Loading...
HomeMy WebLinkAbout1994-02-08 - AGENDA REPORTS - SC PRINCESSA METROLINK CONST (2)NEW BUSINESS DATE: SUBJECT: AGENDA REPORT City Manager Apprc Item to be presented February 8, 1994 SANTA CLARITA/PRINCESSA METROUNK STATION CONSTRUCTION CONTRACTS Public Works The City of Santa Clarita faces an emergency situation based upon earthquake damage to the 1-5 and Route 14 freeways which has resulted in severe transportation impacts to the Santa Clarita Valley, San Fernando Valley and greater Los Angeles area. The January 17, 1994 earthquake destroyed major portions'of the freeway systems which will take from six months to one year to repair. The capacity of these freeways has been reduced by 70 % or more and has created long delays for people commuting to work in the San Fernando and Los Angeles areas from the Santa Clarita and Antelope Valleys. Ile Metropolitan Transit Authority (MIA) has secured a second Metrolink Rail Station site on Via Princessa between Sierra Highway and the Whites Canyon bridge in the Canyon Country area of the City of Santa Clarita. MTA has leased the site from the Newhall Land and Farming Company and is working with the City to provide funding for the construction of a temporary Metrolink Rail Station on the site. The Southern California Regional Rail Authority has authorized the City to proceed with construction of the station and issued an initial letter giving permission to expend up to $250,000 on initial construction expenses. MIA and the Southern California Regional Rail Authority has requested the City to proceed with the construction of the station on an emergency accelerated schedule so that the station may be open for passengers on Monday, February 7, 1994. Because of the urgent need to construct the station prior to an opportunity.for the City Council to approve a contract for construction and construction administration, the city Manager (Director of Emergency Services) under the authority of the California State Public Contract Code, Section 22055, Emergencies, Procedure (see Attachment 1) entered into this contract on January 28, 1994. The City Council was briefed regarding the status of the station and the emergency contract on January 28, 1994 at which time staff indicated that a formal contract would be brought to the Council for ratification at their February 8, 1994 meeting. APPROVED Santa Clarita/Princessa Metrolink Station Construction Contracts February 8, 1994 Page 2 The C.A. Rasmussen Company has been awarded a time and materials contract which is estimated to total $850,000 for construction of an emergency/interim rail station at the Via Princessa location. The contract includes site preparation, grading, installation of a storm drain, paving, lighting, construction of a temporary platform, signage and handicapped ramps. The C.A. Rasmussen Company was selected because of their current contract with the County of Los Angeles and contract for the construction of the Whites Canyon bridge and Via Princessa improvements. Heavy equipment was on site and immediately available for use in the construction of the Rail Station. The C.A. Rasmussen Company is working on a 24-hour a day schedule to construct the necessary improvements for the February 7, 1994 opening - The firm of BSI, Incorporated has been contracted to provide engineering services and construction administration for the project. BSI is also providing contract building inspection services to the City and has worked with the City in the past on the Santa Clara River plan and other park and recreation projects. Staff is recommending a standard engineering services consulting contract for construction administration and engineering services not to exceed $100,000 for the Santa Clarita/Princessa Rail Station. FISCAL DdPACT The MTA and the Southem Regional Rail Authority have indicated that FEMA will fully reimburse the cost of the construction and lease for the interim Rail Station at the Via Princessa site. Metrolink has indicated on a January 28, 1994, the immediate availability of $250,000 to begin co ' nstruction of the Station. The remaining funds necessary to construct the Station will be recovered through the MTA and/or FEMA. City staff has determined that because of the urgent nature of providing additional public transportation facilities, it was necessary to execute a contract with C.A. Rasmussen Company and BSI, Incorporated for the construction of an interim Metrolink Rail Station at the Via Princessa site. - C.A. Rasmussen Company and BSI, Incorporated were selected as a sole source as provided by the State Emergency Code to complete the construction, engineering and construction administration for the Metrolink Rail Station so that emergency relief for transportation could go forward at this time. 1. Staff recommends that the City Council vote to ratify the contract with C.A. Rasmussen - Company under the -State Emergency Procedures as approved by the City Engineer and City Attorney (see Attachment 11). Santa Clarita/Princessa Metrolink Station Construction Contracts Febnkuy 8, 1994 Page 3 2. Staff recommends that the Council vote to ratify the contract with BSI, Incorporated under'State Emergency Procedures as approved by the City Engineer And City Attorney (see Attachment Ell). AITACBMENTS Attachment I - State Emergencies Procedures Attachment 11 --C.A. Rasmussen Contract Attachment III - BSI Contract Attachment IV - Via Princessa Site Lease Agreement Attachment V - Site Diagram JK:gmm viaprail.agn § 22033 Rld"kal Note L"6 L&O.12"ea. Renurnbering of this section a 1 21903 and urnendment by St&tLl9K Q 249, wn mbordLmled to iu murnberinS PUBLIC CONTRACT CODE end zincrulment by Stat"986, c. 1019. Sue Hi9torical Note under Bus,. & Prof. C 1 5678-1. 1 22034. Informal bidding ordinance Each public agency which elects to become subject to the uniform construction accounting procedures set forth in Article 2 (commencing with Section 22010), shall enact an informal bidding ordinincte to govern the selection of contractors to perform public projects punuant to subdivision (b) of Section 22032. The ordinance shall include all of the following-. (a) 71he public agency shall maintain a list of qualified contractors, identified according to categories of worIL Minimum criteria for development and maintenance of the contractors list shall be determined by the commission. (b) All contraintoral on the list for the category of work being bid or all construction trade journals sDecified in Section 22036. or both all crtntmctoris on the fiRt for th;eAlpaorIv rif �Irn,k hiA ..A bids "less the product or semce is proprietary. (c) All mailing of notim to contractors and construction trade journals punuant to subdivision (b) shall be completed not less than 10 calendar days before bids aI due. (d) The notice inviting informal bids shall describe the project in general terms, how to obtain more detailed information about the project, and state the time and place for the submission of bids. (e) The governing body of the public agency may delegate the authority to award informal contracts to the public works director, general manager, purchasing agent, or other appropriate person. (Formerly 1 21204, added by Stats.1983, c. 1064, § 1. Amended by Stats.1984, c. 758, 1 4. Renum- bered 1 22034 and amended by Stats.1986, c. 1019, 1 55; Stats.1999, c. 241, 13.) HWAdW Noe and amendment by StaMI996. c. 1019. Ser Historicd Note tires lAswadoe.. Rm=baWg or this snztion in 1 21904 by SUM19K , 249, vr,ui subordinalod to in, renumbering 1 2203& Emergencies; procedure under Bus. & Prof. C 1 5671-5. In cases oUreat emergency, as determined by the governing body of the public agency, Including, tc but not limi to, states of emergency defined in Section MM of the Government Code, when repair or replacements are neeessary to permit the continued conduct of the operation or services of a public agency or to avoid danger to fife or property, the governing body by majority vote, may proceed at once to replace or repair any public facility without adopting plans, specifications, strain sheets, or working data&, or giving notice for bids to let contracts. The work may be done by day labor under the d I fivititin of the governing body, by contra4 or by a combination of the two. The governing bo% by majori vote, may delegate to the appropriate county administrative officer or city manager le power to Llare a public emergency subject to confornation by the governing body, by a four-fifthe vote, at its next meeting.. (Formerly 1 21206, lidded by Stats.1983, c. 1054, 1 1. Renumbered 1 22035 and amended by StRts.1986, c. 1019 1 K) Historical Note 1"6 Legbairdim Renumbering of We icc:tion = 1 21905 and arrierulineat by Suitz.19K � 249. was Subordinated to Its niumberins and amendirient by Stats.1986. c. 1019. See Hi3toficid Note under Buti. A Prot C 1 S67I.S. 1 220K I Detervininationelf construction trade journals to receive notice of Informal and formal construction contracts 7he commission all all deterim Ins, on a count? -b geounty b sells, the appropriate construction trade journals which shall receive mailed notice of &I in ormal and formal construction contracts being bid for work within the specified county. (Forriterly 1 21206, lidded by Stats.1983, c. 1054. 1 L' Renumbered I 2203G and amended by Stats.1986, e. 1019, 1 67.) Additions In text are Indicated by underline deletions by asterisks 126 ATTACHMENT I Page 1 of I be th jui jUL_ - I.. . fi — — bl jurisdIcUon of the pub le agency, pu x within the jurisdiction of the public ager public agency " places for the posting mailed to all construction trade jourrut least 30 calendar days before the date section, the public agency may give so (Formerly 1 21207, added by Stats -IM bered 1 22037 and amended by StAts-I HutI Note isill; uste4ad— lenurnbc,inX Of Ild' Section is 121907 end by S,,,19K , 248. Well lubOrdbieed 10 "" 1 22038. pjection of bids; stateme section Text of sec 1. its discretion, the public ager for bids all bids are rejectA the put reevaluating its cost estimates of tbe following'. (1) Abandoning the project or m (2) By passage of a resolution by 2 can be performed more economically done by force account without forth (b) if a contract is awarded, it 81112 bid, are the same and the lowest, 0 (,) if no bids am received, the pr force account, or by informal bid complying with this "cle. (d) Any statement of reasons for t constitute a new cause of action I available to the bidden. , This section shall remain in effe unless a later entacted statute, whi date. (Formerly 1 21208. added by Slats. tr' bered 122038 and amended by SV I For text of met 1 22038. Rejection of bids; 'Pti, Tex; 1, its discretion, the public 2 of bid, all bids are rejected, after shall have the option of either of Additional In laid are 02-01-1994 10:30AM FROM C. A. RRSMUSSEN JOB 3592 TO 2942517 P.02 ATTACHMENT Il Page 1 of 12 NMROLRIJK STATION VIA PIUNCESSA SITE PROJECT NO. 95-910 This Contract Agreement is made and entered mto for the above -stated pmject this day of 19 "1 1.9 BY AND BETWEEN the City of Santa Merits, as Agency, as Contractor. WITNESSEM that Agency and Contractor have rautuaHy agreed as follows: AR77CLE I That contract documents for the aforesaid project shell consist of the General Specifications, Standard Specifications, Special Provisions, Plus, and all reference specificatiorts, details, standard drawin&, special drawings and VperWicc3; together with this Contract Agreement and all required bonds. insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agmements; claz*ing, of extending the work contemplated as may be required to enswe its completion in ari acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully act forth hercim ARTICLE H For and in c=ideration of thepayments and agreements to be made andperfornied by Agency, Contractor agrees to fizni�h all materials and perform all work required for the above-3tated project, and to 6MI all other obligations as set forth in the aforesaid contract documents. ARTICLE M Contractor agrees to receive and accept the prices set forth as full compensation for furnishing 91 materials, performing all work, and fb1filling all obligations heremder. Said compensation *hall cover all expenses, losses, damages, mid consequences a M—ing out of the nature of the work during its progress or prior to its acceptance include tho" for well and faithfully oompleting the wor� and the whole thereof in the manner and time specified in the aforesaid contract documenaa; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, swpension or discontirruance of the work and all other unknowns or risks of any description connected with the work. FtQject 95-910 Pace I of 12 02-01-1994 10:30AM FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.03 AWACHMENT II Page 2 of 12 Agency hmby promises end WCCS to employ, and does hereby employ. Contractor to provide the materials, do the woric, and fidfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions act forth in the contract documents - ARTICLE Contractor acknowledges the provision of the State Labor Code requiring every employer to be insured against liability for worker's cotapensation, or to undertake self-ftwxance in accordance with the provisions of that Code, and certifies compliance with such provisions. Contactor further acknowledges the provisions of the State Labw Code requiring every employer to pay at least the minimum Prevailing rate of per them wages for each cmft classification or type of workman needed to execute this contmct as determined by the Director of Labor Relations of the State of California. ARTIqZ U Contractor agreft to indemnify, defend and hold harmless Agency and aU of its officm end agents fmm any claims, demand, or causes of action, including related expenses, attorney's fees, and cmts� based on, citing out of, or in any way irlated to the work undertaken by Contractor hereunder. Contractor affirms that the signaturo, titles, and Beals set forth hereinafter in execution of this Contract Agreement represental[I individuah, firm members, partners,joidventurers, and/or corporate ofrimm having principal intermt herein. Ptuimt 95-910 Pago 2 of 12 02-01-094 10:31AM FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.04 ATTACHMENT II Page 3 of 12 IN VVITNIMS WILEREOF the parties hereto for thenselves. their heirs, ex6curtca. administrators. successors, and assigns do hereby agree to the full Performance of the covenants herein contained and have mused this Contract Agreement to be CXWUW in triplicate bysetting hereunto their names. titles, bands, and seaLs Us day of .19 CONTRACTOP- Contractor Name: Address: AU 91qMnTFM MU3T BE WrNESSED BY WOrAKY (ATrACK JURATS) AGENCY - Attest Signed 13y: Print Narno and Title: Cartractor's License No. Agency Business License No. Federal Tax Identification No. City Manager of the City of Santa clarita City Clerk of the City of Santa Clarita Approved as to Form: City Attorney of the city of Santa Clarita Pr0jcGt 95-910 Page 3 of 12 Daw Date 02-01-1994 10:31AM FROM C. A. RASMUSSEN JOB 3592 TO FAITHFUL PERFORMANCE BOND NETROLINK STAnON VIA FRINCESSA SITE PROJECT NO. 95-910 2942517 ATTACHMENT 11 Page 4 of 12 P. 05 as Contractor, and —asSurety.archzld and firmly bound unto the City Of Santa Clarita. as Agency, in the penal sum of dollars hich is one� hundred percent (100%) of the total amount for the above-statod pToject, for the payment gf which surn, Contractor and Surety agree to be bouA jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas Contractor has been awarded and is about to enter into the annexed Contract Agreement with Agency for the above -stated project, if Contractor faithfully performs and ffiffill all obligations under the contract documents in the manner and time specified thareir4 then this obligation &MR be null and void. otherwise it shall remain in full force and offect. m favor of Agency, provided that any alteration% i'the obligation or time fbr completion made pursuant to the terms of the contract documents sball not in any way release either Contractor or Surety, and notice of such alterations is hereby waived by Surety. IN VWTINESS YMEMS, the parties hereto have set their names, titles, hands, and seals, this day of (CORPORATE SEAL) All SIONAIIHM MUar IM WrtNESSEDBYWOrARY (ATrACH JURATS) 19 Sto-ety Name: Address: Signed By: Print Name and Title: 1110POR, 6, �'� SWied By; Print Name end Title; Project 95-910 Page 4 of 12 02-01-1994 10:31AM FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.06 IvIETROLINK STATION VIA PRINCESSA SITE PROIECT NO. 95-910 KNOW ALL MEN BY TBESE PRESENTS that ATTACHMENT II Page 5 of 12 as Contractor, -and and firmly bound unto the City of Santa Clarita, as Agency, in the penal sum of dollars ($ ) which is one. hundred percent (I OW9) of the total amount for the above -stated project, for the payment of which a=, Contractor and Surety agree to be bound, jointly and severally, firmly by these presents. THE CONDMONS OF THIS OBLICTATION ARE SUCK that whereas Contractor has been awarded and is about to enter into the aimexed Contract Agreement with Agency for the above-3tated project, if contractor or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said con"c4 or fails to submit amounts due under the State Unemployment Insurance Act with respect tosaid labor, Surety will pay for the same in an amount not exceeding the sum set forth above� which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided dud any altenitions in the work to be done� materials to be finnished, or time for completion made pur3uant to the territs of the contract documents shall not in any way release either Contractor or Surety, and notice of said alteratiom is hereby waived by Surety, IN WITNESS WHEREAS, the panties hereto have set their names, titles, hands, and seals, this day of '19 Surety Name: Address: Signed By. (CORPOMTE MEAL) Print Name and Title: AU SIGNA7URES MUSr BE wrnzissm BY I=ARY (ATrACK AIRATS) Contractor Name: Address: Signed By: Print -Name and Title: Ptujc4;1 95-910 Page 5 of 12 02-01-1994 10:32AM FROM C, A. RASMUSSEN JOB 3592 CONTRACT DOCUMENTS �gxil METROLDIK STAnON VIA PRINCESSA SrM PROIF= NO. 95-910 Pym,"Moy- TO 2942517 P.07 ATTACHMENT II Page 6 of 12 The City of Santa Clarita Department of Community Development - En&eefing Divi3ion 23920 Valencia Boulevard, Suite 300 Santa Clarita, California 91355 Contact Robert 0. Newman (805) 286410:5 (Ezne%e32CY OperatiOM Center) (805) 28&9616 (Pager) Under the Supervision of: Anthony 1. Ni3idh RCE No. 28550 Fxphm 351/94 Project 95-910 Page 6 of 12 02-01-1994 10:32AM FROM C. A. RASMUSSEN JOB 3592 TO 294251? P.08 ATTACHMENT II Page 7 of 12 The City of Santa Clarita has declared the work described to be of urgent necessity, and has authorized entering into a contr"t without found advertising because of this =crgcncy. In general, all work needed to constnxt a station for Metrolink operations at the Via Princessa site. Con"dor &hall be licensed in accordance with provisions of the Business and Prokssions Code and shall possess a State Contmctoes Ilccnsc� Class A, at the time a contract for Us work is awarded.. AD persons Performing work on this project shall be paid not less than the general prevailing rate of per diem wages as dctcnnined by the California Dcpartmmt of Industrial Relations. The work is located in the Canyon Countiy community of the City of Santa Clarita. station location has been identified in the field by MTA, SCRRA and City penomcl. The work ronsists of. - Clearing the work area of debris to the extent necessary to perform the work. - Remove and rccompad top 12" of existing site to 90% relative density. - Place ffi'PmW fA compacted to 90% relative density,'to lines and grades and lift thickens, as directed. - Construct drainage as directed; Channclizr. the upstream area. Use twin C&T, plain, of diameter TBD. Lower ends of twin CMPs to be connected to Homby Channel. - Pave parking lot =a with 4" AC on 12" CAB on fill material. - Constr%xt platform 1,000'long by 12' wide with provisions for pedestrian access and handicap access, with 4" AC on base� as required. - Provide location and installation for 2 ticket validation macl-dnes and I ticket vending machine plus space for a 2nd ticket vending machine, as directed, - Furnish and install wooden poles, luminaixos and ovcrhead/underground wiring and electrical Project 95-910 Page 7 of 12 02-01-1994 10:33AM FROM C. A. RASMUSSEN JOB 3592 distribution concluits/shibouts, as directed. - Provide Paint striping for Parking lot as directed, - Provide pedestrian crossing(s) as directed. - Provide woven wire fencing, as directed. TO - Provide traffic signal and required material, including installation, as directed, - Provide necessary signage, as directed. - Provide trash cans, as directed. - Provide 2 portable toilets, as diructed. . Provide I Portable temporary Office approximately S'widc by 10long. STANDARD SPECIHCA QNS � 2942517 ATTACHMENT II Page 8 of 12 ME The Standard Specifications of the Agency am the 1991 Edition of the S i S fications at Pub tw dard p2d f lic Works constructi including the 1992 and 1993 Supplements, as written and Promulgated by the Joint Cooperative Committee of the Southern Caffen-da Chapter of tho American Public, Works Association and the Southern California District of the Associated General Contractors of California and Caltrans specifications 1992, as applicable. SPECIAL PROVISIONS The Standard Specifications control the general provisions, construction materials, and construction nicthods for this contract except as amendcd by the Plans, Special Provisions, or other contract documents. The following Special Provisions supplement and amend the provisions of the Standard Specifications unless otherwise notcdL Far ummcnience, the section numbers of the Special Provision coincide with those of the Standard Specifirations. Only those sections supplemented or amended are called out 11= contractor shall execute and returri dure copies of the following documents: I. Faithful Performance Bond 2. Labor and NUtcriah Bond 3. Public Liability and Property Damage Insurance Certificate 4. Workers Compensation Insuranca Cortificater Project 95-910 Page 8 of 12 02-01-1994 10:33AN FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.10 ATTACHMENT II Page 9 of 12 PART I - GENERAL PROVISIONS Subsection 3-3.2.3 (b) Work 1!y Subconta L -qtor. The markup specified in this subsection shall be the maximum allowed, regardless of the number of subcontractor tiers. subsection -5-1 Utilities L&r�atiuns. It shall be the Coniractoes responsibility alone to determine the exact location of underground utilities or substructures of every nature and to protect them from damage. Subsoctio—n 6-1 Construction SchcAtilc and Curritnencement of Work, The Contractor agrees that time is of the cssence. A coristiuction schedule submittal is not required, this schedule shall bc dmloped and ;igteetl to in the field. The first day of work will be specified in the notice to proccrA For bid purposes, the Contractor should assume that the first day of work will be 2 days after Contractor's execution of the contract. Once the Contractor starts work at a specific location, all work at that specific location must be completed within 10 working days. The Contractor ig-Qau&Ac4 that failure to comply with this requirement will result in damages being sustained by the City. Such damagcs zre� and will continue to be, impracticable and extremely difficult to determine. The Contractor shall pay to the Agency, or have withheld from monies due to it, the sum of $1,000 fur every violation of this rcquirrumcnL Execution of the contract shall constitute agreement by the Agency and the Contractor that $1,000 per violation is the minimum value of the cost and actual damage caused by failure of the Contractor to limit performance of the work between the allotted ffim, that such sum is liquidated damage and shall not bc construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. SpbsyWQn-6r5 Termin;rtion of ContmAc: Contractor agn= that Us contract may be terminated with or without cause by the Agency at ary thrie. In the uverit of termination, the Contractor will be compensated for savices performed up to the point of tenitinadon. Compensation of work in pTgrms will be prorated as to the percentage or progress completed at the date of termination. I Subsection -6-7.1 Time Of COPP-191i : The time of complction is 9 working days from the date eMbUshcd in the notice to proceed. No additional working days will be provided for mobilization, for failure to have certificates of insurance on Ric with the Agency, or for Agcncy-&rcctud work stoppages due to failure to comply with contract bond, project site maintenance, or public convenience and safety provisions. Execution of contract is notice to proceed. Subsection 6-7.2 Working- D : Saturday and Sunday shall be considcrcd working days, and Contractor activiti�s will be pertnitted on those days. Contractor activities may extend through 24 hours per day. Due to the cmergency/fist trackriature of this contract, use of multiple shift work is assumed. Project 95-910 Page 9 of 12 02-01-1994 10:34AM FROM C. A. RASMLP5SEN JOB 3592 TO 2942517 P.11 ATTACHMENT II Page 10 of 12 Subsection 7-1 ContracW$ EggMent and Facilitivs: A noise level lirait of 86 dbA at a distance of 50 feet Shall apply to all construction equipment on or related to the job whether owned by the Contractor or not. 110 use Of excessively l0ud warning signals shall be avoided except in those required for the protection of personnel. Subsection 7zl �abffl �UN Liability insurance coverage requirements am amended as follows: Insurance CoverftLReqUu�pnents Comprehensive General Uability Products/Completed Operations Hazard Comprehensive Automobile Uability Contractual General Liability Umit R qukMents S 1,000,000 S 17000,000 s 1,000,000 $ 1,000,000 A vDiribined single4infit policy with aggregate limits in the amount of $2,000,000 will too considered equivalent to the, required minimum limits. Wmectb2n 7-10.3 Street Closures, I�pjqm, Barricades: Unless otherwise approved in writing, at least one lane shall be provided for each direction of travel at all times. Traffic control measures shaU be subject to approval of the Engineer, and shall be in accordance with the requirements and rocomnictidations of the State of California's Manmg--Qf Tqffic Controls for Construction and Section 9 Ea—cilities for AgMcD� Emonnel: No field offices for Agency ricrsomicl arc required. Subs;cAon 9-3,2 Partial and Ein_4 Ppjn : The closure date for the purpose of making partial progress payments will be the last day of each month. The Agrnry will prepare the approximate measurement of the quantities of work performed through the closure date and submit it to the Contractor for concurrence. When the work is complete, the Engineer will determine the final quantities of the work performed and prepare the final progress payment reporL Payments are cornnionly authorized and made within 30 days following the closure date; however, payments will be withheld pending receipt of weekly certified payroll reports. PART 3 - CONSTRUCIION METHODS Subsection 300-13 Removal and Disposal of Materials:' Material cleared and remorved shall become the property of the Contractor, who shall make all arrangements for disposal of materials at off-site locations. Subsection 300-1.4 Pgyment for Clearing.Removal, and Dispoal of Materials: Payment shall be included in the price bid for other item of work. Prcjmt 95-910 Page 10 of 12 02-01-1994 10:34AM FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.12 ATTACHMENT II Page 11 of 12 Subsection 301-2,1 -Untreated Base: Unftated base shall be crushed aggnwatz base (CAB) conforming to the requirements of Subsection 200-2 or approved alternate. Subsection 302-5,1 AsphalLConcrcte Pav�,�ent: Asphalt concrete shall be C2 -AR -4000. SHLmection 302-5.2.4 Traffic Si&LW j�oop I)etwto : When the Contractor is directed to cold miR over loop detectors and the loop detectors are damaged, the Contractor will be comperisated, for replacement of the loops in their entirely. Cuts 3hiall be scaled with State of California Specification No. 8040-01F- 06 Crako brand or equal sealant Traffic control officen shall be provided during the entire time that signals are not operational, and the costs thereof shall bc included in tho Contractors hid. Measurement for payment purposes shall bc on a per loop basis. Subsection 303-5.1 QMU"2M9M—nent9 for PCC: APWA 110-0 Type C driveway approaches shall be provided at all commercial driveway approaches, and APWA 111-1 handicap access (curb) ramps shall be instaRed at all intmections regardless of existing conditions. Curing compound shall be Type 2 and shaft be applied at a rate of- I gallon per I so rquare fccL Project 95-910 Page I I of 12 02-01-1994 10:35AM FROM C. A. RASMUSSEN JOB 3592 BID SCITEDUIX TO 2942517 P. 13 ATTACHMENT II Page 12 of 12 The 30UW unit quantities for prices for purposes of quantifying the bid will be based upon the picliminary site/grading plan and will be inoorporated into the contract by a negotiated change order. Further, any and all work done without cstablishcd'unit prices will be accomplished on a force account basis, utifi2ing Caltraw labor and equipment rates. at full base rates. Contractor Name and Address: Contractor Telephone: Contractor FAX: Signed By: Print Name and Tide: Coninctor license Class/Number/Exp. Date: Pmjcct 95-910 Page 12 of 12 02-01-1994 10:35AM FROM C. A. RASMUSSEN JOB 3592 ATTACHMENT III Page I of 2 L. F" 14—A, TO 2942517 P.14 ek )A L -fbe City of Santa Clarita has recently experienced the devastating effects of the Northridge earthquake, including the severing of major highway arteries between Santa Clarita and the Los Angeles Basin. Based upon discussions between the City and the metropolitan Transportation Authority (MTA there is a compelling need to construct a second Metrolink Rail Station to service the drastic increase of public ridership on the Metrolink Commuter Rail. As a result, the City (and MTA) have been challenged to provide the second Metrolink station within two weeks, an ambitious task. The City contemplates working with MTA and its conceptual designer, STV to obtain in *approximate" design to be sight adapted and designtbuilt-under fast track emergency procedures. The land for the station is being obtained from a private party. Due to fluid nature of this project and the need to blend the management, design, and construction team as quickly as possible, BSI has selected key managers who are experienced on rail and related civil design and construction and related agency interface. Of equal importance is that fto individuals have the ability to act on their feet, make decisions, and then follow through with required actions. They are proven team players. In order . to complete the design and construction in rapid order, the following activities are just a few of the many that must be performed at once and concurrently, Ujiter into contractual agreements, obtain Wrap around project insurance coverage. Assemble Project Team, including preselected construction cooftaCtOrs- 0 Fstablish contractual working relationships. 0 obtain continuation of work: agreements with local unions. a Set milestones and develop num Project Schedule, 0 Obtain geotechnical information - 0 obtain approximate design and other criteria. 0 Select site. 0 Obtain property right-of-way and construction easements, perform Site Survey aW prepare topographic plan, 0 App e site Plan. gy utility and rail and other requirements - 0 De , coordinate a Obtain line of credit/ftinding mechanism - Site. Adapt the Design. 0 value Engineer Design to simplify construction and eliminate long leadiduration conditions. Rough Grade Site. Set up Project Team office at site. rimmPr 02-01-1994 10:36AM FROM C. A. RASMUSSEN JOB 3592 TO 2942517 P.15 Locate Ind construct platform foundations 2L prepare bill of materials and Procure and SU jahli'd Station Platform. erect) b Build Station CanOPY (Pre , ticket vending equipment- @ imull mechanical. electrical 9 pinal grade, pave parking MR. Insm1i signage and stripe and traffic signals 0 Be flexible, look for work round$. Tot/make timely decisions. solve problems On the I - Allow no punch list work to linger. 0 Continuously review quality Of work Products 0 Coordinate trades involved, identify doublettriPle shift Options- & yceep the public informed. 0 Complete work and obtain certificate of Occupancy. (Need PUC approval?) The key*to the success of this cffort is communication. A genuine tTUSt W Partnership must prevail throughout the Process- ly many techniques that are involved in successful design, construction There are obvious nded to cover these management and construction. This statement of qualifications is not inte items. The assumption is that the assembled team can and will hit the ground running, performing their portions of the design/constructiOn as a matter of routine. Timely and quality results wW bear this out. 1 1-94 ;10:32AM 2132448013-* 805+294+2517;# 2 ATTACHMENT IV Page 1 of 18 Los Arqteia County Mea"ollmn January 25, 1994 mTA rile mo. VALN-17—HISC Tronspomflon Authority SENT VIA CERTIFIED MAIL 48 West Seventh Sweet Suite loo Jim Backer, Director of Marketing Lw AnSelet CA 90OF7 The Newhall Land and Farming company 23823 Valencia Boulevard 21023-1194 Valencia, California 91355 Dear Mr. Backer; VA LLE Y SUBDIVISION - LEASE TO THE NEWHALL LAND AND FARKWO COMPANY FOR A TEMPORARY METROLINK STATION AT VIA PRINCESSA IN CANYON COUNTRY I have attached two, signed originals of the temporary Metrolink station lease ' I provided to you via facsimile yesterday. Please have each copy of this lease executed and return p= copy to me for our files. Thank you for your quick response to our request for property. If you have any questions or need anything further,, Please don't hesitate to call me at (213) 244-6501* sincerely, ."'Iw GREG S. Real Esker GSA:gsa Attachment [GSALTR94.0063 cc: RXC/Chron; D. Robb; K. Adamowicz; D. Portillo- Rabinov, SFV Area Team; P. Do Haan, SFV Area Team; a. Shah, SCRRA; B. Clarke, SCRRA SENT BY: XEROX Telecopier 7017: 2- 1-94 ;10:32AM WT. �'; _- �412# � 2132448013� 805+294+2517;# 3 ATTACHMENT III Page 2 of 18 THIS LEASE AGREEMENT ("Lease") is made and entered into this ZA±h day of January. 1994, by and between the SOUTHERN CALIFORNIA RWXONAL RAIL AUTHORITY, a public agency existing under the laws of the State of California ("SCRRA"), and THE NEWHALL LAND AND PARKING COMPANY, a California Limited Partnership ("Landlordm). This Lease is entered into with respect to the following facts: RECITALS A. The SCRRA proposes to construct and operate a commuter transit rail line between the City of Los Angeles and the City of Lancaster ("Metrolink Palmdale/Lancaster Commuter Rail Project"). B. Landlord Owns that certain real property ("Property") within the the City of Santa clarita,, County of LOS Angeles adjacent to the Proposed Metrolink - Palmdale/Lancaster Commuter Rail Project right-cf-way, more particularly shown on Exhibit "A" attached hereto and incorporated herein. C. The SCRRA desires to construct and operate a parking facility and related transit improvements in connection with the Metrolink Palmdale/Lancanter COMMuter Rail Project on said Property. NOWl THEREFORE, in consideration of the above recitals and the covenants and conditions herein, the SCRRA and Landlord agree an follows: 1.1 The saRRA proposes to construct and operate a parking facili- ty and related transit improvements on the Property in connection with the operation of the Metrolink - Palmdale/Lancaster Commuter Rail Project. The SCRRA shall utilize the Property as a regularly scheduled stop along the Metrolink - Palmdalo/Lanoaster Commuter Rail Project. 1.2 Th* proposed use of the Property is in the public interest and is planned and located in the manner that will be the most compatible with the greatest public good and the least private injury. SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:33AM 2132446013� 805+294+2517;# 4 ATTACHMENT IV Page 3 of 18 ARTICLE 2 RIGHT OF POSSESSION 2.1 Landlord hereby agrees to lease to the SCRRA, and the SCRRA hereby agrees to lease from Landlord, the Property pursuant to the covenants and conditions contained herein. 2.2 This Lease shall commence on the date first mentioned above ("Commencement Date"), and continue until terminated as provided herein. 2.3 The "Initial Term" of this Lease shall be for two (2) months. The SCRRA shall have a first option (IfFirst Option") to extend this Lease through January 31, 1996. Thereafter, the SCRRA shall have the option to extend this Lease for two (2) one- year terms. AS used herein, "Term" shall mean the Initial Term and any and all extensions under the options. 2.4 During the Term of this Lease, the SCRRA, its officials, officers, employees, agents, representatives, and invitses, subject to the provisions hereof, shall have reasonable rights of entry to and usage of the Property for the purposes contemplated by this Lease. 3.1 The SCRRA agrees to pay to Landlord the sun of Ten Thousand Dollars ($10,000.00) per month ("Bass Rent") during the Initial Torm, and if applicable, during that portion of the First Option period ending on January 31, 1995. 3.2 On February 1. 1995, the Base Rent shall be adjusted, as provided below. The adjusted Base Rent shall be equal to the Base Rent for January, 3.995, multiplied by a fraction, the numerator of which is the,CP1 figure for November, 1994 and the denominator of - which is the CPI figure for November, 1993. as used in this Section, the term "CPI" shall mean the Consumer Price Index for Urban Wage Earners and Clerical Workers, Los Angeles/ Anaheim/ Riverside, all items (1982-84 - 100), published by the US Department of Labor, Bureau of Labor statistics, or if such index is no longer published, the Us Department of Labor's most comprehensive official index then in use that most nearly corresponds to the index named above. if it is calculated from a base different from the bass period 1982-84 - 100, figures used for calculating the adjustment shall first be converted to the base period used under a formula supplied by the Bureau. If a comparble index shall no longer be published by the US Department - 2 - SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:33AM ; 2132446013� 805+294+2517;# 5 ATTACHMENT IV Page 4 of 18 of Labor, another indOX generally recognized an authoritative shall be substituted by the Landlord. 3.3 The rent payment for the Initial Term Shall accrue from the Commencement Date and shall be paid within two weeks of the execution of this Lease. 3A Subsequent rents under the Term of this Lease during the option periods shall be paid to Landlord, in advance, an the first day of each month. 3.5 Rent for portions of the Term which are partial calendar months shall be prorated on a per -diem basis using a thirty (30) day month. 3.6 If SCRRA exercises any of its optionn to extend the Term of this Lease as provided in Section 2.3, ,,other than the First option,. above, then the Base Rent for the applicable one year extension period shall be adjusted to reflect the then fair market rental value Of the Property as determined by the Landlord in good faith. Such increases shall be effective on the beginning of the applicable extension period. Landlord shall give SCRRA written notice of the amount of any such adjustment not less than thirty (30) days following SCRRA's notice to Landlord that it plans to extend the Term hereof. 3.7 The SCRRA may terminate this Lease at any time during the Term by giving thirty (30) days prior written notice to Landlord. Such termination shall be effective thirty (30) days from receipt of such notice by Landlorde Landlord shall refund to SCRRA any unearned rent received by Landlord for periods subsequent to the effective date of the termination. 4.1 Any work performed or caused to be performed by scRRA, or its agents, on the Property shall be done in accordance with any and all applicable laws and regulations. 4.2 The SCRRA shall be responsible for all design and construction costs for the parking facility and other related transit improve- mants on the Property. 4.3 The SCRRA and/or any contractors of the SCRRA performing work On the Property shall Carry Casualty, liability and workers' compensation insurance. - 3 - SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:34AM ; 2132446013- 805+294+2517;# 6 ATTACHMENT IV Page 5 of 18 4.4 The SCRRA shall fully and promptly pay for all materials used on the Property and fully and promptly pay all persons who perform labor upon the Property in connection with any work performed or caused to be performed by the SCRRA on the Property. The SCRRA shall not suffer or permit to be filed or enforced against the Property, or any part thereof, any mechanical, materialmens', contractors', or subcontractors' liens arising from the work performed or caused to be performed by SCRRA on the Property. The SCRRA may contest any lien, claim or demand by furnishing a statutory lien bond to Landlord in compliance with applicable California laws. 4.5 The SCRRA acknowledges that it is taking possession of the Property in "AS IS" condition. Upon the expiration or sooner termination of the Term of this Lease, SCRRA shall surrender the Property in as good condition as when received, reasonable wear and tear excepted, free of trash and rubbish, and free from all tenancies or occupancies by any person. Unless Landlord elects to the contrary, by written notice to SCRRA, delivered prior to the expiration or earlier termination of this Lease, the SCRRA shall remove, at its Sol* cost, all alterations, additions, and improvements made by the SCRRA to the Property. Alternations, additions, and improvements remaining on the Property that Landlord elects by written notice to the SCRYA to acquire and retain at the expiration or earlier termination of this Lease shall become the Property of Landlord. SCRRA shall, at its own cost, completely repair any and all damage to the Property resulting from or caused by the removal of any of its alterations, additions or improvements. 5.1 Subject to prior written approval of Landlord, the SCM shall have the right to sublease portions of the Property for concession -type businesses, including but not limited to, adver- tising displays, vending machines, pay telephones and f ood/cof f as carts and stands. Landlord shall not unreasonably withhold approval. Any revenues received by the SCRRA from said subleases Shall be retained by the SCRRA and applied to offset the costs incurred by the SCRRA for the operation, maintenance and security of the Property ("operation Costs"). 5.2 The SCRRA shall not permit any person under its use the Property during the Term of this Lease in 2L constitutes a nuisance, or which violates any public nance or regulation. - 4 - control to manner which law, ordi- SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:34AM 21324480134 805+294+2517;# 7 ATTACHMENT IV Page 6 of 18 MTICLE 6 6.1 Throughout the term Of this Lease, the SCRRA shall, at its expense, maintain the Property (including the improvements thereon). 6.2 Said maintenance may include, but not be limited to, lighting, striping, signage, landsCapinge litter removal, concrete and asphalt repairs, graffiti removal, maintenance of the parking facility and other related transit improvements. ARTLQXLE 7 TERMINATIO 7.1 Should The SCRRA breachp or fail to keep, observe or perform any agreem nt, covenant, term or condition an its part herein contained during the Torm of this Lease, then, in addition to any other available rights and remadissi Landlord, at its option, may terminate this Lease upon delivery of written notice thereof to the SCRRA. 7-2 Prior to any termination by Landlord because of a ScRRA,s breach or failure to keepo observe$ or perform any agreement, covenant, term or condition contained in this Lease, Landlord shall notify the SCRRA in writing of any alleged breach or default by SCRRA, and the SCRRA shall have sixty (60) days after receipt of such notice to correct or cure such breach or default. If said breach or default cannot reasonably be corrected or cured within said sixty (60) days following receipt of such notice to correct or cure such breach or defaulto Landlord and the SCRRA shall mutually agree.to a reasonable schedule for the SCRRA to correct or cure said broach or default beyond the sixty (60) day period specified herein. HAZARDOUS_BjM9TAN= 8.1 During the Term of this Lease, the SCRRA shall not cause or Permit any hazardous or toxic wastes or materials to be stored or generated on the Property. in addition, the SCRRA shall not cause nor permit the release of any hazardous or toxic wastes or materi- als in, on, under, or from the Property during the Term of this Lease. Should any discharge, leakage, $Pillage, emission, or Pollution of any type occur upon or from the Property due to - 5- I SENT BY: XEROX Telecopier 7017; 2- 1-94 :10:35AM 2132446013� 805+294+2517;# 8 ATTACHMENT IV Page 7 of 18 the SCRRA's use or occupancy thereof, the SCRRA, at its expense, shall clean all property affected thereby, to the satisfaction of the governmental agencies having jurisdiction thereover. The SCRRA shall indemnify, hold harmless, and defend Landlord from and against all liability, claim, cost or expense (including without limitation, any fines, penalties, Judgments, environmental clean- up, consulting, engineering, and construction fees and expenses, and reasonable litigation expenses and attorney fees) incurred as a result of the SCRRA's breach of this Article 8. The SCRRA shall not be responsible for any pre-existing contamination of the Property. NOTTCRS 9.1 All notices required by this Lease or by statute shall be in writing and shall be personally delivered, delivered by a reputable document delivery Service that provides a.receipt show- ing the date and time of delivery, or delivered by the U.S. mail, postage prepaid, certified return receipt requested. Notices personally delivered or delivered by document delivery service shall be effective upon receipt. Notices delivered by U.S. mail shall be effective at noon of the third day following deposit by the sander in the U.S. mail. Either party may change the'address for notices by giving the other party notice to that effect in accordance herewith. 9.2 All notices shall be delivered or mailed to the applicable party to the following addresses, until such time as a written notice of an address change is made to the other party: SCRRA: Southern California Regional Rail Authority 818 W. Seventh Street 1700 LOS Angeles, CA 90017 Attn: Velma C. Marshall, Director of Real Estate LANDLORD: Newhall Land and Farming company 23823 Valencia Blvd. Valencia, CA 91355 Attns Jim Backert Director of Marketing - 6 - SENT BY: XEROX Telecopier 7017; 2- 1-94';10:36AM 2132445013� 805+294+2517;# 9 ATTACHMENT IV Page 8 of 18 10.1 The SMMA shall procure and maintain, at its cost and for the duration of the Term of this Lease, comprehensive general liability and property damage insurance, against all claims for injuries against persons or damages to property which may arise from or in connection with the performance of the obli- gations under this Lease. The minimum amount of insurance covexage maintained by the SCRRA shall be Ton Hillion Dollars ($10t000,000.00), and shall include Landlord as an additional insured. 11.1 This Lease shall be governed by the laws of the State of California. The parties agree that the Municipal and Superior Courts of the State of California in and for the county of Los Angeles shall have exclusive jurisdiction of any litigation between the parties arising out of or connected with this Lease. 11.2 The time period for the obligations hereunder shall be extended because of delays caused by unforeseen causes beyond the control of and without the fault or negligence of the delaying party, such as causes typically associated with force majeure. 11.3 Xf any termf covenant, condition, or provision of this Lease shall to any extent be held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the terms, covenants, conditions, and provisions of this Lease and right of entry shall remain in full force and effect,, and shall in no way he affected, impaired or invalidated thereby. 11.4 This Lease may be amended at any time by a written agreement between the SCRRA and Landlord-. All amendmentst revisions, and discharges of this Lease in whole or in part, and from time to time, shall be binding upon the parties despite any lack of legal consideration, so long as the same shall be in writing and executed by the parties hereto. 11.5 The SCRRA shall have the right to assign this Lease to another governmental agency. Assignment to a non-governmental agency...shall require the prior written consent of Landlord, which consent shall not be unreasonably withhold. - 7 - SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:36AM ; 2132446013� 805+294+2517;#10 ATTACHMENT IV Page 9 of IS 11.6 If Landlord or the SCRRA Is required to initiate or defend, or is made a party to, any action or proceeding in any way connected with this Lease, the party prevailing in the final judgment in such action or proceeding, in addition to whatever other relief which may he granted, shall be entitled to reason- able attorney's fees. Attorney's fees shall include reasonable costs for investigating such action, conducting discovery, appeal, and all other necessary costs the court allows. 11.7 The terms of this Lease Shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Lease or any other rule of construction which might otherwise apply., 11.8 -This Lease sets forth the entire agreement between the parties with respect to the usage of the Property and supersedes all prior agreements, communications, representations, oral or written, expressed or implied. 11.9 The individuals signing this Lease hereby represent that they hold the position identified after their signature and that they have full authority to bind their respective principal to this Lease. 11.10 This Lease may be executed in counterparts, each of which shall he deemed an original, and such counterparts shall constitute one and the same instrument. IN WITNESS WHEREOF, the parties hereto have executed this License as of the Effective Date. SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY, a public agency BY: ZTAMES D. WILEY Manager of Acquisition - a - SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:37AM 21324460134 805+294+2517;#ll ATTACHMENT IV Page 10 of 18 THE NEWHALL LAND AND FARMING COMPANYj a California Limited Partnership BYt NEWHALL MANAGEMENT TLI TED PARTNERSHIP, a California Limited Partnership, its Managing General Partner BY: NEWHALL MANAGEMENT CORPORATI a California Corporation, its Managing General Partner BY: Senior Vice President BY: Assistant Secretary — 9- SENT BY: XEROX Telecopier 7017; 2— 1-94 ;10:37AM : 12 .� c 5 IIPD fl rmwf-P-xo4 I PO SEKO� CONDO T jF��ft L� WA774A) OWN a 2132446013� 805+294+2517;#12 ATTACHMENT IV . 111% . FYI]Mrr 'A' LMO OWn;j 44 FA 100 1 mfoAy .kA le zoo 7017; Los Angeles Coamy MeftePolitan January 28, 1994 Transportstion Authority SENT VIA CERTIFIED MAIL 818 West Seventh Street Suite 3oo Rudy M. Lee, Head of the Permit LOS Angeles, CA 90017 Mapping and Property Management County of Los Angeles Department 900 South Fremont Avenue IiI623m94 Alhambra, California 91803-1331 Dear Mr. Lee: 21324460134 805+294+2517;#13 ATTACHMENT IV Page 12 of 18 MTA Pile No. A0008509 unit Division of Public Works VALLEY SUBDIVISION - PERMIT FROM THE COUNTY or Los ANGELES DEPARTMENT OF PUBLIC WORKS FOR A TEMPORARY METROLINK STATION AT VIA PRINCESSA IN CANYON COUNTRY First, I would like to thank you and,Mr. Walker for quickly addressing our need to use your vacant Route 126 right-of-way in_the city of Santa Clarita. An you know, this right -of Way will become a portion of the Southern California Regional Rail Authority's ("SCRRAtall) temporary Canyon Country Metrolink station. once completed, this station should provide the co=uters of eastern Santa Clarita and the Antelope Valley with another alternative to the lengthy automobile commute to and from the San Fernando Valley which was brought about as a result of the Northridge earthquake. The Permit YOU prepared allowing the SCRRAIS use describes a much larger portion of your right-of-way than the SCRRA plans to use. Given that the Permit requires the SCRRA to enter into a lease for its use of your right-of-way, and given that the rent to be paid under this lease will be retroactive to today's date, I feel it is necessary to set the record straight regarding the portion of your right-of-way the SCRRA plans to use. I have attach�d*a �lat indl:ci.tiii4ths area planned for.' use. Any rent which may become due for the SCRRA's use should include 2n -l -y that area indicated on the attached plat, and not the area depicted on the plat attached to SENT BY: XEROX Telecnier 7017; 2- 1-94 ;10:38AM Rudy X. Lee Letter January 28., 3.994 Page 2 your Permit. 2132446013-4 805+294+2517;#14 ATTACI*18M' IV Page 13 of 18 If you have any questions or need anything further, please don't hesitate to call me at (213) 244-6501. Sincerely, G a PaT; ES er GSA: goa Attachment [GSALTR94.0071, cc: RXC/Chron; a. Wiley; D. Robb; K. Adamowicz; D. Portillo-Rabinovi SFV Area Team, P. De Haan, SFV Area Team; J. Shah, SCRRA; B. Clarks, SCRRA aohn Walker, Assistant Director Mapping and Property Management.Division County Of Los Angeles Department of Public Works 900 South Fremont Avenue Alhambra, California 91803-1331 Robert Rewman 27440 Onlee Avenue Santa Clarital California 91350 SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:38AM c RE 21324460134 805+294+2517;#15 ATTACHMENT IV Page 14 of 18 SEARCH MAP "A" ""r I jC4.RWY.8$100.WHlTE5-CC.9 ICRAWAGI ftQT MOUTIWE , T4-CAL..PL0TWHjTES.CC c co CALCOS4"NEWS USER F,?4 - aNrl dt�' 4.4. REVISI&M CAYES 10-05-92 OY A.0. RAYAW1 ID To M titarb Py 19RAP" IS pwig� SENT BY: XEROX Telecopier 7017; 2- 1-94 ;10:39AM 7&a6 DPW M2 76PMA 2132446013� 805+294+2517;#16 i4wosz? LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS MAIUNG ADDRESS P.D. BOX 1400 900 SOUTH FREMONT AVENUE AWAMBPA CALFORMA 911112-1460 ALHAMBRA, CAUFORNIA 91803-1331 ATTACHMENT IV PERMIT Page 15 of 18 FACILITY FILE NO, MP -7 .E.MITTEE1,,1h,rn California Regional Rail PERMIT NO. 94016-A Authority/metrolink 818 West 7th Street, Sth Floor Joe NO. Los Angeles, CA 90017 PURPOSE OF PERMIT ttLePHOO&213) 244-6501 to use a portion of -the County of 'Los Anqelesf property, as shown on the attached sketch,L to..pave and stripe, construct a 'passenger podium, and use for parking. I . I . APPLICATION DATED . . I- . . PERMITISSUEO January 28, 1994 EXPIRES July 28, 1994 -Tanuary 27, 1994 IsEES: PLAN CHECK $ 5 0 0 0 0 By AUTHORITY OF THE $CARD OF SUPL41YU10M GATED MARCH FA IWO INSPECTION $75.00* ANNUAL $None 7, 04. TIDIEMAN"K. 14RECTOR OF PUBLIC WORKS By *To be billed amy M.- LEE, Head, PermIt unit Mapping & Propgrty Management DiViSion "VAP&M ISOUBJWTTOTHEPAOVWONSLWMDNTHEWMMUXHEP"SXU"ASOMMWMOOFWIRTHEADOMO�PAOVCPMOLMMMLOWARDAAWJVMVA�m rONTHEATrACNIDBHEME�'GENERALPROVNNONC'AND-SPIZMPMVgHONr. I 2. PERMrrTFE SHALL NOTIFY UNDERGROUND SERVCE ALERT AT 1-000-422-4133 FOR UNDERGROUND LOCATING AT LEAST 2 WORKING DAYS BEFORE COMM ENCING AUTHORIZED EXCAVATION, 2a. This permit Only allthorizea the uge'bf'the areas highlighted on the attached map. 2b. Parmittee shall enter into a lease wiih this Department at fair market value as determined by thin Department, prior to the expiration date of this permits Lease payments shall be retroactive commencing upon the date of issuance of �thia permij:,,. 2c. Permittee shall provide thin Department evidence of insdrlarfce, or self-insurance in such form acceptable to this Department, in the following amounts within 30 daygi - comprehensive General Liability insurance - minimum*$5,QQO00OO per occurrence. - Comprehensive Auto Liability combined single limit of not less than $1,000,000 per' occurrence. - 'RvIdence Of:- c6mpliance. -with $1ection 1.7-4',of :the. latest. ..aidition, of - Standard' APecificatiaTin for Public Works Constructlonp iegarding workers Compensation Insurance. (Continued) A COPY OF THIS SHALL BE KEPT AT THE SITE OF THE WORK THROUGHOUT THE PCFiIQD OF OPERATIONS WITHIN 131STRICT 910 HTS Or WAY AND SHALL BE SHOWN TO ANY DISTRICT REPRESENTATIVE OR ANY LAW ENFORCEMENT OFFICER UPON DEMAND. FVFRr�*E OF � PeftMff 11*4ALL ININCATI A009PTAWM M Mo AGREEMENT 70 OOMMY %WN ALL pWAWN& INCWWo mmm. SENT BY: XEROX Telecopior 7017; 2- 1-94 ;10:40AM Southern California Regional Rail Authority/metrolink Permit No. 94016-A January 28, 1994 Page 2 FZO-Visions lcontinusd) 21324450134 805+294+2517;#17 ATTACHMENT iv Page 16 of 18 All Comprehensive insurance policies shall name the county of Los Angeles as insured or as an additional insured with permittee, and shall bear'.an endorsement or shall have attached a rider whereby it, is provided that in the event of expiration or proposed cancellation of the policy for any reason whatsoever, the County shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. 2d. This Department reserves the right to inspect the activities and uses authorized hereon ". All uses are subject to instructions of this Departments representative. All instructions must be. strictly obse:t�ved. RC:mm:7:94016-A Eno. SENT BY: XEROX Telecopier 7017; 2— 1-94 ;10:40AM ; 2132448013� PROVISIONS B05+294+2517;#18 ATTACHMENT IV Page 17 of 18 A. This permit It. valid only for the purpose specified herein. No change of program as outlined in application or drawings submitted with application is permittted except upon written permission of the Chief Engineer. B. Activities and uses authorized under this permit are subject to any instructions of the Chief Engineer or his representative. ALL INSTRUCTIONS MUST BE STRICTLY OBSvR VED� C. Permittee shal I assume en - . re responsibility for all activities and uses under this permit and 4f shall save the Rd=fr 4 ee and harmless from any and all expense, coat or liability in connection with or resulting from the exercise of this permit including, but not limited to, property damage, personal iiVury and wrongful death. 40S eta. r -'M �y D. Any damage caused to structures by reason of exer . se oT, t4hi mlt shall be M , liper repaired at the cost of the perrnittee&%�Apgofhction t M hould permittee neglect to promptly make repairsi 9 may make repairs or have repairs made and permittee will be billed and shall pay costs. E. A str a or portions thereof or plantings placed on =ia"Irrit gh to of w a y o r w h I ch a1fec t =tL d/ I ated by pormittee without cost to E el 0 d yes must be removed. revised, LFhe1Xr=rr0r%CTr any other public agency the 199 rolall so designate, should future activities or policy so requite. F. This permit is valid only to the extent of t=�Zjura dIctiJJ4,,PkqM'ts required by other Interested agencies and consent'af underlying fee owner of ment lands are the responsibility of the Permittee. NOTHING CONMINED IN THIS PERMIT rp T CONSTRUED AS A RELMOVISHMONT OF ANY RIG= NOW HELD By THR MAO G. This permit is subject to all prior unexpired permits, agreements, easements, privileges or other rights, whether recorded or unrecorded in the area specified by this permit. Permittee she [I make his own arrangements with holders of such prior rights. H. Unless otherwise specified herein, this permit may be revoked or canceled at any time by the Chief Engineer when required for flood control or conservation purposes. 1. Upon written notice of .1ation or revo�Ation of this permit for any cause whatsoever, permittee shall i =:Irl right of way d s ru ures to their condition prior to the issuance of the permit and then shall vacate p operty. Should permittee neglect to #reoto e the., pre". AMM, a ses or structures to a condition satisfactory to the Chief Engineer, the t 0 y perform such work or have work performed, and permittee agrees to reimburse he for all costs of the work so performed upon receipt of a statement therefor. AT. In the event of a aziam. employee work stoppage, the Chief Engineer reserves the right to suspend all activity d egations hy this permit which require inspection by repress I perations and activity authorized by the permit shall not resume unm casa=approval to do so is given. K. Unless otherwise specifically provided, all c ncurred by permittee as a result of the n conditions of the permit or the exercise by r of any right, authority, or reservation contained therein &hall be the sole responsibility of and shall be borne entirely by the permittee. SENT BY: XEROX Telecopier 7017; 2— 1-94 ;10:41AM 21324460134 805+294+2517;#19 ATTACHMENT IV Ln Pagb 18 of 18 m > —7 r 0 z :E 4 m En > x 02-01-1994 10:36AM FROM C. R. RASMUSSEN JOB 3592 TO h 2S42517 P. 16 ATTACHMENT VV Page 1 of 1