Loading...
HomeMy WebLinkAbout2021-02-09 - AGENDA REPORTS - TMF PROJ F1023 PHASE III (2)O Agenda Item: 8 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: February 9, 2021 SUBJECT: TRANSIT MAINTENANCE FACILITY UPGRADES AND EQUIPMENT REPLACEMENT, BUS LIFT REPLACEMENT, PHASE III, PROJECT F1023 - AWARD DESIGN -BUILD CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Award the design -build contract to Air & Lube Systems, Inc., in the amount of $542,789 and authorize a contingency in the amount of $81,418, for a total contract amount not to exceed $624,207. 2. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The Transit Maintenance Facility Upgrades and Equipment Replacement Project, Project F1023, will provide for the repair and replacement of various facility equipment at the Transit Maintenance Facility (TMF). Upgrades and replacements include the bus wash, bus wash bay lift, fall protection for in -ground pits, shop safety exhaust hoses, two in -ground lifts, building roll -up door motors, HVAC controls upgrade, and parking lot repair and slurry seal. Most of the existing equipment has been in use for more than 14 years and, in some cases, are past their useful life. The Transit Maintenance Facility Upgrades and Equipment Replacement Project was divided into seven phases. This project is phase three, which includes the removal and replacement of the two existing in -ground lift systems and the existing chassis wash lift system with new and more efficient systems. The in -ground lift systems and the chassis wash lift system are essential functions of the City of Santa Clarita's transit maintenance operation. Page 1 Packet Pg. 49 O A Request for Proposal (RFP) was published twice in The Signal newspaper, on November 4 and 11, 2020, and was posted to BidNet on November 5, 2020. The RFP solicited firms to identify their relevant experience in similar projects and demonstrate their approach for this design -build project. A total of four proposals were received and opened by Purchasing on December 4, 2020. Staff from both the Capital Improvement Projects and Transit divisions reviewed the proposals and based on their evaluations, scored the submitted proposals on a 100-point scale. The four firms, their respective scores, and bid prices are listed below: Rank Company Score Location Proposal Amount 1 Air & Lube Systems, Inc. 95.9 Sacramento, CA $542,789 2 Makai Solutions 78.7 Gardena, CA $674,070 3 Southwest Lift & Equipment, Inc. 73.9 San Bernardino, CA $721,772 4 Pacific Lift and Equipment Co., Inc. 71.4 Pasadena, CA $612,628 The scoring system heavily emphasized the understanding of the required scope, qualifications, and related experience with similar design -build projects, approach to the project schedule and work plan, qualifications of the project team and their resources, and organization of the proposal_ In addition, the project had a minimum Disadvantaged Business Enterprise (DBE) goal of 1.1 percent. The top ranked firm, Air & Lube Systems, Inc., demonstrated an in-depth understanding of the project needs, provided a detailed scope of work and approach to the project, and met the proj ect's DBE goal requirement. The fourth ranked firm, Pacific Lift and Equipment Co., Inc., did not meet the required DBE goal of the project. Staff recommends awarding the contract to Air & Lube Systems, Inc., based on their experience with similar projects, the completeness of their proposal, and references. Air & Lube Systems, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The proposal has been reviewed for accuracy and conformance to the contract documents and was found to be complete. At completion of design and prior to commencing construction, the design will be reviewed for design immunity purposes pursuant to Resolution No.19-6. The requested contingency will cover any unforeseen issues or additional needs that may occur during the design and construction process. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2020-21 budget to expenditure account F1023700-5161.001 (Transit Fund) to support the approval of the recommended action. Page 2 Packet Pg. 50 O ATTACHMENTS Location Map Bid Proposal for Air & Lube Systems, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 51 m § 00 E� : �2n \ jf§g IQS/k) ; )ƒL ° \ a a- ) \. a f { £ _� , _ e � w601) / LO $ IL \ IL Response to RFP #TMF-20-21-FO123F — Transit Maintenance Facility Vehicle Lift Equipment Replacement E 0767, =1 = City 0j, IL I A k43AN'TA k-4LARITA City of Santa Clarita Attn: Purchasing 23920 Valencia Boulevard,, Suite 120 Santa Clarita,, CA 91355 NftUd Mk,hekoireina AIR & LUBE SYSTEMS, IINC. TABLE OF CONTENTS A - COVER LETTER / INTRODUCTION...........................................................................................................................3 B - QUALIFICATIONS, RELATED EXPERIENCE AND REFERENCES OF THE FIRM...........................................................5 C - QUALIFICATIONS OF THE PROPOSER MEMBER AND TEAM / KEY STAFF MEMBERS..........................................15 D - WORK STATEMENT / PLAN...................................................................................................................................24 E- SCHEDULE..............................................................................................................................................................27 F- SUB-CONSULTANTS...............................................................................................................................................29 G - FORMS AND CERTIFICATIONS SUBMITTAL REQUIREMENTS...............................................................................30 M'STEM5', I'1G. December 3, 2020 City of Santa Clarita Attn: Purchasing 23920 Valencia Boulevard, Suite 120 Santa Clarita, VA 91355 RE: Response to RFP #TMF-20-21-F1023F —Transit Maintenance Facility Vehicle Lift Equipment Replacement Dear City of Santa Clarita: Air & Lube Systems Inc. ("ALS") appreciates the opportunity to present the qualifications of our assembled team in response to TMF-20-21-F1023F ("Transit Maintenance Facility Vehicle Lift Equipment Replacement"). ALS is confident we are the highest quality team for this project. Our proposal will demonstrate we have significant experience with both decommissioning heavy duty vehicle lifts and installing new heavy duty vehicle lifts. Recent projects include the decommissioning of twelve in -ground bus lifts at Foothill Transit and new bus lift installation projects at Sacramento Unified School District, Lodi Unified School District, Nevada County, LA Metro, and Monterey - Salinas Transit (2 separate projects). It is also worth noting we have ample project management, construction, and installation resources to ensure the project is executed in the relatively tight timeframe required by this project (45 days for Part 1 and no more than 60 days for onsite work for Part 2). Beyond executing a high quality construction project, we are also focused on ensuring the City of Santa Clarita receives sustainable value throughout the expected life of the equipment. Located locally in Azusa, Air & Lube Systems prides itself on providing highly experienced service technicians with rapid response times to ensure your equipment is kept up and running. Our formal response to the topics and questions in the RFP will be addressed in subsequent pages. We would also welcome the opportunity to meet in person should the City of Santa Page 3 of 30 Clarita look to enable a more substantive discussion around our proposal, equipment capabilities / features, qualifications, or any other topic of interest. Please don't hesitate to reach out to me if I can help answer any additional questions about our qualifications or those of our equipment supplier. Below is my contact information: Miguel Micheltorena Owner and Secretary Office: (916) 642-7201 Cell: (415) 971-3190 Fax: (916) 381-5522 Email: mmicheltorena@airandlube.com Sincerely, Miguel Micheltorena Owner and Secretary Air & Lube Systems, Inc. 8353 Demetre Ave. Sacramento, CA 95828 Page 4 of 30 1. Provide a brief profile of the firm, including the types of services offered, the year founded, form of organization (corporation, partnership, sole proprietorship), number, size, and location of offices, number and job classification employees, and general description of the firm's financial condition. Founded in 1997, Air & Lube Systems ("ALS or the Company") is a leading distributor, installer, and servicer of fleet maintenance facility equipment in California, Nevada, and Arizona. ALS procures and installs a wide range of complex equipment including hydraulic lifts for buses and trains, bus and train wash systems, vehicle wash systems, water reclaim systems, bridge cranes, lubrication systems, compressed air systems, and vehicle exhaust systems, amongst many other types of equipment. Air & Lube Systems possesses the following licenses: A -General Engineering Contractor, B-General Building Contractor, C10-Electrical, C61/D21-Machinery and Pumps, and HAZ-Hazardous Substances Removal. ALS's primary markets include municipal, transit, and automotive dealership service facilities. ALS is structured as an S-Corporation with a single shareholder. The company is a certified Disadvantaged Business Enterprise by the State of California Department of Transportation (Certification #: 46670) and certified Small Business by the State of California Department of General Services (Certification #: 24508). The Company operates its business from warehouse locations in Azusa, Sacramento, and Tulare. Its team of —70 highly experienced professionals consist of Equipment Installers (30), Service Technicians (12), Project Managers (3), Estimators (4), CAD (1), and various Administrative professionals (20). With —$3.7 million in shareholders equity on the balance sheet, the firm's financial position is quite strong. The company has a $2.0 million line of credit with $410,000 drawn against that line at the present time. Bonding capacity is —$5.0 million per project and —$15 million in aggregate. 2. Identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede the offeror's ability to complete the project. There are no current or foreseen conditions such as bankruptcy, pending litigation, planned office closures, or an impending merger that will impede Air & Lube Systems' ability to complete the project. Page 5 of 30 3. Describe the firm's experience in performing work of a similar nature to that solicited in the RFP and highlight the participation in such work by the key personnel proposed for assignment to this project. With heavy duty vehicle lifts at the heart of any municipal / transit agency vehicle maintenance facility, heavy duty vehicle lifts are a key part of Air & Lube Systems' core offering. As outlined on Table 1 on the following page, we have completed nine projects involving heavy duty vehicle lifts in the last three years with an additional two currently in process. Equally as important as the proper installation of a new heavy duty vehicle lift is the proper and safe removal of the old lifts. With significant risk of existing soil contamination, it is critical to select a contractor that is properly credentialed. Beyond the standard Hazardous Substances license certification from the Contractors State License Board, Air & Lube Systems employs a credentialed Safety Officer with Hazardous Waste Operations and Emergency Response (HAZWOPER) certification to supervise the removal of the existing in -ground vehicle lifts. Please see Table 1 on the following page highlighting our recent heavy duty vehicle lift projects. Page 6 of 30 TABLE 1: Selected Projects in Last Three Years Involving Heavy Duty Vehicle Lifts and / or In - Ground Lift Decommissioning Client Scope of Service Monterey Salinas Transit Installation of Heavy Duty Vehicle Lifts, Bus Wash, (King City, CA) Air Compressors, Vacuums Systems, Fluid Dispensing, and Cleaning Equipment City of Torrance Decommissioning of In -Ground Vehicle Lifts, New (Torrance, CA) Concrete Footings, and Installation of New Lifts Lodi Unified School District (Lodi, CA) Foothill Transit (West Covina, CA) Nevada County Operations Center (Grass Valley, CA) Los Angeles County MTA (Los Angeles, CA) Sacramento Unified School District (Sacramento, CA) City and County of San Francisco (San Francisco, CA) Monterey Salinas Transit (Monterey, CA) San Diego Association of Governments (SANDAG) (San Diego, CA) Regional Transportation Commission (RTC) of Washoe County (Reno, NV) Installation of Heavy Duty Vehicle Lifts, Lubrication System, Compressed Air System, and Wheel Servicing Equipment Decommissioning of Heavy Duty In -Ground Vehicle Lifts and Installation of New Floor Coating Installation of Heavy Duty Vehicle Lift, Fluid Dispensing System, Compressed Air System, Monorail Hoist/ Trolley, and Misc. Shop Equipment Installation of Heavy Duty Vehicle Lifts, Storage Equipment, Cleaning Equipment, Fume Extraction, Cranes, and Other Miscellaneous Shop Equipment Maintenance Facility including Heavy Duty Vehicle Lift, Lubrication System, Bus Wash, and Miscellaneous Shop Equipment Design and Installation of Fluid Dispensing, Air Compressors, Storage Equipment, Wash Equipment, Vehicle Lifts, Cranes, and Other Miscellaneous Shop Equipment Installation of Bus Wash, Air Compressors, Vacuums Systems, Fluid Dispensing, Cleaning Equipment, Heavy Duty Vehicle Lifts, and Water Recycling Systems Design and Installation of Bus Wash Equipment, Vacuum System, Heavy Duty Vehicle Lifts, and Storage Equipment Installation of Heavy -Duty Vehicle Lifts, Lubrication Systems, Exhaust Reels, Monorail, and Miscellaneous Shop Equipment Contract Completion Amount Date $1,787,668 Projected Completion in 2021 $211,344 2020 $491,507 2020 $998,407 2020 $466,958 2020 $2,108,906 2019 $748,546 2019 $7,587,602 2018 $3,047,756 2018 $1,349,766 2017 $970,615 2017 Page 7 of 30 Air & Lube Systems' team for this project will include Miguel Micheltorena (Owner and Safety Officer), Roman Fursov (Heavy Duty Project Manager for Public Works Projects), Paul Kargl (GM, Southern California), Jeff Tuch (Field Foreman), and Kris Dyas (Field Foreman). With —$20 million worth of construction projects completed for municipalities and transit agencies since the beginning of 2018, the City of Santa Clarita will benefit from Air & Lube Systems' highly efficient construction project management and superior execution in the field. Project management will be led by Roman Fursov. On the front-end of the project, he will be responsible for developing the project plan, drawings, submittals, and permitting. Once past the planning stage, Roman will coordinate with Paul Kargl, Jeff Tuch, and Kris Dyas as well as the City of Santa Clarita project representatives and facility personnel to execute the project. Onsite management and execution will be led by Jeff Tuch and Kris Dyas. Specific qualifications for the assembled team are highlighted on Table 2 below: Page 8 of 30 TABLE 2: Qualifications / Brief Resumes of the Staff Proposed for this Assignment Years of Name / Title Experience Background / Responsibilities Municipal / State / Transit Agency Experience in Last 3 Years Construction Projects Team Miguel 25 Leads proposal development and contracting ji AC Transit Micheltorena functions for public works projects Altamont Commuter Owner One of two Safety Officers for the Company Express Service Active field participation on project phases Bay Area Rapid Transit where hazardous substance removal is involved "° California Air Resources Roman Fursov 21 Heavy Duty Project Manager on all contracted Board Heavy Duty municipal and transit agency projects California Highway Project Manager Construction Superintendent from 2001 to 2016 Patrol (3 projects) ji Range of equipment installation experience City of Roseville includes heavy duty in -ground and above ground City of San Francisco vehicle lift systems vehicle wash systems, , City of Torrance exhaust systems, bridge cranes, lubrication City of Tucson systems, and compressed air systems (SunTran) County of Kern Paul Kargl 18 Oversees all operations in Southern California Foothill Transit GM, Southern Responsibilities include customer relations, Golden Empire Transit California project scheduling, human / capital resource LA Metro (2 projects) allocation, overseeing field installation teams, Lodi Unified School and internal/external project coordination District Jeff Tuch 25 Lead execution resource for heavy duty vehicle Monterey -Salinas Field Foreman lift system Transit (2 projects) Part of Air and Lube Systems design team for Nevada County heavy duty vehicle lifts, bus washes, lubrication Plumas County systems, and compressed air systems Sacramento Unified Began career as welder and spent many year School District building next to freeway advertising structures San Diego Association prior to transitioning to millwright work of Governments Kris Dyas 18 Significant heavy duty vehicle lift system (SANDAG) Field Foreman installation experience including recent projects "° SunLine Transit at Foothill Transit, LA Metro, and Lodi Unified "° West Bay Sanitary School District 4. Identify subcontractors, by company name, address, contact person, telephone number and project function. Provide the same information for each subcontractor as requested above, and describe any experience working with each subcontractor. Air & Lube Systems, Inc. will self -perform 100% of the work and not utilize any subcontractors for this project. Self -performing the entire scope of the project allows for consistently high quality construction and efficiency by removing the "learn on the job" approach employed by certain contractors and subcontractors. Page 9 of 30 S. Company brochure(s), if available, including a brief company history, organizational chart, and current workload information. Air & Lube Systems' history begins with its founding in October 1997 with an initial primary focus on meeting the compressed air and lubrication systems equipment requirements at automobile dealership service facilities in northern California. Over the years the business has expanded both geographically — we now cover all of California, Nevada, and Arizona — as well as from a capabilities standpoint. Additional equipment installation capabilities, including vehicle lifts, vehicle washes, and exhaust removal systems, were added in order to be able to provide full turnkey equipment packages to automobile dealerships. With fleet vehicle maintenance facilities at municipalities and transit agencies having similar equipment and construction requirements to those of automobile dealerships, we entered the market for servicing vehicle maintenance facilities in 2010. Since that time, we've steadily grown our presence in that market and public works projects now represent approximately half of our business. Please find our Company Overview for Public Works projects on the following page. An Organizational Chart and current workload information are on the pages that follow the Company Resume. Page 10 of 30 Company • Founded in 1997, Air & Lube Systems is the leading fleet maintenance service facility Profile equipment contractor covering California, Nevada, and Arizona • "One stop shop" for equipment and installation of bus washes, vehicle lifts, lubrication systems, compressed air systems, exhaust systems, industrial fans, cranes, and work benches, amongst many other types of equipment • Services include construction, consultation, system design, piping, equipment procurement and installation, operator training, and maintenance / service Key Project Owner: Miguel Micheltorena; mmicheltorena@airandlube.com; (916) 642-7201 Personnel President: Dennis Thomsen; dthomsen@airandlube.com; (916) 642-7219 Southern California GM: Paul Kargl; pkargl@airandlube.com; (323) 727-7576 Project Management: Roman Fursov; rfursov@airandlube.com; (916) 642-7218 Estimating: Mike Bewsey; mbewsey@airandlube.com; (916) 642-7206 Workforce • 70 employees; 18 employees with over 10 years with the business • Member of Millwrights union Licenses / Licenses License Classifications Bonding CA (#287715) A —General Engineering Contractor Capacity AZ (#289245, #289246) B —General Building Contractor NV (#72009, #72010) C-10 — Electrical Bonding Capacity C-61 / D21— Machinery and Pumps >$5MM (individual project) Hazardous Substances —$15MM (aggregate) Certifications Disadvantaged Business gllo0(lt Small Business Minority Business Enterprise Designation Enterprise (MBE) Certificate #: 46670 Certificate #: 24508 Certificate #: 19000054 (;,,,., Locations Sacramento Los Angeles Tulare Authorized Distributors Relationships o I °r4�,,,% Ilfl «l, f, '��,�� Heavy Duty Lubrication Air Bus & Train Bridge Vehicle Lifts Systems Compressors Wash Systems Cranes Please inquire for our full list of authorized distributor relationships. Dedicated to Safety Experience Modifier Rate " EMR SAFETY RATING SCALE GREAT FAIR PDGR Page 11 of 30 Organizational Chart for Air & Lube Systems, Inc. E X WW :3 9 M I E o I u 0 ......... .. r- 0 M u CL M tw C C 143 0 M E ........ . . . I Lu 2 r 0 u Page 12 of 30 Current Public Works Projects Under Contract' Client Description Contract Amount Expected Completion Date AC Transit Removal of Existing and Installation of Two New Bus Wash $1,256,571 December (Oakland, CA) Systems 2020 CA Air Resources Board Installation of Vehicle Lifts, Compressed Air System, Exhaust $778,789 January (Riverside, CA) System, and Miscellaneous Shop Equipment 2021 California Highway Patrol Maintenance Facility including Vehicle Lifts, Exhaust $276,187 March (San Bernardino, CA) System, Bio Wash Bay, and Miscellaneous Shop Equip. 2021 City of Pleasanton Installation of New 1,000 Gallon Diesel Fuel Tank $96,233 June (Pleasanton, CA) 2021 City of Roseville Replacement of Heavy Duty Bus / Utility Vehicle Wash and $651,748 January (Roseville, CA) Replacement of Light Duty Vehicle Wash 2021 City of Torrance Decommissioning of In -ground Vehicle Lifts, New Concrete $211344 December (Torrance, CA) Footings, and Installation of New Lifts 2020 City of Santa Clarita Removal of Existing and Installation of New Bus Wash $542,391 February (Santa Clarita, CA) System 2021 City of Santa Clarita Installation of New Wheel Guides and Replacement of Pit $48,854 January (Santa Clarita, CA) Safety Cover System 2021 County of Kern Supply New 6,000 Gallon Unleaded Fuel Tank and New $179,434 December (Bakersfield, CA) 6,000 Diesel Fuel Tank 2020 County of Plumas Installation of 12,000 Gallon Diesel and Unleaded Fuel $307,265 May (Quincy, CA) Above Ground Storage Tank and Dispensing Systems 2021 LAC Metro Installation of New Wheel Press Machine for Rail $2,663,203 December (Los Angeles, CA) Maintenance Operations 2021 Los Rios Community Coll. Installation of Vehicle Lifts, Vehicle Alignment Systems, $237,259 July (Sacramento, CA) Exhaust Removal System, and Misc. Shop Equipment 2021 Monterey -Salinas Transit Installation of Bus Wash, Water Reclaim System, Vacuum $1,787,668 May (King City, CA) Systems, Fluid Dispensing, Vehicle Lifts, and Compressed Air 2021 Pacific Gas & Electric Installation of Lubrication System, Compressed Air System, $130,996 January (Lemoore, CA) and Miscellaneous Shop Equipment 2021 San Bernardino County TA Compressed Air and Fall Arrest Systems $267,757 March (Redlands, CA) 2021 San Luis Obispo RTA Installation of Lubrication System, Compressed Air System, $672,488 June (San Luis Obispo, CA) and Miscellaneous Shop Equipment 2021 1 Note: List above represents the larger contracts currently in process (or for which Intend to Award letters have been issued) but is not a full disclosure of all current projects as that list is-250 and comprised of many smaller construction and repair/ equipment servicing projects. Page 13 of 30 6. Client references should include specific two post in -ground lift system installation sites and chassis wash vehicle lift system installation sites (preferably in California). Such sites may be evaluated by the AGENCY. For each project listed, include the name of the facility, year completed, and names of staff directly involved with the project. Please provide references for contacting, including primary contact person(s) responsible for each of the projects listed, their position and phone number. Please see Table 3 below. TABLE 3: Air & Lube Systems' Staff Names for Completed or Ongoing Heavy Duty Vehicle Lift Projects Client Staff Names Year Completed Primary Contact Person Monterey Salinas Transit Project Manager: Roman Fursov Est. 2021 Carl Wulf (King City, CA) Installation Foreman: Jeff Tuch Operations Manager Monterey Salinas Transit (831) 264-9437 Lodi Unified School Project Manager: Roman Fursov 2020 Leslie Allen District Installation Foreman: Kris Dyas Owner, SW Allen (Lodi, CA) (916) 344-2098 Foothill Transit Project Manager: Roman Fursov 2020 Vincent Sauceda (Pomona, CA and Installation Foreman: Kris Dyas Construction Manager Irwindale, CA) (626) 931-7252 Sacramento City Unified Project Manager: Roman Fursov 2020 Michael Forbes School District Installation Foreman: Jeff Tuch VP, Preconstruction (Sacramento, CA) Roebbelen Contracting (916)939-8346 LA Metro Project Manager: Roman Fursov 2019 Zach Khan (Los Angeles, CA) Installation Foreman: Kris Dyas Construction Manager (323) 217-5203 City and County of San Project Manager: Roman Fursov 2018 Don Jones Francisco Installation Foreman: Jeff Tuch Fleet Operations (San Francisco, CA) Manager City of San Francisco (415) 550-4600 Monterey Salinas Transit Project Manager: Roman Fursov 2018 Carl Wulf (Monterey, CA) Installation Foreman: Jeff Tuch Operations Manager Monterey Salinas Transit (831)264-9437 Page 14 of 30 C - QUALIFICATIONS OF THE PROPOSER MEMBER AND TEAM / KEY STAFF MEMBERS 1. Qualifications of the proposed project staff in terms of education, experience, and professional credentials. Please see Table 2 ("Qualifications / Brief Resumes of the Staff Proposed for this Assignment") on page 9. 2. Include a project organization chart which clearly delineates communicative/reporting relationships among the project staff and among the various firms involved. Owner / Safety / QC Miguel Micheltorena Public Works Project Manager Roman Fursov General Manager - Southern California Paul Kargl Field Foreman - Field Foreman - Heavy Duty Lifts Heavy Duty Lifts Jeff Tuch Kris Dyas Laborer Laborer Agustin Carabez; L F,F„..,l Michael Arditi Page 15 of 30 3. Identify key personnel proposed to perform work in the various tasks, and include major areas of subcontracted work, if any. Furnish a table projecting the offeror's labor- hour allocation to the project by individual task. Demonstrate adequacy of labor resources as evidenced by the proposed distribution of labor hours. Please review Table 4 below which identifies key personnel, projects Air & Lube Systems' labor - hour allocation to the project by individual task, and demonstrates the adequacy of labor resources for this project. TABLE 4: Key Personnel, Labor -Hour Allocation by Individual Task, and Allocation of Professional Labor Hours by Task Task ID Task Description 1 Construction Planning Allocation of Professional Responsible Entity Team Member(s) Labor Hours 2 Prepare Submittals / Drawings Air & Lube Systems Roman Fursov 5% 3 Submittals / Permit Review All Parties All Parties 1% Period 4 Notice to Proceed Received City of Santa Clarita N/A 1% 5 Submittal / Permit Approval City of Santa Clarita N/A -- 6 Manufacturing and Delivery of Heavy Duty Vehicle Lift Equipment 7 Manufacturing Rotary N/A -- 8 Delivery Rotary N/A 9 Receive Equipment Onsite Air & Lube Systems Roman Fursov / Paul 1% Karel 10 Removal of Existing and Installation of New Heavy Duty Vehicle Lift Equipment 11 Remove Old Equipment Air & Lube Systems Jeff Tuch, Kris Dyas, 30% 12 Install New Equipment Air & Lube Systems Agustin Carabez, Michael 55% Arditi + Additional Laborers as needed 13 Testing and Commissioning Air & Lube Systems Roman Fursov, Jeff Tuch 3% 14 Operator Training Air & Lube Systems Roman Fursov, Jeff Tuch 2% 15 Final Acceptance Test and Additional Training 16 Final Testing with City of Santa Air & Lube Systems Roman Fursov, Jeff Tuch 2% Clarita Page 16 of 30 4. Furnish brief resumes (not more than two pages each) for the proposed Project Manager and other key personnel. Resumes must feature experience most directly relevant to the work proposed for such key personnel on this project. Please review the resume of Roman Fursov, Heavy Duty Project Manager for Air & Lube Systems, who will be in charge of execution for this project. Please also reference Table 2: Qualifications of the Proposed Project Staff earlier in this section which provides backgrounds / experience levels for other project personnel. EXHIBIT 1: Brief Resume for Roman Fursov, Heavy Duty Project Manager at Air & Lube Systems Business Resume for Roman Fursov Title: Heavy Duty Project Manager Description of Work to be Performed on This Project: Project Management Credentials: • Lead Installer / Field Foreman from 2001 to 2016. • Since 2016, Heavy Duty Project Manager on all contracted municipal and transit agency projects. Background: Entire 19 year career has been spent with Air & Lube Systems in various capacities. Years of Experience: 19 years experience with Air and Lube Systems, Inc. Relevant Experience: • As Lead Installer / Field Foreman through 2016, led field work for all types of municipal and private projects ranging in value up to $7.5 million • Range of equipment installation experience include light and heavy duty in ground and above ground vehicle lift systems, train lift systems, bus washes, exhaust systems, bridge cranes, lubrication systems, and compressed air systems amongst various other equipment. • Part of Air and Lube Systems design team for heavy duty vehicle lifts, bus washes, lubrication systems, and compressed air systems. • 600 types of projects involving automotive shop equipment • Project Manager or Field Foreman role on over 65 car, truck / utility vehicle, and transit wash systems including bus / train wash systems at Golden Empire Transit, City of Tucson (SunTran), Sacramento Unified School District, City and County of San Francisco, Monterey -Salinas Transit, AC Transit, San Diego Association of Governments, Sacramento Municipal Utilities District, and Altamont Commuter Express Service SJRRC • Both heavy duty and light duty in ground and above ground lift systems • Over 250 lubrication systems • Over 200 compressed air systems Page 17 of 30 Business Resume for Roman Fursov (cont'd) Recently Completed Public Works Projects Managed By Roman Fursov: Client Description Contract Amount Completion Date AC Transit Removal of Existing and Installation of Two New Bus Wash $1,206,709 2020 (Oakland, CA) Systems Golden Empire Transit Demolition of Existing and Installation of New Bus Wash $1,106,781 2020 (Bakersfield, CA) and Water Reclaim Systems City of Torrance Decommissioning of Light Duty In -ground Vehicle Lifts and $211,344 2020 (Torrance, CA) Installation of New Lifts Lodi USD Installation of Heavy Duty Vehicle Lifts, Lubrication and $491,507 2020 (Lodi, CA) Compressed Air Systems, and Wheel Servicing Equipment City of Tucson —Sun Tran Removal of Existing and Installation of New Bus Wash $494,152 2020 (Tucson, AZ) System LA Metro Removal and Installation of Seven 3-Axis Man Lifts for $305,816 2020 (Los Angeles, CA) Paint Booth Applications Nevada County Installation of Fluid Dispensing System, Compressed Air $466,958 2020 (Grass Valley, CA) System, Vehicle Lifts, Monorail Hoist, and Shop Equipment Foothill Transit Decommissioning of Twelve Heavy Duty In -ground Vehicle $998,407 2020 (Pomona, CA and Hoists and Installation of New Floor Coating Irwindale, CA) CHIP Maintenance Facility including Vehicle Lifts, Exhaust $248,602 2019 (Truckee, CA) System, Bio Wash Bay, and Miscellaneous Shop Equipment Sacramento Unified Maintenance Facility including Heavy Duty Lifts, $748,546 2019 School District Lubrication System, Wash Bay, and Miscellaneous Shop (Sacramento, CA) Equipment LA Metro Installation of Vehicle Lifts, Cranes, Cleaning Equipment, $2,108,906 2019 (Los Angeles, CA) Fume Extraction, and Other Misc. Shop Equipment City and County of San Design and Installation of Fluid Dispensing, Air $7,587,602 2018 Francisco Compressors, Storage Equipment, Wash Equipment, (San Francisco, CA) Vehicle Lifts, Cranes, and Other Miscellaneous Shop Equipment Monterey Salinas Transit Installation of Bus Wash, Water Reclaim System, Air $3,047,756 2018 (Monterey, CA) Compressors, Vacuums Systems, Fluid Dispensing, Cleaning Equipment, Vehicle Lifts, and Page 18 of 30 S. Include a statement that key personnel will be available to the extent proposed for the duration of the project and acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the AGENCY. Please see the STATEMENT OF ASSURANCE REGARDING KEY PERSONNEL on the following page. Page 19 of 30 December 3, 2020 STATEMENT OF ASSURANCE REGARDING KEY PERSONNEL Air & Lube Systems assures the City of Santa Clarita that identified Key Personnel in this Proposal will be available to the extent proposed for the duration of the project and acknowledges that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the City of Santa Clarita. � d�`a I/A Miguel Micheltorena Owner and Secretary Air & Lube Systems, Inc. 8353 Demetre Ave. Sacramento, CA 95828 Page 20 of 30 6. Statement of Qualifications (SOQ) showing the proposer's design team meets the minimum prequalification requirements as outlined. Please see Statement of Qualifications starting on next page. Page 21 of 30 December 3, 2020 STATEMENT OF QUALIFICATION REGARDING MINIMUM PREQUALIFICATION REQUIREMENTS Air & Lube Systems assures the City of Santa Clarita that the Air & Lube Systems' design team meets the minimum prequalification requirements as outlined in the amended Pre - Qualification Questionnaire. In support of this statement, we summarize the information found in this Proposal as it pertains to Questions 6 through 12 of the amended Pre -Qualification Questionnaire: 6. Has the Proposer completed the design & construction of at least three (3) two post in - ground lifts and at least three (3) chassis wash lift system of similar size and scope to the proposed project in the last five (5) years and was at least one (1) located in California? Yes. Air & Lube Systems has completed the installation of twenty-one (21) two post in ground lifts and eleven (11) chassis wash lift systems of similar size and scope in the last five (5) years. All these lifts except for two (2) have been located in California. 7. Does the manufacturer have a minimum of five (5) years of experience manufacturing and installing the equipment? Yes. Rotary Lift was founded in 1925 and has almost 100 years experience manufacturing and installing vehicle lifts. The predecessor design to the current in -ground heavy duty vehicle lifts debuted in 2002. Air & Lube Systems has 10 years experience installing heavy duty vehicle lifts. 8. Have each of the primary Subconsultant Team Members completed the design of at least one (1) two post in -ground lift and at least one (1) chassis wash lift system for a public agency in the last five (5) years? Not applicable. Air & Lube Systems is not utilizing any subconsultant team members. Page 22 of 30 9. Does the Proposer and their associates, and each proposed Subconsultant possess a valid and current California professional license covering the discipline for their Project roles? Yes. Air & Lube Systems possesses the following licenses: A -General Engineering, B-General Building, C-10 (Electrical), C-61 / D21 (Machinery and Pumps), and Hazardous Substance Removal. Air & Lube Systems utilizes Jon Martin of Martin Consulting Group, Inc. for any Professional Engineering requirements. 10. Does the Proposer, each primary Subconsultant member, the General Contractor member(s), or any proposed Subcontractor have professional liability insurance with a minimum policy limit as set forth in Section F herein? Response: Yes, Air & Lube Systems will provide professional liability insurance with the minimum policy limit as set forth in Section F herein. 11. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor seeking qualification, know and understand their obligations regarding the employment of apprentices on public works under Labor Code Sections 1776,1777.5, 1777.6, and do they intend to comply with these requirements, including the requirement, if applicable, to make contributions to funds established for administration of apprenticeship programs if Design -Build Entity employs registered apprentices or journeypersons in any apprentice -able trade on such contracts and if other contractors on the public works site are making such contributions? Response: Yes, as is evidenced by our Public Works Projects List, Air & Lube Systems has extensive experience with public works projects and is very familiar with the Labor Code requirements. 12. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor have current California workers' compensation insurance policies as required by the Labor Code or are legally self -insured pursuant to Labor Code section 3700, et seq. or intend to obtain such insurance prior to commencing work? Response: Yes, Air & Lube Systems has workers' compensation insurance policies as required by the Labor Code. Sincerely,, e5 161, � `//111 1"11i Miguel Micheltorena Owner and Secretary Page 23 of 30 i 1. Offeror's understanding of the AGENCY's objectives and work requirements and substantiate the offeror's ability to satisfy those objectives and requirements. Include supporting documentation of the proposed vehicle lift equipment replacement including, but not limited to, marketing material, specifications, and other related materials. Project Understanding of Objectives and Work Requirements Developed through a review of the technical specifications, project manual, drawings, a review of job site, and many years of experience with heavy duty vehicle lifts, Air & Lube Systems has a very solid understanding of the project requirements. The basic scope of the project is to remove and replace one of the two existing two post inground lifts and remove and replace the existing chassis wash lift system at the City's Transit Maintenance Facility (base bid). A very high level overview of the work involved include the following: Removal Phase 1) Remove and properly dispose all hydraulic fluid from the system 2) Remove and properly dispose of the power units 3) Remove and properly dispose of the cylinders 4) Remove and properly dispose of the saddles (for the two post) and runways (for the chassis bay wash) Installation Phase 1) Install new two post vehicle lift, including all new cylinders, power units, controls, accessories, etc., in place of removed two post lift 2) Install new parallelogram style lift, including all new cylinders, power units, controls, accessories, etc., in place of removed parallelogram style lift in the chassis wash bay Included on the following pages are the marketing materials for both the two post lift (Two Post Mod 35) and parallelogram style lift (Parallelogram) from Rotary Lift we propose to install. Page 24 of 30 Rotary Mod 235 Two Post Lift Product Information and Schematics 011114) ����� G 111mkwc,,(.,,),1UND u� ��I� 1 LIFTS HIGH CAPACITY VEHICLE SERVICE HEAVY DUTY PATENTED WERSATILEExperie Safety w W O rigi n a� Buy America F- CRAFTEDGILobat Leader RELIAB LE W Efficient .; SU J CRAFTS ANSHIP p s buPERIOR st a PAde s bong -fasting ^ �� � Environmentally II � Friendly IRaised 0 in Madison PERFORMANCE d TESTED w legendary z 0 ry w a Rotary invented the inground r&t over 90 years ago and we've been reinventing our r is ever since. Functionality, space consideration, improved productivity, and concern for the environment are key components to consider when invest- ing in a new heavy-duty inground lift. We've developed the most innovative and versatile heavy-duty lift products on the market that are packed with features helping your technicians get vehicles up on the lift easier and safer than anyone else. Superior by Design The modular, encapsulated shallow pit design reduces installation costs and lessens costly maintenance Recessed, unobstructed floor designs Numerous control, adapter, wheelbase, and pit options to customize your shop's needs Today's inground lifts take protecting the environment to a new level Lift containments are encapsulated in a steel enclosure sealed with our exclusive, warranted EnviroGuard-coating. It forms a barrier between the lift and the ground which traps oil and other shop fluids and locks out groundwater, protecting both the lift and the environment. These modular lifts are also bio fluid compatible. Rotary lifts are engineered, tested, and built with pride in Madison, IN USA. Made by people who love what they do delivering their best work to you - our customer. Choose the right lift for your shop. Rotary Lift. Cm °� s r - roivaer roi�uaaoaum ,� w..e• 105,000 lbs. capacity ���������IIIIIIIIIIIIIIIIII IIIIIIII ���� III IIIIIIIIIIIIII IIIIIIIIIIIIIIIIII IIIIIIIIIIIIII�III� MODULAR INGROUND LIFTS AXLE -ENGAGING LIFTS AVAILABLE IN TWO and THREE POST SERIES FOR TANDEM AXLES Capacities: 70,000 lbs. / 105,000 lbs. Powered by exclusive RED FIRE technology, experience the unmatched versatility, mobility and flexibility of the industry's first and only remote -controlled inground lift. POWERED BY Fire MOD35 FLEX'" HANDHELD CONTROL ADVANTAGES The remote -controlled lifting system is the fastest wireless set up, safer and easier operation with the ability to move freely around vehicle and bay during operation. Eliminate cord management issues and reduce inspection time Easy to understand wireless interface is similar to the pendant and pedestal versions. No new training required. Existing MOD35 lifts can be upgraded with RED FIRE power Easy to use controller shows each cylinder with indicator light and green light once cylinders are ready to go. Controller includes: • On / off power button • Information screen Infinite speed control- up or down • Single lower -to -lock button • Press Protect" eliminates accidental button presses E-stop control Remote battery indicator Audible warning when out of range Program mable Height and Wheelbase Settings for up to 25 preset vehicle locations, the most in the industry. 7 Auto Spotting System allows for automatic positioning without crawling around on floor. VECTm Variable Equalization and Control System eliminates the need to manually adjust valves to control location, speed and heights. Jacks are controlled individually for vehicle spotting or simultaneously for lifting. Infinitely adjustable speed and control. MOD35 CONTROL OPTIONS Control Console System Wall -mounted or pedestal console eliminates clutter and adds more floor space in each bay. Control console is easy to understand and operate. All interfaces are the same. MODULAR DESIGN ADVANTAGES 1. Innovative Installation / Construction Method This Installation method streamlines the Instak time and reduces Installation costs. The method works In avariety of soh and build- ing conditions. Grade baaiii°ni himt„al.lal:ioiYmi also available. 2. Concrete Footer Slab A more environmentally friendly design offers a base rebar mat and a 25 percent reduction In concrete. 3. Multi -Stage Cylinder design minimizes rift housing depth. PENDANT CONTROL OPTION Corded Pendant Controls Standard patented control system operates all of the lift's features away from the lift console. Joystick -equipped with infinite variable speed control of fore/aft and up/down operation plus fine adjustment of the lifting carriage or movable piston. Electric Console System in Bay Wall or pedestal mount with the smallest footprint in the industry. Save vital bay space. Patented universal style lifting saddles and adapters SADDLE AND ADAPTER OPTIONS — PAGE 6 5. Dual Chain Drive System Easy, reliable movementwhlle raising and lowering 6. Greaseless Bearings: The axles are coated with exclusive SmartGuardTM for maintenance free performance. 7. Electric Drive Assembly for smooth movement to multiple wheelbase settings. 8. Power Unit is fully contained in an environmental tub eliminating soil contamination and creating a silent operation. 9. Slip Clutch Design eliminates chain breaks reducing maintenance issues and cost of rift ownership. 10. Abrasion Resistant Hose Guide keeps hose out of the way of the moving piston - there are no moving parts to break. 11. Automatic Shutter Plate Trench Covers Nitride coated to prevent rust, these automatic shutter plates and covers are self storing keeping the containment covered at ak times (as required cy OSHA), 12. Patented LDSTM / Liquid Detection System monitors the Oft as liquid accumulates in the containment Built-in access ports forfluid evacuation. 13 i Model: MOD235abcd 70,000 lbs. capacity y/ � �R FR�ENod SPECIFICATIONS III III"MOD3$ 2 Models: MOD335 2-Post 3-Post Lifting Capacity III 70,000 lbs. 11 111105,000 lbs. Lifting Capacity III 35,000 lbs. 35000 lbs. (front piston) III Lifting Capacity N/A 35,000 lbs. (center piston) III Lifting Capacity III 35,000 lips. 35,D00 lips. (rear piston) III Power Unit III (2) 5hp (375kw) III (3) 5hp (375kw) Pressure III 770/950 II750/900 OR Displacement III 19.3 gal 19.3 gal Rise (front piston) III 70" 70 Rise (center piston) N/A 70" m Rise (rear piston) III 70" 70 Std. Adapter III III 1715/16" - 44 1/4" III 1715/16" - 441/4" Adjustment* 'Optional adapters provide adjustment range Patented universal style Patented Universal Saddle Adapter Kits / Modular Lifts lifting saddles Rotary offers a selection of adapters and inserts to lift a variety of heavy-duty vehicles. lil Designed for use on front or rear post saddles, stackable adapters and height extensions I pivot 360 degrees to permit maximum flexibility when cradling vehicle axles or frames. " Standard flip -up pads permit fastest setup with no need to swap adapters. Choose from four patented saddles. Two -Post Ultra -low -profile: Configuration: With the lowest profile In the industryatjust Model #FD2352 2 1/2" tall this s saddle offers excellent drive Most heavy truck over clearance and can be retracted for zero and transit bus obstructions when not in use. Pick up low -floor applications and kneeling buses. Low -profile: Standard" front saddle. 4 1/8" tall, with a maxi mum reach of40 1/2"wide. Two -Post Low truck front (T-style): Configuration: This 4 3/4 tall saddle offers the widest reach. at Model #FD2340 55 1/2", Assists In picking up vehicles that don't Most low profile have a solid front axle. transit bus applications Tall rear: Designed speclficallyfor the rear post, this sad- dle features six insert rt receptacles (front saddles can accommodate two Inserts each) that slide left and right to provide an Incomparable pick Three -Post up range. Reach Into areas that other adapters Configuration: can't access. Model #FD2351 Most heavy truck and transit bus t applications i Jr Adapter Extensions: Model #FD2359 & FD2358 Applies to all adapters Two -Post Configuration: Model#FD2343 Adapter Rack Most school bus #FD2361BK applications Keeps the lift bay clear and uncluttered and all adapters in one place. Mobile Adapter Cart Two -Post #FD2438 B K Configuration: Model#FD2337 Most, transit, school and heavy duty truck applications '!dam MAP e Optional Cord Reels for corded, hand-held pendant controls. Consult factory for each Lift model options. Portable Jack Stands r; Air Operated Tire Lifts Height adjustment in 1" increments with j° " Includes air hose and 4" fine-tuning. All maintenance stands air tool connection meet the required ASME PASE-2014 and pressure regulator safety requirements for portable service y to prevent overloading equipment. r RS20YL / Screw -Type Adjustable 200 lbs. and 500 lbs. capacities 56.1 -82.3 / 20,000 lbs. Capacity I. '...... RS20WYL / Welded Version of RS20YL RS2052SYL / Screw -Type Adjustable J rl,j 34.3 "-55.5" / 20,000 lbs. Capacity r RS36SYL / Screw -Type Adjustable 55.31"-82.28" / 36,000 lbs. Capacity 'l k , ' SHON #MW -101 Liquid Evacuation Kit Detected by the liquid detection system, kit is designed to provide automatic evacuation offluids captured in the lift containment. Separate pumps are located in each jack housing. For MOD30/35 only. P,K-L LP10b 3PK ACk'u'e <t` rw;t Low Profile Transit 2-Post configuration P,K-I 11F;70-2PK ^ d A ; e <' fc Sc' of E.as 2-Post configuration /'K B/ PK ^dA;_e < f_s,mss;t I icavv t 'v 1. x 3-Post configuration P,K-I LP/0 2PK ^dA;�e: < f ,no";t I le"vv D� 'v 1 . x A ;i C; JIS 2-Post configuration P,K_I II/,,10b 3PK 3-Post configuration 'Vn03a Nodn Nan13a 01 103r8ns SI 0NV NOISSIWa3d A8 1d30X3 03sn a0 031V011dn0 38 lON IIIM 11 1VH1 NOIlIONOO 03SS3adX3 3H1 H1IM 03NVOl ONI38 SI lI 'kill AaVlOa 30 ALa3d08d 3H1 SI ONIMVaO SIHL NI 031Valsnlll 1IV130 ONV NOIS30 3H1 w 103r0ad ONILaVlS 3aO338 AlHOn0a0H1 30Vd S310N 0V3a NOISIA3a LS31Vl MUNOO O1 NOILVllV1SNl 01 aOlad 13n AaV10a 1lnSNOO (ad3) S1N3W3aIn03a NOILVONn03 1N3WdIn03 IVOIdA1 :S310N a 3 O gin 10 m w o # 3U Z 3Z '1 S3nd3d NOdO Nan13a 01 133f Hf1S SI QNtl NOISSIHN3d AH Ld33X3 Q3S0 NO Q31V3Ildnci \ 3H LON IIIM lI LVHl NO LIQN03 Q3SS3ddX3 3H1 HLIM 6 Q3NVOl 9NI3H SI lI '13I1 lkdviOd 30 kid3d0dd 3H1 - SI 9NIMtl?JQ SIHl NI Q31tl?J1S0llI 1Itl 13Q QNtl N9IS 3Q 3HL w L33road 9NI1?JGLS 3aOJ3H AlHgnOdOHi 39tld S310N Qtl3d _ r 3 NOISIA3a LS31tll WaI3NO3 01 NOILGIIGLSNI OL aOIdd 13I1 AdViOJ Ll0SN03 (aJ3) SLN3W3bI003d NOILtlQN003 LN3WdI083 ltl31d Al !S310N a w O pp=�N i N to h: Z zz ul_ © RPMMlIF.l��.\\\\\\\\\\\'\\\\\\\\\\\\\\\\\l�I�iII n1,Ivk� IlGllkll ppII—IIp 'IlFllrll m IPII II Ilkll II II IIpII IIppII II llklf II 11 cl llklf IIpII II �.. O II 7lkti=il� rl. 11A ■■I■I\\\\\\\II■■■II�`fgllT,l_II 1�■■■\\\ \\■■■■,1 If knl l�lll I■■■����� ����■■■I I■■■I■,\\\\II11MMMMI Now,\\ \\\\I lit_ IS Ilk, . I■■■■'�E \i■■■■I 0 I■■I■," `III■■■I■1 � M.- IAAAAA' VAAAI I■■■I■1 ��11!000I0� L�QAA � VAAAI I � �� I■■■I■I"�I■■■I■I � �-�I__I�y �9'■■■E ������LVVVVA�\ � �I sommi m--sir-■■\\\\���� \■■ III n n�i : O © II n=ll�n=llk l�n�n n�ll�n null i I; '�';�1111 1111 II`� ��';�I11 �n 111i 111111v��� �,°�11111 111111 '- Aid III non :. 1111111����• ���,11 1 u� 1 1111111�Ir 11�1 1111 111+ / 1 - ®ea '1S3I1i73?J N9df1 N?Jf113?J OL 173f Hf1S SI QNtl NOISSIW?J3d AS Ld37%3 Q3Sf1 ?J❑ Q31tl7Ildf1Q 3H 19N IIIM lI LtlHl N9ILIQN97 Q3SS3?JdX3 3H1 HLIM a 6 Q3Ntl9l 9NI3H SI lI 13I1 A?Jtl10?J 30 AL?J3d9?Jd 3H1 s SI 9NIMtl?JQ SIH1 NI Q31tl?J1Sfllll 1Itl13Q QNtl N9IS3Q 3H1 w 133f 0?Jd 9NI1?JG1S 3?J033H AlH9f10JOH1 39tld S310N Qtl3J _ 3 NOISI/�3?J LS31tl1 W?JI3N97 01 N9IlGllG1SNI ❑L ?JOIJd 13I1 AJtlLOJ Llf1SN97 (JJ33) S1N3W3bIf103a NOILtlQNf193 LN3Wdiflf73 ltl7ld Al !S319N i '1 S3nd3d NOdO Nan13a 01 133f Hf1S SI QNV NOISSIHN3d AH Ld33X3 Q3S0 NO C[31V3Ildnci 3H LON IIIM lI iVHl NO LIQN03 Q3SS3ddX3 3H1 HLIM 6 Q3NVOl 9NI3H SI lI '13I1 lkdviOd 30 kid3dOdd 3H1 - SI 9NIMVaC[ SIH1 NI Q31Fi?J 1S0llI 1Itl13Q QNV N9ISM 3H1 w 133road 9NI1?JG1S 3aOJ3H AlHgnOdOHi 39tld S310N Qtl3d _ 3 NOISIA3a LS3iVI WaI3NO3 01 NOI1GllG1SNI 01 aOIdd 13I1 AdViOd Ll0SNO3 (aJ3) S1N3W3bI003d NOILtlQN003 LN3WdI083 ltl31d Al !S310N a 3 w O 5 prf pW t� t oih: z m m n v 3U N Z Z gzw Sao <> o .. N M 3 w O 5 yy pW t� sg .e N m tg- z n v «sue m & m 3U w #Z SZ p O w N w Z p � N K MIV a m d w J O = O I- ? J 0 J H O V O U Z'z -u Q Z U O J � W p K O p U u > w w Z N (n W d �p(n a o rc" e J a ¢ n z o rc N W Z Q W H� N 030 O cn O > U W W = U �a JpzW n� dcn00 �_ - o - N �>rc I a 6 �F CFF; '1 S3I1i73?J N9df1 N?Jf113?J OL 173f Hf1S I QNtl NOIS SIW?J 3d AS Ld37%3 Q3Sf1 ?J❑ Q31tl7I ldf1Q 19N IIIM lI LtlHl N9ILIQN97 Q3SS3?JdX3 3H1 HLIM � 6 Ntl9l 9NI3H SI lI13I1 A?Jtl10?J 30AL?J3d9?Jd 3H1tl?JQ SIHl NI Q31tl?J1Sfllll1Itl13Q QNtl N9IS3Q 3HLJd w r 3 9NI1?JG1S 3?J033H AlH9f10 JOH1 39tld S310N Qtl3J NOISI /�3?J LS31tll W?JI3N97 01 N9IlGllG1SNI ❑L ?JOIJd 13I1 AJtlLOJ Llf1SN97 (JJ33) S1N3W3bIf103a NOILtlQNf193 LN3Wdiflf73 ltl 7ld Al w K O z = U O U z � � o W Z W OU J � Y aw w xq N q lJ U � w H Z d W 3 ti N Z p f-0 � f � a I I I I Y H CS QNi f W r N 1S3Nt7321 N9dN N21N1321 91 173fHNS SI QNtl N9ISSIW83d AH Ld37X3 Q3S0 80 Q31tl7IldNQ 3H 19N IIIM lI 1tlH1 N9ILIQN97 Q3SS38dX3 3H1 HEM i b Q3Nt101 9NI3H SI LI 'ldll A71tl1011 70 A1713d011d 3H1 SI 9NIMtl8Q SIHL NI Q31tl81S011[ 1Itl13Q QNtl N9IS3Q 3H1 w _ 173f021d 9NIli1tl1S 3i1033H AlH9H0710H1 39tld S310N Qtl321 N9ISI/�38 1S31tl1 W8I3N97 OL N9[ltllltlLSNI Ol 219I21d 13I1 A21tl1971 1lNSN97 (833) S1N3W38IOt738 N9I1tlQNN93 1N3WdI0i13 ltl7IdA1 S319N ti 3 W Z O �pA ¢ W U °p V'7 J n v & OZ £v z §� 3z b 0 aL' m L b o WAJ > �� o£ oo N z .ww J TT U W W Z ppO�y�TTi� .O � H Z U 0 O T ILI J 0 1 - >"ate _ o a .�Fzz 4 0 W oho �s azzz �^ Ei«< Wo ga � Eiwz q QT �® �0 0 W z 00 0 aNtl1S 1tl1S3a3d ¢ ®Q 0 Q Q ltlwuA dad wm U ez ® oo a 3 w 8>rf =a> ppp`N t o�sm &N N p0 0] w # SZ N ^ W U A N � A O 2 � W K _ W 6 a 3 � ti t�t�o � A o rn a zw� 3�0 a �f� z 0 3 u O > N d U ti O .. Z � O ^ iC(LWSi ^ K O 2 2 > El H ls3na3a Nodn Nan13a of 173rans SI QNtl NOISSIWa3d AH Ld37X3 Q3SN a0 Q31tl7IldnQ 3H 19N IIIM lI 1tlH1 N9ILIQN97 Q3SS3adX3 3H1 H1IM Nan13a of 173rans SI QNtl NOISSIWa3d AH Ld37X3 Q3SN a0 Q31tl7IldnQ 3H 19N IIIM lI 1tlH1 N9ILIQN97 Q3SS3adX3 3H1 H1IM a 6 Q3Ntl9l 9NI3H SI LI 1311 Aatl19a 30 ALa3d9ad 3H1 H - SI 9NIMtlaQ SIHL NI Q31tlaLSnll[ 1Itl13Q QNtl N9IS3Q 3H1 3 w O 8>rf =a> rn ppp`N _;. N4W ;gte+. @�i rn m t o�sm &N N p0 0] w 3U Z SZ O Z � O W H O < Q d Q J � U H Z W W ^ J dOq U <Y Z U � U H (Y V (L � W U d Y r (u 403 M ^ r S r S 400 � Z N W W C] W q H Z N W W C] W q H W W Z W W W Z W r r Y W X Z ¢ Y W X Z ^IOJ W � ~ W Z az W O Z W O ON Q U Q U W Pa U W Pa U U Fa d az U FaZ W � UFaZ W � U O N Z Z=U Z�U (lJ a1WO (LW WO ^ O ,-,¢U0- UPa UPa @ly @ly Fa r Q QN�WQ QN�WQ O Z .U. i J W � WU (L '. N Z If)��JU If7��JU (Y Q N Q J q N N W H U O l7 F]� QW ZpU QW ZWU O O rO O rO Z �O S Q �� W Z� W Z� qU U W (Y Q qU W ~@J W W ~oj W Z¢ W Z Z O� O� � - JU l7 ^O �iH O�iH �O U qYq zrFa W ¢Z rFa W ¢Z ZUJd'PaO �UJd'PaO UFa X�W� X Q i J Cie pq O q W Y C] W o^ W Z O H ¢ O H O ❑ J O Q � Q J y U Z ^ U W W f/1 � Z O S r q 0 � W � O C] l7 O L3 � U q w Pr— � Z JO (LWU J i (Y l7 W d ls3na3a Nodn Nan13a of 173rans SI QNtl NOISSIWa3d AH Ld37X3 Q3SN a0 Q31tl7IldnQ 3H 19N IIIM lI 1tlH1 N9ILIQN97 Q3SS3adX3 3H1 H1IM a 6 Q3Ntl9l 9NI3H SI LI 1311 Aatl19a 30 ALa3d9ad 3H1 H — SI 9NIMtlaQ SIHL NI Q31tlaLSnll[ 1Itl13Q QNtl N9IS3Q 3H1 w _ 173r0ad 9NIlatl1S 3a033H AlH9n0a0H1 39tld S310N Qtl3a N9ISI/�3a 1S31tl1 W8I3N97 3 OL N9[ltllltlLSNI O1 a9lad 13I1 Aatl19a 1lnSN97 (a33) S1N3W3aIn03a N9I1tlQNn93 °' 3 1N3WdIni13 ltl7IdA1 �S319N a } r ��"� r ! \ ;7B Z��� �(\\) $=JJe - § � f | § �\ �• !) ; ) § ! Iz Fl \\) � �\� zw d �§) § {x !:! _ :m_m����7��i , s », :� __,� _,w� �. � c�.=:� � asp _ w _ ,_« mm�� s,«m _sw . !� _ �m_��.��e��.� _� � r _« _ _� m =�.m� a� « ! i! �,��� __e : , w. , ,! } r ;7B Z !� ) : �) \\ \\wx \ /\ j\ \ \ww } \2 , a} \ \ \\ \\ \\\ \} \ \ / \} ;j/\}\\u �^�n]|§| j //! } - §|22§;§! ° -N -- Wi;! z a;!§;l;j \ \4 }, /\\ /j� }\j� �j \ \ \\ j }\ \�\\�\\\ w. -zw / ) !.#|G ~ ) - \ \\\ \\ \\\j} \ \\\ \\ \\\j \\ \ \\ \/ \} \ \\ §\\\\)\\\Iz :m_m����7��i , s », :� __,� _,w� �. � c�.=:� � asp _ w _ ,_« mm�� s,«m _sw . !� _ �m_��.��e��.� _� � r _« ! i! _ _� m =�.m� a� « �,��� __e : , w. , ,! ( \) (\\( ( ��\\� Rotary Parallelogram Product Information and Schematics d E 0 a U- J d t E �a o Ro_y- mE$oM my-o� NW Gi o� o m > = c ca ` ro o o m m 2 y O my 3 N o,� o 2l � �i � o o � 6. •� � o 'o � .. a � m -yam � T m oc o� m � � `�° o o y `7 o -2 Y N 'aro o E Q L " o m ro O >o �n � `� o o� m o40 07 Q" L ; oi-o415 3 0o gQ3 > o 0 7 y m— fl- m ro cL m B� � a> Q Ci 7 .s Gi C�o= m "- o- .O= y E N � o X 6. 97 '3o o ? o o > E2 C � o ca o.os RY ��ro� N£mos Nyy; ��"''aQ c g m�o�L OL has �c�>-o °>>il� Gi m °> Q o 'jy o s .-- •> 6. o o c"i Y Q o }, m Y m -oo m m 10 Op1 y °> N rnL -zoo_oaZi O. 10 m�mco O. Ja>so8 �v' R5 O O �� �� O O oL m o c y Y C .T '= ._ m a Y 'o O 3 m o L m w N ca E o m> ., E ca 3 rom ro N m ca E � M CD � N , p �\v r R \ _ w = �75 {\«( §g\:« �e : ryas±: w z w V If LJIIJ j A 4 E E M, . . . . . . . . . . . . . . . . . . . . . EP w y in E t9 cn c-0 a) w E a) 0 - cu c.0 cr CL) 00 cn 0 >' co CD IL w -f wm -F— Es m o cn ca ��J co m 2 M- CD M- cl m ..... ........ ........ ..... ........ ........ ..... ........ ........ ....... . .... ........ ........ ....... .... ... M- ..... ........ ........ ..... ........ ........ ..... ........ ........ ........ ..... ........ ........ ........ ........ . ... ........ ........ . a, ... ........ ........ ........ ....... E AF E AF 1 12 E E E Ac E E A if , t, 6 M cn if w II E AF �2 E E E A A co CD m �NJ AF F L. AF _F E E Ac m if, jq1 m co AF E TE E E _F F %E 01" F6 ' E co AF T W, m 1111H O `E zo ) k e H / �0 E /9 \ B /zm LLI 2 » 2K§ ® $§® / k c 2 \ 77 | w§ f §6 C3 e� m r! � § k 2! mz2 ` h§!h ean SEW$! >�^ ke / Ld § d §f §\ M |k. §■ '© <-J �§ k2 �22>f m! w! |&88 k\\§� . _§ ww � �| § § *`/ zz §' a | | Ll § , � § § § \ \\ § . @$e —( CL §§ §k . ■ �! § �| &� �a z§ K| ■§ a§���� jP z�2§§N �o�be���� `Kt;KI§§` §m2§■§■|§ w��§§�B§�� ^■m&&■»&■m CU CD i o V)A LL.c w H H J ri W O Z Q Z O Q o cj = Q o W (� Z W ZD p Y aN w N z W J O z a l7 W p r q R W¢ Q o Vi = 0 Z W,< J Q> WN^W WO W a ZOa WOW >O x aR °°." WX z ¢ ' W f OSR rS0-' Jr rOUW W JJ �N2 K N N A W,W orna Oo DES rK 3� P° �LoOLD i� w ~Kti I`jm ¢� a=ZQ QW =w F Jess W K W W W 3rs �W' J wa3 zo. ores OWaz WW rZ o �Ja > P4 ®73 b zN 'c ww� ZWZL)W ��>zz �r WJ a Doc o a o 9� ow T=� u>> wo`-WIS K� 3fZQ W} f~ WM Qr.-i W Vi w > Y J r 01 Z¢> I MO R\ aZO¢ WR ¢O J WF� N 0 J N J 9p yy�� 4 Zr�i � �JO O fO O.r LOOWp Q'W" ��"= Q O O o r Q r N F Liq' Ww y ales R35aW OW Z xJ J r x Z6 Q H O Z qa � fZ II .r.WW o'W-'¢R WO gzrJ Ka O N '2, 0: ¢ J N O O do Y Ox U>2 J sJi¢OJ COL OaOU.Wr JaUQaJlxl ti J OYr¢ � 'WZO a7 r OwzW Z OrO }ZQNZ d Zx ZRpJrx .!W ouo a UOWO-M, %m wz ON H Z UII }RN W00Hm0O O K �ZQJJ 9-`p y R JzZ NOOW mlJ ONK\r xWx w WSa4N WOU Zaw.w UOO LWG R m xWOWU KW xWN ¢RWW O r0 RZQNWR Z aPN>.O�Z wZOK WaNO LOa omp Q ID 2z N py R Za tiW ON U RUO az}K MW Of NWRarZ a�a x w� WON ¢UJ, W FH OWNQ KH >JS } ^'ro J K r O 00 HN Zz W, g��~ NUZ Qaw4 5: O:Z KW�W W� cu N W..0 a W z ties W Ny a0! Dgd UO� NJp > O:Q O:NO ra \JN JO W H w a O J¢ ... WW. O0: J L7 Q w Q O R R Q'--' W w U S U J .r. WNZZ W UR OOZW sJiq >Z Q'--'Q r W aN .S..Z. as cy OWw JZOa Vi W JWOJ wz �Oti r rJ7 O O all UZ¢ RR w ar a�r J rO 4gUQ aQ .rrY O �W1.� r O W d ¢Z ¢W Jo: JK.O. u� R >OW WrIL<Zp J MW W}}r 0! War U xz 0! 0: R }F rc� �J VON x¢°J°o Nogo aw rfaa4 Z3 ¢w� = WzJ z N ¢ =4 0� wz �iaW '14-8 ¢ W W x r J¢ Ja o i J W ti N W ¢ o W H J r 100 a 9 Z Q R r 4 R¢ Z 1 1w �� NJx'U" =IWJW OO RO Ip ZLO w4J O UW J z LO = >a E f f ¢Wry ZJQW d dS OzNR QZ VipZ 4 ZJQ W Z r K U W W W Q d�Fl O! UWOSZ U WN RUxM ro ¢Z� r �Qo O K r wj \ >Wq UJK qN W r0 UU NOr U Nrp w F ; ti q 3 J J Y N aaN} RsnJ 0: a Aw H z� woo z rza a LO Jr WZ a a ¢ N wax > O R¢ z} Z4 J JO N 0 LO x a N u K J V J K > O J Z - J Z W O ¢ u O O U W1� KW¢¢ Vi Or O WVi OW OJR O xvix K Z w }a N .--i O 0% N SSIpo Vi W L7 O 0!Z>.r. US C3Qa U Wr-i pz Z r ¢N ZO O I\ p Ua x xz ag.w �r Wr¢ a 4Z z O \ .\. o I W NO}LO UWr� J Na rq q 0!NZ q O.r.W W 0! O Na U¢ \0 0% I r- w¢Z Zx0 a K Wr¢Z w ZQ 6Y rZ U QW Z O O M O Q S¢SJ �rtiR } dR RUKo JW War JO W OW I`U Q WW >r FW \ \ \ I A �JNJ}OWU U 'WO Ur as05 JO O wS ¢ OZ G o o In a 0 a N r 0 K a O f J J y K J } H W K Q Z Q Q y } R U N ¢> W} vxw JU O HOK J¢W 10 Vi x ra 60- W O!Vi ¢ N} KQ f UJW WUW a ¢JO ViW S UO O!r Ur rDOW Q^ } QZ 0: M 7 � WQWS OZ¢q x Kwr tiZYr WZ JO WZ axra rS W JN ¢ iO0. I\ W v 7 O Z oWWr Haq} H qRK Oaa WOUO KW'Z" WOU moz Kr H Qw �z tiN N M 1\ m Lr) CO W OW3 WQ SOQ R aq r rWN VJSZ Z -�O O KK 0 (h N -WraO @WJJ2 �W gUra -ZJOQ RJU �p ZrW RJ �Z¢Wl- fir'-" �W -NK N^w I\ 1\ ^ �0 U O O N W W O Q O Q a W Q O z a r U q w N N f N O w N> r 0 WiJWJ K¢Vi wo UM S Oww UOO Ow UO..Q 6W O uO Q i WgQ WirrR Wi W Q W r W Orr W C5r OW W O0: Wrr WVi Waf WZ} WZ3 la L.) W Q I W Z o w Q o 0 o w o z W o K o a W x o 3 0 > w o 0 o x m u w W o d W d o o u o W o Z R o x 3 o x 0 Z(L IL - ZaU-M Za Z¢Vir ZrU¢O ¢UU ZrQw <0 Z¢OKO ZUJ zz Mom z>¢ z>r J Q O N z W rz a W w Z r N N O Q W F w W W Z Z O ¢ o O N OW Sties WW- W NWO S oU Qx WHlai 4R Z w x r P¢0 q R g r J q Y j J r O N W Z 4 r W N W WT q> H W r W Q LJ O o Z Rqo WoJ rW <Q 8 KWZZOX WgpZJ >r P4-J 2W �RJ QJ L H WOK ZZID Mu< I`q,ZK RqH w }Wes¢} KVi WWsJi r¢ olri a¢ W N O W J K Q q ¢ O U w J a K J Q>¢ U H 17 U w Q rO w x r r K O S Z W r W W H a. K JWKW 10- ¢WW 2Z1110!r =}raa WU Wq0 JU SJ W N Q r J > w O 7 N w F N H o -0 WOw W O Q r w H O¢ K j 0 N W U r W J J J o OD¢Z WWf pWq Zox rw U'-'}a >O JzUWIE WN>ZR OF wQw Na WSJ xwx x N O Ml W O W Q W J R J O Q x r N Q W QL7 r W w w J W S q 0 r4Ni 0, ZJ K�0! KR JZ W>}ra OUS Z 0: Wo, QS rW} > Z Vi 2J r R QQ W qW W r1iH rU xWr r qJ r w fIJ .r. FiO x6Q= WW> L7HZr HpQWZU Wm6 OK Zo rNw; W1� 4!i WF �Oo ¢Q SJ r0Vi "' HNW Jf O'4-' ou-H OF }oNd> SU WO Zo wZK 44Z 1 K W H q 4 Z¢ Z R o J > F O W K¢ W¢ H H 2 6 r H W J Q W a K U W a p¢qa W J o K QLO Kf7 jO5 ZUW WJxS O r WOWtiW KOr J.Q Ko u¢ W. SO H>O N rzi¢ OR> polOr UWOZ>z LO�axU rRq R W zQ 4 x �Qx J¢ Jvia �waa ado JP°�z aoaa��'" arorQ xWz WWI Kew zz� wow J} ¢r rWo \ W1�5z aaw r Oa'a K> URa -JJ q q wW Or _¢ NOy .0L�Jx ¢K. �OZJ 00,,,s uZo-`-a W>, HyW WKr IHW }qa NW PIIQ ZRr JwN 0! Q w¢}J..J ZaW r N f SRO NR rZ xS Vaiq 'w-'WwZ Nw� pRON rY J<Vw ¢NJTKH OWa rzio� raZ x7> zQO US ZOW UaJir wR Za.Z. Qxa> R ¢ O rR0 r Zr wxr IJOa O o NOw HZU Vi¢"" 0D J>R WJr WJW �OJ ¢K .U.wW �'--' U W y Q 3 D N W Z N a J O� J U o a Z a R> J a J P°w r Q 4 O O x a > J q WA U¢Z ZWxS WIm JpwgrO aWW>W� gWQSZ WWR JOQ Hx= Z0403 HxI ra WxU fr-irN ;;i6 0aaZ NWti�Ra qZ rrrHW¢¢rZ r WOM xWUaOS ZN W0:U) Z¢ RW4 Vi ORZNRqp110 ORx K a Q ti¢W wFZ ¢NQOx H W W¢W ti Vi" Q W Q r W o f OZ It) QrOQ UP°a¢wz MrwUr LOFJ xwo f 3 >Zwr zoo NIViwZ W Q q O Q J H q R r K Q r R o K} S a o 0 W O Z '--'a W J U J q L Z¢ r a N¢ Z Z W W w r g R o S r W w M. j w O W Q U w r U z f W¢ R ¢w QJJ K}Nq OWf� JrSZx >JRrWW Sf OJUpti �.Z.w Q'Z-'xW SrY d2N rU} > O > J W g q x Z r W¢ r H r K O N 0 r a K¢ d W W r J a D I U p f V. X Q S FI FAH QZ�N 4Z<J WOWWu a0!W Ia7QZ }-.OWN JW- rOZ_x 4 EoW aZ¢ qNW RZ RQo WX¢IV WWl7W aZWFu W?RrxQ aaa>ON aJ; JgWw :\CLaZ FQ= QOa Q a Q f7 A N r Z NWON N o F r r¢ a R U ¢ Q Q O o f W F a J ~ M. W Z O O S U a w w r O> J NN NOO rgOO rUoO >WOWf UWViO}O aWti¢O 'ZO r=Nr W-0 VW 010 WJK QT O K S J W Z a W r J} R U Z g x S> o N f W R O F x W O S ti es ti Q x Z - W a r q S Z WX WxU U16% UUUZ JoawvoOr >ajZRW JdO:rfK NrN al�rJ W\-'r Oy J NQO rs rrr &L20 OQxU aU=ate r¢sriW>H sJi¢WpWO Wiwi) WWRJ rWY rM, fJx aQ KKW .wZ.NHU -ZW>> NJWWU -0WNZKR RWW , NWR OR>IOi I�Z¢ Wrz JJr Oq 00>Vi WN K Wx W �OTJRJ x�L�aQ ViROHQa x Ow O¢aT aYZQVi Z W W a O:W w 0 a r R x W j K r Viz ¢ w r R r 2 a LO r W r O a W W x r U x Q ow. RQ Rlaxw xxz }ter wa�O} OZ w w NviwN m �x m Nw�O ¢N arr �N �NrW wWOK WRdZ SW'",ZO.F zoxr zwz U�ZJOLO KJw KSWw qQJ pq P44 ci Oau M, aZf aae aW¢O �3wr¢ ¢Wry OW Zwa¢�� WOE wUZw waa rLO z air wq wo.. UraR UZ O r �O¢a rOJNxx QI.O N�a �wz az..> xRw viw¢w raw ro rorl.O Z WW Zi wq¢JO UN Ixx r¢ZZrW O ow¢O r > OJ -Z Q .=�Wo (IIW OKW 6OWgS YOJixQ II')irWKJU �..0}UZa aa'W sn'--'W NWa'sn I�Ka'K m WO 6 WO �OS Res KaOJ USr-iw UO!r JJOQU J200H WOrQrZ woo- arRJ WxJ aar UIOK IZII Wzll aW HWrzW HWHRW HW:jm Q WWRHOWO UU'r-'ZPN7 l7 HWUU HO:WK1 HOrW HK3NR HWOx Z oU1 Z oU 1� N H Z H o oU A Z H F Q m Z H o Q u N Q Q K d H w u Q> oU N W Z H Q of Z W H W J Z N o H Z U of W W Z H W o W p Z L µ a Q. z Ld 3 J H w ¢ Z �W III Z Q o Q 0- I I ¢ W� d �. � z W ad III w aQ } a v ti 0 z cu v aL a Y ww FA Y Q� ww m a W g sc Z wZ Ls JD z Z `6 W xQ U �g� W Or @@ :3 W �� NLLJ Q zp� S• J F F wR w - �^180. Zvi �gp o p g iZi � .,nrC3 wz WV) N�R~Z :oono ygpg� zC3 WaWppppypy HR R **z>- Oi:; W FF 6 zpy OQ'N w z w in W � ¢^o a g tea~ � w C yFp JxW.J. ¢a<W 4�uu aR Y U-jo U Y }0< H Ox U R N R Z o 10 W N N A H w J N 7 Z d z ¢ d f 7 7 a, Lr) Z W J p O ~ ZO �~. U Q I W ZOO Q. W UZ RO ZU QW YM Zd ¢� I ZpQ W� W~ 3� H� WO MW Q Q L7 I I I I I I III Z J H �� o A o HH � U � R N �3 0 �� w III Zo r �o 8 310N 8 310N III 3d0�S Jz � 'mow JQO J �.N 3d0�S � a "IIIIIIII — =T= o :I I: :I I: III III I I IIIIIIII a R e o (_ ®�ƒ o L) 2� » � 2 §\ / k z} lz $& z§ f� | �) Xj6 *E § §j $� e zw # . § k � j&§H F- ke j/\ - � ® §■ �| 2 !!: Aw w§ §2 �2); m! w! |&88 )jlz 10 ow < � Ld ® |Jt tL- /Ld � # 2� ;§ (i %� § : K k� § , § § | ;k § w z Vi H o p w J L� o r- Q ¢ ¢ r =ram oZOM J w L7 r.J. <m Wm 0 J r a 0 MM M A A p p o o S Y Op ¢AQ �QViQ p H Q O zp M, W H wWW rrji=rW U 2 r 2 0 z (U pQ >Wp UYr rW z V) V) U �/ `I dW 0Viw QWUp Y¢ Q w > Q OJ Z ¢O z Y f r W UJ J W Q ¢ w rw �awf <a- ¢ L7 Y aQa U N izi Z'W 0 P4 V) Owd � J p 8w WW .�. 20J L7¢ <Z v w w r U] s PLOW pq� .. ��W J J L.�¢ �sa3� ZNco W JJ �H rp h r� Lwow W OA xU ® LLi M: J}y, � OF a fZW J .Z.AJp > H M: z � itns r� W d,CL ¢ pWr pW wW po G�� - w ff w oa w Fig« M >VWi as Az o wz�n W x z �� z 8 pQ rw zw Z �z UQQf x� 8 �� zz € W JW NLLI d ffW li pxW Jfy Z= W f �� �S 3.p 0 \\ WVi aW d¢pVi Q rLLJ W � Wo S�uF ,., J p ~ p CL Z r Vi j� ,N. 0 w Z % Nv0 HOzp Do gfr c r ~Z Iz ��n d' Jw y� iN z� a�E 2 r ppq 2 w w �.zo. i __q x N M V) �� �@ 3 Z O� p A z 2 tea as aZ LLIJ Z� IW7 as aw0'«E O O Q¢ Q0 �a [�u waOj i5 z PQJ�r4w r!L W L, QOLJJ S N O W p W N Z p U pAq UA av' '" wZ 3 Y Z aW a �3 f ¢ f w V) � A II w fU or v ¢ > �) ro W W A � Q X (U (U A r rz wW f o fZ QW Z¢ ZA Q� .m. � W WON LL w rr W O CuL� n In Os Z N p p w f U. N O zZ W W n 'O U I 2 n W A Vi V) Cl) > N W Z U Vi � W ¢LJ V Q ZW �Z pZ W Y LO f � Z L, �x wr fr z f OD (U N � � Z W L Q V) OD V) Y J LLJ U p U pq LLJ asT T Q w � O U W a � U M m Z > V) w Ld \ Z V) H D J J LO U OD (U Z uO A 0 �' o r ¢ LL. OD ¢ LLjj q J L) I --I pq w J c .-I LW,j wpr O N A Wig. p Z H H r O_ U CL r ¢ J}W = UV) LO W JOW 0Z Ri ..f Q W Q o W pq In W ZDW r'Q-' q p Z (U Z L�j LOj WQ2QZW JUU r ; p O Z (U pr MRi U W X In V)¢ap WO_ p W q �O JZQ (�'I 2r%L_'ZO -'U d Q Q q Z pqr I Zp0_wp LL Q Y pq W N j�3i Q\W j. pw.pgr.U. Z J QOLLI �7 W 3rfig Wap� rcC .w. J oPCIo �Z.. W o OD a, WNgfW38Rc, ¢ L) �¢W Q D� rVajgW ZH Z 4 ppy� Sgo J N •• '" N .Z. r n OD o � .r. W Q WQUXLJD ID J w z r I LgjODZ r\W Vjn Z OD 3 Ua� w �r p LD Pq Q 3 Z Q 0` J�H 3O W Z .�. �Z}p< 0 Poz U �No dyg1 W Vi f p LI0U x W .Z. O_d LLJ z av O �2 p U � Nof L7WODp QgRi W Q�f W �O'Ur Qw Vri NL7 WWJ Z p p-Wi Z NZ ¢r w� p W ¢> J SW Q A W J2YW p211')d Vi ^Z L)NYW L.1 j0p=r> Frn * Rya IQj w Lrj 3w.o zni� ��po a a roo y� tiff a�5 >O 0 Q ��O2d Qln} Z .�a� (h a�WZgp ww a a w33� �Za Q JOJJ I Z}Hj �i �a Ww 4sE 0_ d 0_ Q =WWW W rZZr r f o x A �pW Slnrr r J ¢¢O_Q p ��Z.�f W w� iz 3 Q W H wLL, = q 0_ JWLj LgjW2 Y JWq r .--I w� is �¢ wu pq pw" Oq 3 =L7}�L ~� as i j x W W d JW Y V Z J p pVj U f = 3 H� L_JW pQfrim W� W VjW pN p Qwr \ j pqq \ } q v,r }-, J rr } .p. lri Jr W LZj J 3 x Y¢ pq r r Z Q Npw r W ¢ r r J Z H Z p 3 W r Y J p I Rip Uw0.-i Qp (`') ZW pp U Q .r.} WP% o In m Li WZ wQQ CL } Qp DMZ r�Q d rw<Wzp Q NQ QQ QCj .. o W I r "j 3Uf Uzr.W JQf U Ri r> rW N Q ly N q p x p d UR1 pgJQp U S �ppx0 W P 0Q OWUx I -� JD U Z Q..ar pp QU Q a.-! W p p}d2 ri= f ¢ .. -i uo Ql J zgQ33r I' In- ID M VZ p n r, N p Q w O U > OU q W Q' RI Q I W � L7 z U '--' x Q W N ¢ Q w .r.Z 3w =cW woz n� v r> N..pO' U f} -x ¢= W^ WZ W f N rn .. = 0 W Z. "zv3 Vi 0' Ur W<£ p In a= fJx Zpr p w wzr Zpr¢ L�Z YWU WM fS�O U W,U< r qZ f W r �� pap Upy Z.. .U.pHU W W �ru Ipj¢ = JJ Zd Lqj pr= U Q Z Z) r} p 0 N Z a Z N J r r S J � p w J r U ¢ ZZ Z Wr QW" Q• Z I Q.W Lj u O_LQ WLj p UJa LjQd 2¢ rrp �0 Vir.N.P Nin ¢0Nl WW 3 p< L�j wW> ¢>o Z L`p.Z.W a E Z J¢ w Zo Of0 JRi pW 3¢p Z..P QZH Q� Lj WO UH} w w O¢ vi W n -i .Q. ��j Vi UD WRi W f QZ J� q¢ Z _ � J V' E ro Y t7 L`13Wq dW JO_ W £Z p413 pax WLo Z twn z iy ~ x N w u 2 iv fwJVi UO_ fRiZO pWQ JrrJ JW QVi ��¢ r L`p JLj2 .. w E " r pW�r, Qp Lj p XJ WfWQ Z Q NN >cu Ja,U ¢pZ JJ WdVi 2N V) W Z X2 a rn W = V) N Vj LjP Q' X'"NZ 20 mw r W px W xqQ vw rQa- p ar Zf s" N Z 0 W Q vQ w fN LgjZ pvv �w_j rr p r r .� J ViUW E Z) pp uni z 2 '-' �p J Z Z r E r WwQW W'--' Qp~ ZQp p� r0Lrj O'r Lqj w W to 0 Z W¢ Ld N ni SYZJd ZW rUw p5RiW Lj = 2�Lo Rip £ 00_ LL A N a o z y E q p �W =}p Z xr�0_ LLLLI ZLjp L. rpp J E 3=, M Z �p� wOp UQ'a w r a f¢ J q W iu 0 \ Nr ¢L7 N L7 rr NZ 22Q J �rZ2 Zp q O_ ZJ2 Qr(Ll L7 �z— O'f Up pw 2rrp Zd Q rrpwq J p J J p7 W E W N i r to Wf Wpr WW Z=YWJ Z xQr 3� L7 p r }r �W'--' WJ. U�Jw Z}pp ViJ pp Pq �1r7 m a .E. O m 0 UNQ}ppq Ulri Z3.w.w PpCj' wp`D ¢�RiL7 qqr Q' WZ ro v C7 >W to M Z U Q 2^p�qq 2J r £ r J NW Rip 2 Z fQN QW.. q�LL, W.. L70_ =�0' rpp 2 pJ u 3 W ¢ r 3 E £pLLJ pgp } f�Ld xw ZUfp rr-iW ZEJ �lF� ZJgW WW 2x U a Z p� tv w .. 2 Q F :. W ¢ m =NJJZ 2Q LLJZWr f��r WnW L7 Ja3.Z. yZU QQ¢ Q 3 N Viva,dQ ND AWrU J.N--i¢ £SW a�ZZ qW a O f LL' LI`yW�LJ w� pU wQ �O J rup VrJ W, Hz p.. ZSW 2 Q O w q �J rc O pq - N I HzM QJ.. x�NM rZW ONW q\q N P u _Q fWZH JQw L�rr Ww0' Z J¢ °� a =U �o a rn D_ Q 0_ Vix w £Q S.p ..Sp _.-.Q £WW £W �Mm O'Jd" pQXJ pgpp W N N W E Q W Zr��LLI �OZ wWpSL7 cpU W�lrr UDL_pq �p2 63It)r qa W} iN.fJ V) a N ti £ Lf IC3 u LLI Q>pW qf> w�f p.NpQ xr0'p 3 dSCp JZ pa �W VriQ�Z ufW 2ufZ fWZrp ar0HU J0� a W Z a ¢¢q Z W vi 2 N WZ pW Q'LjW Wq w Z'--' fpp} prZw U Z d Z �fJ r� W LD OD.Z. Z\fp QO_pW ==) pgrf WM<Z q ZQ W ro �¢� v V 3 xZ z3p=Z xo EJr m¢� �MLjr ocW)cQ)� Zw�= wZ n n Z Zr> r� U�Ww f 3 gln2Z �0L, ZWrr Z^Q W W W£ N Zc')Vi pQW f QyrW �CLWW Q PX'--'L� pi 0_ Z£ZWd a �0 Q r L7U .. 0_ ZWp W i--i WW O_ J dZ Ri W W p Rl X QO�p� pgZZ Uw. Z qr�}Ia Wx2>f WWWO_Q OXWWZ If) p p W vj Nrpr Wz..W LjN..W WU\ZN f W W JU rr W W L7w0' w pJ W r\'--' W2pp W ra.. r.. Ja rwVV p2� pWN p=WQ r zo pZ I px rwJp 00'--'w rWZ3r px WO, rw �lQ pxd'Z> rw � - pxppU z r.. pqw Zap u Z..Nw_ - ZD3a ZrJxw Zr3QQ zrrrQ I 0 w z w w z o Q J Z z in W W W d Q Q Z z 0_ L L L p (h (h > O O O J J J J J Z ¢ ¢ U U U �I W i i i H H H H H J Vi Vi Vi Vi Vi Q Q Q N W L7 w W p 2 LD 0 Z p pq ¢ x U z H Z J � Q W 3 Z U f pq 03 � z -i U x w W CDH w N W N p F J w H Q Q Q w p W x J p X O_ F d' w w R W W W V as Z a-0 F W H z W -i Z p W D_ \ m Z z F N p o 0 o U p¢q W Z X X U J H D_ R W _ X p p pp p J N L7 OJ X Q U to U U W J Z X p W Q_' in Vi Q X ¢ D_ .t p Z w W W R W V X W N J \ J L� l7 ¢ F W J Q R U W d } O_ H C3 ¢ Q Q ¢ ¢ ¢ OD ¢ N D- V) N W W � p ME ME 3E ME ME p N 31E N (`') � V N �O I, OD Ds x (`') D 00 0 N ¢ W P�0 0 CD o o n Wo I, (U D_ o D` D� I� N p N N N Lo N oo N N Q Ri CD \o W N O OS D M W o p N r W H _ � ^ z Z PCI W J W I 0 CI p Z Y I U H W W Q W p C3 � W Vi _ W Z v l.7 Vi p 4 Vi pq O J J L7 J w Z 2 W ^ ¢ Z J v W H p p Z J J Q p p J v H Z Q W ..i m } U 0 v 0 �LLI ~ N W w R w W U PJO d W Z W J x } O0 w J W x 0_ Y .--i J W p D_ H WLLJ v ... U LLI D_ 0_ v f ¢ Vj w W Z Z W R j W Z O d 0 U H F p = W H Z Q 3 x o o 0_ R ~ LLI_ J ~ N = Z Z ¢ R .p. p Z .W. .U. Pq } ¢ D_ x p .-. m W w v v H W H P11 D_' Z p H H W U Z U U W D_ (h 2 ¢ p J W 1 Q PCI N D_ I J j W W w J w R p Q N W U J 0 w ¢ ) x n J = p p F , LD ¢ U U _ o JO 0_ JO JO C3 Z Q 0_ J f f J p i M (h Z w p Lj f E w 0 p 2 W H 2 2 ¢ Q W p \ i H o J PCI X ¢ x x U U Z f p J p Z U Z U Z Z Z W R R } 0 W J U w F p OD o W n r Z H ¢ F Vi Z Q Z W x f } x W p J x N p 0 U p x ¢ ¢ ¢ H J Q 2 W V) Ln ¢ F- o CD o J � µ o o 0.5 I --I J 'i LL ¢ Q IJi cu p Q ZO N 0 Z 0s Y Q 7 W M ~ A ® ag �� W te E - W �8 Q (A Z N 8l BOB'Bl w r .�. r F�b O ¢ pp& A�ZA 5 �O O�Ou 3jS oOW s ram& «**« I W C tiff a �O OUF ao wJ as aJ��Hb �H sa p W>C3 4HUU W z A w o W } ¢ PO Oi n Y ei eo6 z N P Q I I q �0 N Z N Os 01 (L O N 10 U Q I � �r O J L, J ti O Wz ¢ J U Q O W p Z J > O O l7 J ,� O N A w 0Z tiZNti 'Bl BO6 d W WW O¢W A Li z x y ¢ AW Vl AyWo H H J vjZ¢ CZX p NO = O CO U J S } w H R 3 w W~ w ¢ w x w i wr A�Jr J LLJ Z Z K QZ O>NiZi n WO S O NA �~ 0 z O s Up YZ SW Zrzi WU ¢O w p. w w R Z r¢J S NZ H z Yo 3 Na z O OO U Z WJ 2 0_w N R'�OEO~ W ti .. O fnUR w O OJ �pO H¢ YW W IJiQU�U J 0 y W Z RO eieossz FW W O K W Z W W W o W J W x U O rzi c6 > j H LO O w wO_'R42 U F SPl O ON Li OQA Q W Zw HJu¢ M N NO U U AQ d ¢ om.f w z3w=~ 0 0 �� W t` ¢ Z wQ w OOYH �JU ¢ T Q W W w Zw9M- 2 a a H> W y~ U, N R LLJ xw > > > 50 wz LLJ wzooa S S W ti U O J W Z N N wZ L¢i z p Z W A W , S w U w Vi Ow w H W O S Z H w Om U H L7 OW RrvZi Q ZR N W D¢ S O O O f w J Z Q r~ WO W OJJOI�iO W Z W W Z} S S O Z w f f Z¢ O 2. Briefly describe the proposed approach to completing the required work, outlining sequentially the activities that would be undertaken in completing the various tasks and specifying the proposed allocation of professional labor hours by task. Air & Lube Systems believes detailed planning with clear deadlines and roles and responsibilities leads to efficiently executed projects. Our preliminary proposed Project Plan for the City of Santa Clarita is included below as Table 4. TABLE 4: Project Plan Including Allocation of Professional Labor Hours by Task Task ID Task Description Responsible Entity Team Member(s) Allocation of Professional Labor Hours 1 Construction Planning 2 Prepare Submittals / Drawings Air & Lube Systems Roman Fursov 5% 3 Submittals / Permit Review All Parties All Parties 1% Period 4 Notice to Proceed Received City of Santa Clarita N/A 1% 5 Submittal / Permit ADDroval City of Santa Clarita N/A -- 6 Manufacturing and Delivery of Heavy Duty Vehicle Lift Equipment 7 Manufacturing Rotary N/A -- 8 Delivery Rotary N/A 9 Receive Equipment Onsite Air & Lube Systems Roman Fursov / Paul 1% Karel 10 Removal of Existing and Installation of New Heavy Duty Vehicle Lift Equipment 11 Remove Old Equipment Air & Lube Systems Jeff Tuch, Kris Dyas, 30% 12 Install New Equipment Air & Lube Systems Agustin Carabez, Michael 55% Arditi + Additional Laborers as needed 13 Testing and Commissioning Air & Lube Systems Roman Fursov, Jeff Tuch 3% 14 ODerator Training Air & Lube Svstems Roman Fursov. Jeff Tuch 2% 15 Final Acceptance Test and Additional Training 16 Final Testing with City of Santa Air & Lube Systems Roman Fursov, Jeff Tuch 2% Clarita Page 25 of 30 3. Describe the work program. Explain the proposed technical approach that addresses the specific Tasks identified in this RFP. Provide a description of the relationships between these activities. Please see Table 4: Project Plan Including Allocation of Professional Labor Hours by Task above as well as Section "E — Schedule" and Table 5: Baseline Schedule for City of Santa Clarita Vehicle Lift Equipment Replacement Project which covers the specific tasks to be completed. Page 26 of 30 Provide a proposed project Baseline Schedule from preparation to completion. Describe the time schedule for each proposed task and subtask described. The schedule should include milestones and completion dates for all associated activities as required for the issuance of building permits, and construction, and final acceptance of project. Please see Table 5 provided on the next page. Page 27 of 30 Table 5: Baseline Schedule for City of Santa Clarita Vehicle Lift Equipment Replacement Page 28 of 30 List any subconsultants proposed for this project. Include qualifications, experience, and specific responsibilities related to the scope of work. List their name, address, telephone number, type of work to be performed by each subconsultant. No sub -consultants will be utilized by Air & Lube Systems for this project. Page 29 of 30 1. Offeror shall submit all applicable documents found in Section C, Bid Forms, and include all forms provided (including all the federal forms) or information requested or required by the scope of work or specifications. All applicable documents found in Section C, the Bid Forms, and all the federal forms are included in the subsequent pages. Page 30 of 30 DocuSign Envelope ID: E6D01 E37-350-414F-134M -D63E782CO2C7 IN Approved by: DocuSigned by: Hennawy City Engineer City of Santa Clarita END OF ADDENDUM Addendum 1 November 30, 2020 This Addendum forms a part of the Contract Documents for the above -identified project and modifies the original Specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the Addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. I acknowledge receipt of this Addendum No. I and accept the aforementioned. 1z/VX'-4o Date Aidder's Signature I THIS PAGE OF THE DOCUMENT TO BE SUBMITTED WITH THE PROPOSAL PROPOSAL # TMF-20-21-FI023F RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California 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 thanen (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 91355, Attn: Purchasing, Suite 120, and arked with the words "BID BOND FOR" and the bid #, no later than the bid opening date and ti e, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to a 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 oceeds of this check shall become the property of said CITY provided this Proposal shall be accepte�fil y said CITY through action of its legally constituted contracting authorities, and the undersigned sh to execute a contract and furnish the required bonds within the stipulated time; otherwise, the eck shall be returned to the undersigned. Project Name: Transit Maintenance Facility Vehicle Lift Equipment Replacement Bid No. ENG 19-20-F1023F Project No. F1023F Bidder's Signature CONTRACTOR/BIDDER Address /Z City, State, Zip Code / * Delete the inapplable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of thj� bond shall be not less than ten percent (10%) of the total amount of the bid. 20-21-F1023F :148 Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California KNOW ALL MEN BYTHESE PRESENTS that AirQ Lube Systems Inc. , asBIDDER, and Fidelity and Deposit Company of Maryland sSURETY, are held and firmly bound unto the Ten Percent of the Total City of Santa C|arha, as CITY, in the penal sum of Bid Amouat dollars ( ), 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. 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 itshall remain infull force and effect infavor ofCITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this Day of November 20_20___. Signature ' Ar\110 Name and Title ofSignatory SURETY* Fidelity and Deposit Company of Maryland Stanley,J.'Matr6nga, Subscribed and sworn to this NOTARY PUBLIC oo sm *Provide BIDDER and SURETY name, address, and telephone number and thetitle, address, and telephone number for authorized representative. IMPORTANT- Surety Companies executing Bonds must appear onthe Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. �F 20-21-F1023p A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Placer Subscribed and sworn to (or affirmed) before me on this - 27th day of November _, 20 20 , by Stanley J. Matranqa proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ERIC MATRANGA Notary Public California < Placer County Commission # 2229588 My Comm. Expires tan 31, 2022 Na (Seal) Signature. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY "THESE PRESENTS: That the "ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Stanley J. MATRANGA and Eric V. MATRANGA, both of Granite Bay, California, EACH, its true and lawful agent and Attorney -in -Pact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE. COMPANY, COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 13th day of August, A.D. 2019, EAL By Robert D. Murray Vice President tpa By: Dawn E. Brown Secretary State of Maryland County of Baltimore ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND On this 13th day of August, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 29th day of November 2020 SEAL Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfelaims Cagurichna.com 800-626-4577 BIDDER'S INFORMATION AND CERTIFICATION RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name. Air & I ube Systerns, Inc. Business Address: 8353 Denietre Ave,, SaCramento, CA 95828 Telephone No.: (916) 381-5522 C'A Lkense #" 2877115 // Cliassfficafion&, B, C-10 State CONTRACTOR's License No. & Class: BectricaL C-61 / D21 lMachinery and Purrips, HAZ DIR No.: '1000008993 Original Date: 12/24/1997 Expiration Date: 12/31/2021 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Wgud Kcheftorenax Seast arya 8353 Demetre Ave., Sacramentc), CA 95828" (916) 64-2-7201 �Dennis Thomsen; Pm.sldent 8353 Dernetre Ave., Sacramento, CA 95828-1 (916) 642-7201 TMF 20-21-F1023F Page 141 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: There have been no vokintary or, 4ivduntary banknlptCy jUdgernents against any prindpa� hav4ig an interest in this proposaL All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Nat apphcade, IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 3rd day of DeC 2020. BIDDER: MgLieI Mcbeitorena, Owner and Secretary Name and Title of Signatory Air & Lute Systerns, enc. Legal Name of Bidder 8353 Dernelfe Ave, Sacrw neinto, CA 95828 Address (916) 642-7201 94-13284282 Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this Notary Public. TMF 20-21-F1023F Page 142 day of P 20 (SEAL). CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento On" before me, Notary Public, personally appeared who proved to me on the basi's of satisfactory evidence to be the persoq(,s,)- whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatuTe(s) on the instrument the person(s); or the entity upon behalf of which the persoa(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. Commission No 2195855 Z 0 _;2; 12 Z NOTARY PUBLIC CALIFORNIA SACRAMENTO COUNTY Comm Expves MAY 6 2021 j PLACE NOTARY SEAL ABOVE WITNESS my hand and official seal. SIGNATORE Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Signer(s) Other than Named Above: Number of Pages: BIDDER'S QUESTIONNAIRE RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California 1. Submitted by: Air & Lube Systems, lnC, Telephone: (916) 381-5522 Principal Office Address: 8353 Deiirnetre Ava, SacraMento, CA 95828 2. Type of Firm: 0 C Corporation M 5 Corporation 0 Individual/Sole Proprietor or Single —Member LLC 0 Partnership J Limited Liability Company "C" C-Corp J Limited Liability Company "S" S-Corp U Limited Liability Company "P" Partnership Q Other 3a. If a corporation, answer these questions: Date of Incorporation: '10/09/1997 State of Incorporation: Caffoirn�a President's Name: Den ns 'Phornsen Vice -President's Name: N/A Secretary or Clerk's Name: _Wgud Wcheftoreina Treasurer's Name: Migud Midhdtoreina 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate Which -are General or Managing Partners. TMF 20-21-F1023F Page 143 BIDDER'S QUESTIONNAIRE (contd) RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarital California 4. Name of person holding CONTRACTOR's license: Ak, & Lube Systerns, lnc. A, B, C10, License number: 287715 Class: _C61021, �-iaz Expiration Date: 12/31/2021 D.I.R. Registration# 1000008993 5. CONTRACTOR's Representative: Ugud IMicheftoirena Title: Owner and Secreta Alternate: Roman FUr'sov Title: Heavy Duty IProject Manager 6. List the major construction projects your organization has in progress as of this date: A. Owner: font erey-Safinas Transit Project Location: King Cfty, CA Type of Project: New Ibus rna4itenairrce fadfity MdUding bus ffts, buy wash kibrication systerns, cornpressed air" systerns, etc. B. Owner: Sari Luis Obispo Regbinal Trans�t ALAhOdty Project Location: Sari L-WObispo, CA Type of Project: New Ibuus maintEKiance fadHty findudmq bUS fiftS, klbr'ucatio�n systems, cornpressed air systeirns, equq,)ment rdocaflon, etc,. C. Owner: Los Angek?s Courity Metropofitan Transportafioui Authority Project Location: Los Angdes, CA Type of Project: New wheell press and bridge crane for rain rnaiintlenance operaflons TMF 20-21-F1023F Page 144 BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) [61 FR 6302, Feb. 16,1996, as amended at 74 FR 30239, June 25, 2009] RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California General Requirement (as stated in 49 CFR 661.5) a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. b. All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. d. For a manufactured product to be considered produced in the United States: 1. All of the manufacturing processes for the product must take place in the United States; and 2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each proposer or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements The proposer or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Company dalµ & Cress SWerns, Inc. Name Mi, uel uc�m pft,Orein Title Owner, anil � Secretary Signature J1Y__� Date '( /�� /202 Certificate of Non -Compliance with Buy America Steel or Manufactured Products Requirements The proposer or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company Name Signature TMF 20-21-F1023F Page 166 Title Date CERTIFICATION AND RESTRICTIONS ON LOBBYING 0FP F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City ofSanta C|arita,Ca|ifornia LWgud Kcheftoreina, Owneir and Secretaryhereby certify (Name and title ofofficial) onbehalf of A�r & L.Wbe S� that:(Name ofProposer/Company 0ame) o Nofederal appropriated funds have been paid orwill bepaid, bvoronbehalf ofthe undersigned, toany person for influencing or attempting toinfluence anofficer Vremployee ofany agency, a Member ofCongress, and officer or employee of Congress, or an employee of Member of Congress in connection with the awarding of anyfecleral 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, orcooperative agreement. o |fany funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of Member ofCongress in connection with the federal contract, grant, loan, wrcooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. o The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, 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 was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by31U.S.C. $ 1352(as amended bythe Lobbying Disclosure Act of1995).Any person who fails tofile the required certification shall be subject to a civil penalty ofnot less than $10,000 and not more than $1OO,OOOfor each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq,are applicable thereto. Name of Proposer/Company Name A�r & L.Ube Systems, hric Type or print name Mud Micheltorena Signature of Authorized representative Aalb Date i12J_3_J_Z_020 Signature ofnotary and SEAL rMFo0-21'F1023F page|Vo CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento Onbefore me, ���` — NotaryPublic, personally appeared �: �. " (- � , �� � , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are , subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/her/their authorized capacity(ies-), and that by his/her/their 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 State of California that the foregoing paragraph is true and correct. ----------------------- L OWEN Commission No 2195855 Z Z NOTARY PUBLIC-CALIFORNIA n SACRAMFNTO COUNTY My Comm Fxr., MAI PLACE NOTARY SEAL ABOVE WITNESS my hand and official seal. SIGNATURE Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: v� .tr r C w� AIX,� Document Date: Signer(s) Other than Named Above: umber of Pages: CERTIFICATION OF NON -SEGREGATED FACILITIES RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). TMF 20-21-F1023F Page145 COST FILE (PRICE SHEET) RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California The following schedules consist of furnishing all work to be performed in accordance with the specifications and Contract Documents. TWO -POST IN -GROUND LIFT #1 ITEM DESCRIPTION UNIT CITY. UNIT PRICE TOTAL 1 MOBILIZATION & DEMOBILIZATION LS 1 $ 3,001 M $ 3,00-1.00 2 APPROVED FINAL PLANS - DESIGN, ENGINEERING, PERMITS, AND AS-BUILTS LS 1 $ 1,380.00 $ 1,380M 3 DEMOLITION LS 1 $ 1 1,020M $ 11,020.00 4 FURNISH & INSTALL NEW TWO POST IN -GROUND LIFT COMPLETE LS 1 $ 93,141 M $ 93,141 M 5 FURNISH & INSTALL CONTROL CONSOLE AND PENDANT CONTROL COMPLETE LS 1 $ 27,71100 $ 27,713,00 6 PREVENTATIVE MAINTENANCE (5) YEARS LS 1 $ 6,265.00 $ 6,265.00 SUBTOTAL: $ 142,520M CHASSIS WASH LIFT SYSTEM ITEM DESCRIPTION UNIT QTY. UNIT PRICE TOTAL 1 MOBILIZATION & DEMOBILIZATION LS 1 $ 3,590M $ 3,590M 2 APPROVED FINAL PLANS - DESIGN, ENGINEERING, PERMITS, AND AS-BUILTS LS 1 $ 6,440,00 $ 6,440.00 3 DEMOLITION LS 1 $ 7,714.00 $ 7,714.00 5 FURNISH & INSTALL NEW CHASSIS WASH LIFT SYSTEM COMPLETE LS 1 $206,051 M $ 206,051 M 6 FURNISH & INSTALL CONTROL CONSOLE COMPLETE LS 1 $ 26,341 °,00 $ 26,341.00 7 PREVENTATIVE MAINTENANCE (5) YEARS LS 1 $ '7,6 13.00 $ 7,613.00 SUBTOTAL: $ 257,749M TOTAL BASE PRICE IN FIGURES: $ 400,269M TOTAL BASE BID IN WORDS: FOUr h,jndred thousand two hundred sixtv ire ddlairs and zero cents TMF 20-21 -F 1 023F Page 139 ALTERNATE ITEMS ITEM DESCRIPTION UNIT QTY. UNIT PRICE TOTAL TWO POST /N-GROUND LIFT #2 1 APPROVED FINAL PLANS - DESIGN, ENGINEERING, PERMITS, AND AS-BU I LTS LS 1 $ 1,380M $ 1,380.00 2 DEMOLITION LS 1 $ 11,020A)0 $ 11,020.00 3 FURNISH & INSTALL NEW TWO POST IN -GROUND LIFT COMPLETE LS 1 $ 95, 1. M $ 95, "(42M 4 FURNISH & INSTALL CONTROL CONSOLE AND PENDANT CONTROL COMPLETE LS 1 $28,713.00 $ 28,71100 5 PREVENTATIVE MAINTENANCE (5) YEARS LS 1 $ 6 M $ 6,265M SUBTOTAL: $ 142,5K00 WIRELESS MOBILE COLUMN SERVICE HYDRAULIC LIFTS 1 FURNISH & INSTALL WIRELESS MOBILE COLUMN SERVICE HYDRAULIC LIFTS COMPLETE EA 4 $ 9,67925 $ 38,717,00 SUBTOTAL: $ '1 DO TOTAL ALTERNATE PRICE IN FIGURES: $ 181,237.00 One hundred eighty one thousand two hundred Nrty seveir° oHars and zero nts BIDDERS must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No BIDDER shall at any time after submission of a Proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. The above prices include all work appurtenant to the various items outlined in the specifications and all work or expense require for the satisfactory completion of said item. TMF 20-21-F1023F Page 140 DBE PARTICIPATION COMMITMENT FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A CONDITION OF DBE RESPONSIVENESS NOTE: Refer to instructions on the reverse side of this form. Bidder to Complete this Section 1. lFB No.: RFP #1]MF 20--21-F0123F 2. Project Name/Description: Transit Makiteriance Facifity Vehi61e LA EqLOprnent Repacement 3. Prime Bidder Name: Xr & LUbe Systerns, Inc, 4. Contract DBE Goal %:— 1.1% 5. Bidder's Total Bid Price $400,269.00 Required DBE Commitment Information 6. DBE Firm 7. DBE 8. Description of Scope of 9.Bid Item (#) 10. Dollar Value 11. Dollar Value (Name and Address) Certification Services/Work ($) of M Participation of Eligible DBE Number Participation/ Commitment Air, & 1.11be SysteMS, Inc. 46670 VWI . serf...(: erfonn 100% of ��,,")roject as Prime Contractor. N11 Berl Reims $4,00,269,00 $400,269.00 Note: As a condition of responsiveness, the bidder is required to submit with the Bid a Letter of Intent and Affirmation signed and dated from each DBE listed in Column 6 12. Total Dollar Value ($) of Eligible DBE Participation $ $400,269.00 acknowledging that the DBE is participating in the contract for the specified dollar value 12. Eligible DBE Participation Represented as a ($) and scope of work. The dollar amount in the Letter of Intent and Affirmation and the amount shown on this form MUST match identically. Percentage (%) of Bidder's Total Bid Price 100% 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. Kgu6� Kcheftorena Owner and Secretary 14. Preparer's Name (Print) 15. Preparer's Signature 16. Preparer's Title '12/3/2020 — ,N 642-7201 rn rn kAheftorena@&wa rid ki be com 17. Date 18. Telephone No. 19. Email Address TMF 20-21 -F1 023F Page 153 DESIGNATION OF SUBCONTRACTORS RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work / /a / Age of firm: DBE: Yes No Annual Gross Receipts: N/A Certifying Agency: N/ / Location and Place of Business N/ Bid Schedule Item No's: Description of Work N/A / License No. Exp. Date: / / Phone { } / // / Subcontractor DIR Registration No. Dollar Value of Work / N/ N/ Age of firm: DBE: Yes No Annual Gross Receipts: N/A Certifying Agency: /A N/ Location and Place of Business / Bid Schedule Item No's: Description of Work /A I �W/ License No. Exp. Date: // Phone ( ) / N/ / Subcontractor DIR Registration No. Dollar Value of Work N/A / / Age of firm: DBE: Yes No Annual Gross Receipts: �N/A Certifying Agency: / N/ Location and Place of Business / Bid Schedule Item No's: Description of Work / / License No. Exp. Date: / / Phone ( ) // /A N/ NOTE. A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. TMF 20-21-F1023F Page146 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION (Must bafilled out bythe Bidder and ALL subcontractors over $*�* RFP Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. Fl023F City ofSanta C|arbm,California This bidder & hereby certifies that bhas X , has not , participated inaprevious contract orsubcontract subject tothe equal opportunity clause, as required by Executive Orders 10925.11114, or 11246 and that it has>� has not_, filed with the ]ointReporbngCommi1bee,endDireckorofOfficeofFedenu|Contract[bmp|ianoe, 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. � &Lube Company:r Title: Owner, and Secretary Date: 12/3/2020 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-17(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100(EEO-1)bthe only report required by the Executive orders ortheir implementing regulations. Proposed prime ODERand subcontractors who have participated inoprevious 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 e 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. mF 20-21-F1023F GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NON PROCUREMENT) RFP #TM Transit Maintenance Facility Vehicle UftEquipment Replacement City Project No. F1023F City ofSanta C|arita,Ca|ifnrnUa Instructions for Certification: By signing and submitting this bid orproposal, the prospective lower tier participant is providing the signed certification set out below. 1. It will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debannent,"2[FRpart 1200 which adopts and supplements the U.S,Office ofManagement and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nomprocurument),"2CPR part 18O, 2. To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: a. Are eligible to participate in covered transactions of any Federal department or agency and are not presently: 1. Debarred 3. Suspended 3. Proposed for debarment 4. Declared ineligible S. Voluntarily excluded 6. Disqualified b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: 1. Commission of fraud or o criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, I Violation ofany Federal orState antitrust statute, or 3. Proposed for debarment commission ofembezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property c It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at e later time, it receives any information that contradicts the statements of subsections 2.a — 2.d above, it will promptly provide that information to FTA, TMr1s-2o-Fvu2up t It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: 1. Equals or exceeds $25,000, 2. Is for audit services, or 3. Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: 1. Comply and facilitate compliance with the Federal requirements of 3 CFR parts 18Oand 12UU and Assure that each lower tier participant inits Project is not presently declared by any Federal department or agency to be: A. Debarred from participation inits federally funded Project B. Suspended from participation inits federally funded Project C. Proposed for debarment from participation inits federally funded project D. Declared ineligible toparticipate inits federally funded project E. Voluntarily excluded from participation inits federally funded project F. Disqualified from participation inits federally funded project 3. It will provide a written explanation as indicated on a page attached in FTA's TrAMS-Web or the Signature Page if itnrany ofits principals, including any ofits first tier Subredpientaorits Third - Party Participantsotaiomertier,isunab|etocertifvcomnp|iancem/iththepreoedingstatements inthis Certification Group. Certification Contractor A�r &Lube Systems, inc, Signature of Authorilze A V Official Date 1�/ L4/2020__- Name and Title ofContractor's Authorized Official MgUOWcheftoirena,Owner and Secretary TmF20-o1-F1o23r NON -COLLUSION AFFIDAVIT Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1@23F City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 71OG 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 orsham 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, directly orindirectly, sought byagreement, 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 orindirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate acollusive orsham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENTAND EXECUTION DFTHOSE CERTIFICATIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TDCRIMINAL PROSECUTION. TMF 20-21-F1023F NON -COLLUSION AFFIDAVIT RFP Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1W23F City o7Santa C|aritm,Cm|ifurnia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES Mhe/she is h owner, a partner, president, etc) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive orsham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, orthat anyone shall refrain from bidding, that said BIDDER has not in any manner, directly orindirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid aretrue, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association' organization, bid depository, ortoany member orCITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER inhis general business. Subscribed and sworn to and before me this day of , 20_ Seal of Notary TMFu0-2-F1023F CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento On ��, - �� - ,, �, � �,, �', °S� r ­,, before me, Notary Public, personally appeared v( who proved to me on the basis" of satisfactory evidence to be the person,(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they. executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature,(&) on the instrument the person'(S)" or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. I L OWEN I 1�', 1% i �� 1;�. Commission No 2195855 Z Z NOTARY PUBLIC -CAL IFORNIA SACRAMENro COUNTY My Comm Expires MAY 6 262 PLACE NOTARY SEAL ABOVE WITNESS my hand and official seal. SIGNATURE Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Signer(s) Other than Named Above: Number of Pages: Document Date: Signer(s) Other than Named Above: Number of Pages: LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTOR/SUPPLIER/BROKER/TRUCKER RFP #TMF-20-21-F1023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California lid'.1kilit Name of Prime bidder's firm: Air & Lube Systeirns, � inc. Address: 8353 Dernetre Ave, , city: Sacramento —State: �C,A zip: 958,28 Name of DBE firm: Aror & Lube Systems, Inc, Address: 8353 Deirnetre Ave. city: Sacramento State: CA Zip: 95828 Telephone: (916) 642-7201 Description of work to be performed by DBE firm: Nr & Lube S�4sterns wffl self-perfoirm 100% of the work reQuired fw tWs cointract, Responsbhties MH nndude project manaqeirnent, rernova� of eAstina in-tirOUIld Hf`ts and repdacement Mth new a"i-gr Un Ikfts. The bidder is committed to utilize the above -named DBE firm for the work described above The dollar value of this work$ 400,269.00 The percentage value of this work (in comparison to the total contract value) % 100 Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as statedF M�gUd Micheftorena Title Owner and Secretary If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. TMF 20-21 -F1 023F Page 155 PRE -QUALIFICATION QUESTIONNAIRE Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1W23F City of Santa Clarita, California The Proposer will be automatically disqualified and the proposal will not be considered if the answer to any of Questions 1thruGis"Yes" 1. Has the Proposer or any of its owners, officers, or partners ever been found liable in a civil suit or found guilty inacriminal action for making any false claim mmaterial misrepresentation toany public agency or 2. Has the Proposer or any of its owners, officers, or partners ever been convicted of a crime involving any federal, state, orlocal law related Lodesign orconstruction, fraud, theft, orany act of dishonesty? F Yes M No IHas any contractor license held bythe Proposer orits associates, the General Contractor member(s),or any oftheir proposed Subcontractors ortheir associates, been revoked orsuspended with the last five /S\ EI Yes FZ No 4.Has asurety firm completed acontract orpaid for completion ofacontract onbehalf ofany member of the design team entity for termination by the project owner within the las five (5) years? EI Yes FA No 5. Has the Proposer many of its associates, the General Contractor nember(s),nrany proposed Subcontractor been declared ineligible to bid on u public works contract, to be awarded a public works contract, or to perform as a subcontractor on a public works contract, pursuant to either Labor Code Section 177T1mrLabor Code Section 1777.7within the last five (G)years? The Proposer will be automatically disqualified and your proposal will not be considered if the answer to any mfQuestions 4through 10is°No'° 6. Has the Proposer completed the design & construction of at least three (3) two postin-ground lifts and xt least three (3) chassis wash lift system of similar size and scope to the proposed project in the last five (S) years and was atleast one (1)located inCalifornia? 0dYes 7No 7. Does the manufacturer have a minimum of five (5) years of experience manufacturing and installing the equipment? RX Yes R No TMF 20-21'FlO23F 8. Have each of the primary Subconsultant Team Members completed the design of at least one (1) two post in -ground lift and at least one (1) chassis wash lift system for a public agency in the last five (5) years? Yes ❑ No 9. Does the Proposer and their associates, and each proposed Subconsultant possess a valid and current California professional license covering the discipline for their Project roles? ® Yes ❑ No 10. Does the Proposer, each primary Subconsultant member, the General Contractor member(s), or any proposed Subcontractor have professional liability insurance with a minimum policy limit as set forth in Section F herein? Mom 11. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor seeking qualification, know and understand their obligations regarding the employment of apprentices on public works under Labor Code Sections 1776, 1777.5, 1777.6, and do they intend to comply with these requirements, including the requirement, if applicable, to make contributions to funds established for administration of apprenticeship programs if Design -Build Entity employs registered apprentices or journeypersons in any apprentice -able trade on such contracts and if other contractors on the public works site are making such contributions? ❑ Yes ❑ No 12. Does the Proposer and team, the General Contractor member(s), and each proposed Subcontractor have current California workers' compensation insurance policies as required by the Labor Code or are legally self - insured pursuant to Labor Code section 3700, et seq. or intend to obtain such insurance priorto commencing work? ® Yes ❑ No Questionnaire completed by: Kq ue� IMk,,lheltoreu°`:e Owner r°d ecrewtw!" Date: '12/3/2(,)20 Signature:_ TMF 20-21-F1023F Page 138 REFERENCES RFP #TMF-20-21-FI023F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. Monterey-Sabnas Trainst / 1 Ryan Ranch Rd, Monterey, CA 93940 Name and Address of Owner / Agency Cad Wuff / Operafions Manager / (831) 264-9437 / cwuf@rr,is,t.org Name and Telephone Number of Person Familiar with Project $3,047,756 BUS fifts, bus wash, �ube systeirris, etc June 2()18 Contract Amount Type of Work Date Completed 2. (".ity and County of San Frandsco / 555 Seby St., Sr. in Fraindsco, CA 94124 Name and Address of Owner / Agency Don Jones / Fleet Operations Ii tainager / (415) 550-4600 / donJoir1es@sfgov.oirg Name and Telephone Number of Person Familiar with Project $7,587,602 BUS IliftS, kibe systeirns, it sterns, etc. August 20,18 Contract Amount Type of Work Date Completed 3. L,(:)s Angdes County MetropoNtan Transportabon Authuity Name and Address of Owner / Agency Zack Khan / (323) 217-5203 / KhanZ@rr�etro.net Name and Telephone Number of Person Familiar with Project $2, 100,000 Bus Hfts, storage equiprneru t, etc. March 20,19 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: i u trang IBonds r'md insurance SerMces // RO Box 428, RosevMe, CA 95661 Stanley Matranga // (916) 474-4227 // stan @rnbiservice,coim TMF 20-21-F1023F Page 147 REQUEST FOR PROPOSALS RFP#TMF-20-2l-F1W23F Transit Maintenance Facility Vehicle Lift Equipment Replacement City Project No. F1023F City of Santa Clarita, California Proposals shall be submitted according to the guidelines set forth in the Proposal Instructions and per additional instructions set forth in the Scope of Work/Statement of Work and Response Format sections of this document Purchasing Contact: Andrew Adams (661) 286-4188 1. Solicitation documents for this proposal maybe downloaded from the City's Purchasing BidNet website at Please refer tothe 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 Notice ofRequest for Proposal form signed bythe contractor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained inthe Request for Proposals documents. 4. The last day for questions will be November 17, 2020, 11:00 AM. Questions should be submitted electronically via BidNet:wmtvv,b�d�,)etcl�lrect.,.coril/ic�t 'tzslntadaidta 5. The proposer is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. G. The specificationsinthbnmticeshaUbeconsderedapertofanymontracLmadepursuantthereto. |hove read understood and agree tothe terms and conditions ooall pages ofthis proposal. The undersigned agrees to furnish the commodity or service stipulated on this proposal as stated above. Name (Print): Migu6 Micheltorena Address: Company Phone No.: (916) 381-5522 Title afPerson Signing Proposal: Owner and Secretary mMF 20-21-F1 023F