Loading...
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 BidScheduleItembƚ͸ƭʹDescriptionofWork 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 BidScheduleItembƚ͸ƭʹDescriptionofWork Gamma-Gamma Foundation Testing N/A LicenseNo.Exp.Date://Phone() N/AN/A949.777.1270 SubcontractorDIRRegistrationNo.DollarValueofWork Ageoffirm:AnnualGrossReceipts: DBE:YesNo CertifyingAgency: LocationandPlaceofBusiness BidScheduleItembƚ͸ƭʹDescriptionofWork 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,thatźƷ͸ƭPrincipalsandSubrecipientsatthe 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,thatźƷ͸ƭPrincipalsandSubrecipientsatthe 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,thatźƷ͸ƭPrincipalsandSubrecipientsatthe 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/źƷǤ͸ƭrequest,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/źƷǤ͸ƭrequest,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