meet the contract-specific DBE goal. Note: 7 day period may be extended for an
additional sevendays if necessary at the request of the Contractor.
The substitute DBE must be certified as a DBE at the time of request for substitution.
Contractor shall not be entitled to any payment for work or materials unless it is performed or
supplied by the listed DBE, unless the DBE is terminated in accordance with this section and
approved by City.
Should Contractor elect to submit good faith effort documentation in lieu of proposing
additional DBE participation City will review the documentation and provide a written
determination to Contractor stating whether or not good faith efforts have been adequately
demonstrated.
49
The substitute DBE cannot work on the contract until its work eligibility has been confirmed
and required subcontracts, supply, trucking commitments, or other services have been
approved by the City.
III.NON-COMPLIANCE AND ADMINISTRATIVE SANCTIONS
Contractor must fully comply with the DBE contract requirements, including City’s DBE
Program and Title 49 CFR, Part 26 “Participation of Disadvantaged Businesses in Department
of Transportation Financial Assistance Programs” and ensure that all Subcontractors
regardless of tier are also fully compliant. Failure by Contractor to carry out these
requirements is a material breach of this Agreement, which may result in the termination of
this Agreement or such other remedy as the City deems appropriate, which may include, but is
not limited to:
1.Suspension of progress payments to the Contractoror of any monies held by the
City as retention on the contract until the Contractoris brought into compliance;
2.A 2% withhold of applicable progress payments until the Contractor is brought
into compliance; and/or
3.Termination of the contract in part or in whole.
In instances of identified non-compliance,a CureNotice will be issued to Contractor
identifying the DBE non-compliance matter(s) and specifying the required course of action for
remedy.
Contractor must be given ten (10) working days from the date of the Cure Notice to remedy or
to (1) File a written appeal accompanied with supporting documentation and/or (2) Request a
hearing with City to reconsider City’s DBE determination. Failure to respond within the ten
(10) working day period must constitute a waiver of Contractor's right to appeal. If Contractor
files an appeal, City, must issue a written determination and/or set a hearing date within ten
(10) working days of receipt of the written appeal, as applicable. A final Determination will be
issued within ten (10) working days after the hearing, as applicable.
If, after review of Contractor's appeal, City decides to uphold the decision to impose DBE
administrative remedies on Contractor, the written determination must state the specific
remedy(ies) to be imposed.
Failure to comply with the Cure Notice and/or to remedy the identified DBE non-compliance
matter(s) is a material breach of contract and is subject to administrative remedies, including,
withholding at minimum of two percent (2%) of the invoice amount due per month for every
month that the identified non-compliance matter(s) is not remedied. Upon satisfactory
compliance City will release all withholdings.
50
In addition to administrative remedies defined in this section, City is not precluded from
invoking other contractual and/or legal remedies available under federal, state or local laws.
IV.Dispute Resolution
All contracts shall contain provisions or conditions which will allow for dispute resolution
remedies in instances where Contractor violates or breaches DBE Program requirements,
inclusive but not limited to prompt payment, and provide for such sanctions and penalties as
may be appropriate.
Contractor shall incorporate this Section into each subcontract related to work arising under
this contract and shall not incorporate by reference.
Contractor and Subcontractor agree to notify City within five (5) business days of any prompt
payment and/or DBE Program disputes which cannot be settled by discussions between the
parties involved.
Contractor and Subcontractor further agree to proceed through informal meetings, mediation,
arbitration, or any combination thereof as further detailed below. Dispute submittals shall
include the method(s) of dispute resolution selected, terms, timeframes and a detailed summary
of assistance being requested (as applicable).
I.INFORMAL MEETINGS:
The City is available to assist the prime with coordination of informal meeting requests, to
assist in the resolution of disputes between Contractor and Subcontractor. City’s DBELO or a
designated DBE support representativewill conduct the informal meetings with parties in
dispute. Representatives from the Contractor and Subcontractor, for the purpose of dispute
resolution, must include individuals authorized to bind each interested party. All parties must
agree to the procedure.
II.Mediation
The parties to a contract may agree to endeavor to settle a dispute through informal mediation
under independent third-party organizations. City’s DBELO and her designated support staff is
considered an independent third party. Submission to informal mediation is voluntary; is not
binding and offers advisory opinions.
Performance during dispute: Unless otherwise directed by the City, Contractor and its sub tiers
shall continue performance under the Contract while matters in dispute are being resolved.
51
III.Arbitration
Should the parties fail to resolve any DBE related dispute arising out of or related to the
contract via informal meetings or mediation, the parties are contractually obligated to submit
the claims for arbitration within 120 days from date the City is notified of the dispute.
Arbitration conducted pursuant to the contract shall be binding upon all parties to the
arbitration, however, the findings do not in any way relieve the Contractor of its obligation to
meet a DBE goal. Allarbitration is to be conducted in a manner consistent with section 1020 et
seq. of the Public Contract Code and Section 1296 of Code of Civil Procedure.
Flow down requirements: The Dispute Resolution provisions flow down to all tiers.
These provisions shall not apply to disputes between the Contractor and City. These provisions
do not alter in any way or waive compliance with other provisions in the contract agreement.
52
DBE PARTICIPATION COMMITMENT FORM
THIS FORM MUST BE COMPLETED AND SUBMITTEDWITH 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.:___________________________________________________________________________________________________________________
2.Project Name/Description:___________________________________________________________________________________________________
3.Prime Bidder Name:________________________________________________________________________________________________________
4.Contract DBE Goal %:_______________________________________________________________________________________________________
5. Bidder’s Total Bid Price_____________________________________________________________________________________________________
Required DBE Commitment Information
6. DBE Firm 7.DBE 8.Description of Scope of 9. Bid Item (#)10.Dollar Value 11.Dollar Value
(Name and Address)Certification Services/Work
($) of ($)
NumberParticipationof Eligible DBE
Participation/
Commitment
12. TotalDollarValue($)of Eligible DBE
Note: As a condition of responsiveness, the bidder is required to submit with the Bida
Participation
Letter of Intent and Affirmationsigned and dated from each DBE listed inColumn6
$ _____________
acknowledging that the DBE is participating in the contract for the specified dollar value
($) and scope of work. The dollar amount in the Letter of Intent and Affirmationand the
amount shown on this form MUST match identically.
13. Eligible DBE Participation Representedas a
Percentage (%) of Bidder’s Total Bid Price
____________%
Bidder Assurance: The bidder certifies that information on this form is complete and accurate,that it has verified the listed DBE(s) certification status
and is only crediting eligible DBE participation towards meeting the contract DBE goal.
___________________________ __________________________ __________________________
14. Preparer’s Name (Print) 15. Preparer’s Signature 16. Preparer’s Title
___________________________ _(___)___________________ __________________________
17. Date 18. Telephone No. 19. Email Address
53
INSTRUCTIONS -DBE Participation Commitment Form
Bidder is required to ensure all information is complete and accurate:
1.IFB No.-Enter the IFB Number.
2.Project Name/Description-Enter the name and/or description of the project.
3.Prime Bidder Name-Enter the bidder’s firm name.
4.Contract DBE Goal %-Enter the contract DBE goal percentage.
5.Bidder’s Total Bid Price –Enter the bidder’s total bid price.
6.DBE Firm–Enter name and address of the proposed DBE firm. Identify all DBE firms being claimed
for credit, regardless of tier.
7.DBE Certification Number -Enter the DBE’s certification identification number. All DBEs must have
a valid DBE certification at time of bid opening.
8.Description of Scope of Services/Work –Enter the scope of services/work for each DBE firm listed
to participate on this contract.
9.Bid Item (#) -Enter bid item number.
10.Dollar Value ($) of Participation -Enter the total dollar value of participation for each listed DBE
firm.
11.Dollar Value ($) of Eligible DBE Participation/Commitment-Enter thedollar value of participation
eligible to count towards meeting the contract DBE goal. This value should exclude work performed
by lower tier subcontractors and account for the DBE’s capacity based on their certification type in
conformance with the DBE crediting provisions set forth in Title 49 CFR Part 26.55.
12.Total Dollar Value ($) of Eligible DBE Participation -Enter the sum of all eligible participation listed
in column 11.
13.Eligible DBE Participation Represented as a Percentage (%) of Bidder’s Total Bid Price -Enter
the corresponding percentage of the total eligible DBE participation that the bidder is counting
towards the bidder’s DBE goal commitment (Formula: Item (12) Total Value of Eligible DBE
Participation / Item (5) Bidder’s Total Bid Price = Bidder’s DBE Goal Commitment Percent (%)).
14.Preparer’s Name (Print)-Clearly enter the name of the authorized person preparing the form on
behalf of the bidder.
15.Preparer's Signature-Authorized person’s signature.
16.Preparer’s Title -Enter the position/title of the authorized person signing the form on behalfof the
bidder.
17.Date -Enter the date the form is signed.
18.Telephone No.-Enter the area code and telephone number of the authorized person signing the
form on behalfof the bidder.
19.Email Address -Enter the email address of the authorized person signing the form on behalfof the
bidder.
NOTE: A firm is only eligible to count towards DBE participation in the NAICS codes contained
within its California Unified Certification Program (CUCP) DBE Profile.Bidders are to verify that
listed DBE’s certification contains the NAICS codes relevant to the scope they are being listed to
perform.
54
LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE
SUBCONTRACTOR/SUPPLIER/BROKER/TRUCKER
IFB NO:
IFB TITLE:
Name of Prime bidder’s firm:_________________________________
Address: ____________________________________________________
City: _______________________State:_________Zip: ____________
Name of DBE firm: ___________________________________________
Address: ____________________________________________________
City: _______________________State:_________Zip: ____________
Telephone: ____________________
Description of work to be performed by DBE firm:
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
The bidder is committed to utilize the above-named DBE firm for the work described above.
The dollar value of this work $ ______________________
The percentage value of this work (in comparison to the total contract value) %________
Affirmation
The above-named DBE firm affirms that it will perform the portion of the contractfor the values
as stated above
By ___________________________________________
Title __________________________________________
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.
55
DBE INFORMATION -GOOD FAITH EFFORTS
IFB No: _____________________________ Bid Opening Date ___________________
The City of Santa Clarita (City) established a Disadvantaged Business Enterprise (DBE) goal of
_____% for this contract. The information provided herein shows that a good faith effort was made by
(Bidder).
Bidder shall submit the following information to document adequate good faith efforts to the City no
nd
business day after the City's bid due date, or as otherwise specified in
later than 4:00 p.m. on the 2
the solicitation. Biddershould submit the following information even if the “DBE Participation
Commitment Form” indicates that the bidderhas met the DBE goal. Thiswill protect the bidder’s
eligibility for award of the contract if City determines that the bidderfailed to meet the goal for various
reasons, e.g., a DBE firm was not certified at bid opening, or the biddermade a mathematical error.
Submittal of only the form may not provide sufficient documentation to demonstrate that adequate good
faith efforts were made.
The following good faith efforts items (A through H) shall be minimally performed prior to bid
submission. Bidder to complete the followingitems in sufficient detail to effectively demonstrate that
good faith efforts were undertaken to meet the established DBE goal:
A.Items of Work the Bidder Made Available to DBE Firms; a description of work items and approximate
dollar amounts made available to DBE firms by the bidder, value of work items as a percentage of
total contract work, breakdown of bid items or larger scopes of contract work (including those items
normally performed by the bidder with its own work forces) into economically feasible units to facilitate
DBE participation sufficient to meet the DBE contract goal. It is the bidder’s responsibility to
demonstrate that sufficient work was made available to facilitate DBE participation as follows (Provide
documents that sufficiently evidence the efforts detailed below):
Unbundled from
Bidder
LargerScope (Y/N)Percentage
Description of Work ItemNormally Amount ($)
If Yes, List Scope of Contract
Performs (Y/N)
and/or Bid Item (#)
56
B.Solicitation Effort Documentation; the names and dates of notices sent to certified DBEs soliciting
bids for this project and the dates and methods used to following up initial solicitations to determine
with certainty whether the DBEs were interested (attach all copies of solicitation, telephone records,
fax confirmations, email communications, etc.) and amount of DBEs to respond. Bidders are
reminded to solicit certified DBEs in the City’s market area through all reasonable and available
means (e.g. attendance at pre-bid meetings, advertising and written notices.) Bidder to provide
documentation to demonstrate DBE firms were provided information about the contract (location of
project, contract number, bid date, items of work made available and contact information) in the
Invitation to Bid from the bidder and evidence the aforementioned items, as follows:
Date of Response/
Method of Date of Initial
DBE FirmContact Name/TitleFollow-Up Interested in
SolicitationSolicictation
SolicitationBidding
(Note: Solicitations should occur at a minimum no later than 14 calendar days priorto theCity's bid
due date and follow up to the solicitations should allow DBE firms reasonable time to respond). DBE
firms solicited must be advised if the original bid due date has been extended.
C.Rejected DBE Bid Documentation; the names, addresses, phone numbers, and amount of rejected
DBE firms, the reasons for the bidder’s rejection of the DBE firms, the firms selected and accepted for
that work (attach all copies of quotes from all firms involved inclusive of a detailed cost breakdown if
opted to self-perform work) and the price difference for each DBE if the selected firm is not a DBE,
include an explanation of quote(s) rejected.
D.Publication Efforts Made to Advertise the Projects to Solicit DBE Participation; names and dates of
each publication inwhich a request for DBE participation for this project was placed by the bidder
(attach copies of advertisements or proof of publications). Publications should be placed at a
minimum 14 calendar days before the City's bid due date. If bid due date is extended, bidder is to re-
advertise new bid due date.
Type of Publication Readvertisement
Dates of Duration of
Publications(Trade/General/ (Bid-Due Date
AdvertisementAdvertisement
Minority/Focus)Extension)
E.Agencies, Organizations, or Groups Contacted to Provide Assistance in Contracting, Recruiting, and
Using DBEs; the names of agencies, organizations or groups contacted to provide assistance in
contacting, recruiting and using DBE firms (Attach copies of requests to agencies, responses
received and efforts made by the bidder in response).
57
F.Efforts to Provide Information About the Plans, Specifications, and Contract Requirements; efforts
made to assist interested DBEs in obtaining necessary materials, or related assistance or services,
bidder to provide evidence of effort.
G.Assistance with Lines of Credit, Insurance, and/or other Services; efforts made to assist interested
DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information
related to the plans, specifications and requirements for the work which was provided to DBEs, bidder
to provide a list of any assistance provided to DBEs:
H.Additional Data to Support a Demonstration of GoodFaith Efforts; in determining whether a bidder
made adequate good faith efforts, the City will take into account the performance of other bidders in
meeting the DBE contract goal. Attach any additional information to support demonstration of good
faith in this section:
NOTE: USE ADDITIONAL SHEETS AS NECESSARY TO DEMONSTRATE RESPONSIVENESS.
58
-
59
sful
assisted
-
succes
______
______
pts
than $10
City’s DBE goal
ReceiReceipts
f Firm:
Less than $1 millionLess than $5 millionLess than $10 millionLess than $15 millionMore than $15 million
Less than $1 millionLess than $5 millionLessmillionLess than $15 millionMore than $15 million
Annual Gross
Annual Gross
Age oyrs.
Age of Firm: yrs.
assisted contracts, whether
-
mail:mail:
-
-
E
Phone:E
Phone:
hat bid, propose or quote on the City’s DOT
DBE) t
-
ary bidder, and submit this information to the City no later
DBEDBE DBEDBE
(Y/N)(Y/N)
Certification IDCertification ID
irms (DBE and Non
ating, or attempting to participate, on DOT
NumberNumber
DIR Reg DIR Reg
Contractor Contractor
License No.License No.
ntage of
contractedcontracted
--
Bid Item Bid Item
Bidders List
Percentage of Perce
SubSub
t
AmountAmoun
Subcontract Subcontract
City's bid due date, or as otherwise specified in the solicitation. The City will utilize this information to assist in the
er the
Type of Type of
AICS/WCC
Provided:Provided:
NNAICS/WCC
Work/Services/Materials Work/Services/Materials
Location
Subcontractor Name and
Prime Name and Location
The Department of Transportation requires the City to create and maintain a “Bidders List” containing information about all fcontracts, in accordance with 49 CFR Part 26.11. The “Bidders
List” is intended to be a count of all firms that are participor unsuccessful in their attempt to obtain a contract. The bidder is to complete all requested information for every firm
who submitted a bid, proposal or quote, including the primthan 4:00 p.m. on the 2nd business day aftsetting processPrime Bidder:Contact Name:Address:Firm Name:Contact Name:Address:
______ ______ ______
60
Firm:
ion
Receipts
Less than $1 millionLess than $5 millionLess than $10 millLess than $15 millionMore than $15 millionLess than $1 millionLess than $5 millionLess than $10 millionLess than $15 millionMore
than $15 millionLess than $1 millionLess than $5 millionLess than $10 millionLess than $15 millionMore than $15 million
Annual Gross
Age of Firm: yrs.Age of Firm: yrs.Age of yrs.
mail:
-
E
Phone:
TO THE BIDDERS LIST REQUIREMENT
DBEDBE
(Y/N)
Certification ID
Number
DIR Reg
Contractor
License No.
tem
contracted
-
Bid I
Percentage of
Sub
Bidders List
Amount
Subcontract
Type of
Provided:
NAICS/WCC
Work/Services/Materials
USE ADDITIONAL SHEETS AS NECESSARY TO DEMONSTRATE RESPONSIVENESS
Location
dress:
Subcontractor Name and
Firm Name:Contact Name:Address:Firm Name:Contact Name:AdName:Contact Name:Address:
NOTE:
City of Santa Clarita –SCRRA -61-
Operation and Maintenance Agreement
Vista Canyon Multi-Modal Center
£
££
£
£
£
£
£
£
£
A=241,695 SF
$2,000,000
$1,000,000
$1,000,000
$2,000,000
$1,000,000$2,000,000
certified hazardous waste testing laboratory
VISTA CANYON
MTA SUB LEASE AREA
LOT 15
L
LOT 1
O
T
2
L
LOT 5 O
T
3