January 7, 1999

The Honorable Board of Supervisors
County of Los Angeles
383 Kenneth Hahn Hall of Administration
500 West Temple Street
Los Angeles, CA 90012

Dear Supervisors:

ADOPT AND ADVERTISE CASH CONTRACT 1982; C.P. 70478
VINCENT GRADE/ACTON PARK AND RIDE AND METROLINK STATION
SUPERVISORIAL DISTRICT 5
3 VOTES

IT IS RECOMMENDED THAT YOUR BOARD:

PURPOSE OF RECOMMENDED ACTION

To contract for the construction of permanent railway station, parking lot, and access road, and the installation of traffic signals, street lights and appurtenant utilities.
The Honorable Board of Supervisors
January 7, 1999
Page 2

JUSTIFICATION

On April 8, 1997, Synopsis 36, your Board approved the Vincent Grade/Acton Metrolink project for the acquisition of the land and the construction of the permanent Metrolink Rail Station. This Department currently operates a temporary Metrolink Station on leased land adjacent to the property acquired to construct the permanent station. The temporary station was established following the 1994 Northridge earthquake and the collapse of the Interstate 5/Route 14 interchange and serves the southerly portion of the Antelope Valley. The temporary station is successfully providing a transportation link between the Antelope Valley and the Los Angeles basin and has an average of 250 riders each day. This service currently eliminates approximately 127,000 single-occupancy vehicle trips and 7,360,000 vehicle miles annually. To continue providing this service the temporary station must be replaced with a permanent station. Subsequent to the completion of the permanent station, the current temporary station will be vacated and the leased land returned to the owner. In September 1998, the land for the permanent station was acquired. This action is necessary for the construction of the permanent station.

FISCAL IMPACT

The estimated construction cost is in the range of $2,080,000 to $2,430,000.

A change order fund equal to approximately 10 percent of the actual construction bid amount will be established. No expenditures from this fund will be made without the CAO's review and authorization. The project schedule and cost summary are included in Enclosure A.

Honorable Board of Supervisors
January 7, 1999
Page 3

FINANCING

The total estimated project cost for the design and construction of the Vincent Grade/Acton Park and Ride and Metrolink Station is $4.025 million. Funds for this project are available from the Fifth Supervisorial District's allocation of Proposition A Local Return Transportation funds ($354,200) in the Transit Operation Fund administered by the Department of Public Works. The balance will be funded with Proposition C discretionary dollars ($1,416,800) awarded under the 1995-96 MTA call for projects, State Transit Capital Improvement funds ($2,054,000) along with a contribution from the City of Palmdale ($200,000).

FACTS AND PROVISIONS/LEGAL REQUIREMENTS

The enclosed plans and specifications include the contractual provisions, methods, and material requirements necessary for this project. Regional Planning Department approval for this project was obtained on March 5, 1997. The contract agreement will be in the form previously approved by County Counsel.

CONTRACTING PROCESS

This project will be contracted on an open competitive bid basis. The contract will be awarded to the lowest responsible bidder meeting the criteria established by your Board and the California Public Contract Code.

To increase contractor awareness of our program to contract work to the private sector, this project will be listed on the County Office of Small Business website.

The project specifications contain provisions 1) requiring the contractor to comply with the County's Child Support Compliance Program and 2) requiring the contractor to report solicitations of improper consideration by County employees and allowing the County to terminate the contract if it is found that the contractor offered or gave improper consideration to County employees.

The Honorable Board of Supervisors
January 7, 1999
Page 4

The project specifications also contain a provision that, should the contractor require additional or replacement personnel to fill employment openings, consideration shall be given to hiring qualified participants in the County's Greater Avenues for Independence (GAIN) Program.

To ensure that the contract is awarded to a responsible contractor with a satisfactory history of performance, bidders are required to report violations of the False Claims Act, their civil litigation history, and information regarding prior criminal convictions. The information reported will be considered before making a recommendation to award.

This project is not within the boundaries of a Community Redevelopment Agency Project.
IMPACT ON CURRENT SERVICES

There will be no impact on the temporary station services as this project is being constructed on a rural, undeveloped County-owned site adjacent to the existing temporary station. The project is to be completed in 140 working days. It is estimated that the work will start in April and be completed in October 1999.

NEGATIVE DECLARATION/ENVIRONMENTAL IMPACT REPORTS

On April 8, 1997, Synopsis 36, your Board found this project has a statutory exemption from the California Environmental Quality Act under Chapter 2.6 of the Public Resources Code, Section 21080 (b) (10).

The Honorable Board of Supervisors
January 7, 1999
Page 5

CONCLUSION

Please return one approved copy of this letter to the Department of Public Works.

Respectfully submitted,

HARRY W. STONE
Director of Public Works

LSH:tw
O:\PUBLIC\LETTER\ADV\ADVF-1982.WPD

Enc.

cc: Chief Administrative Officer

January 7, 1999

Enclosure A

VINCENT GRADE/ACTON PARK AND RIDE AND METROLINK STATION
ADOPT AND ADVERTISE CASH CONTRACT 1982

I. PROJECT SCHEDULE

Project Activity

Project Schedule

Construction Documents

01/07/99

Jurisdictional Approvals (SCRRA MOU)

01/19/99

Board Adopt and Advertise

01/19/99

DPW Award Contract

03/02/99

Start of Construction

04/07/99

Construction Complete

10/25/99

Acceptance of the Project (Board)

12/21/99

Enclosure A
January 7, 1999
Page 2

II. PROJECT BUDGET SUMMARY

Budget Category

Proposed Project Budget

Construction
Change Order Budget (10%)

Subtotal

$ 2,314,000
$ 231,400

$ 2,545,400

Equipment

$ 15,000

Consultant Services
Envir. Documents
Soils - Geotechnical
Soils/Materials - testing & inspection
Survey

Subtotal

$ 12,000
$ 16,500
$ 10,000
$ 75,500

$ 114,000

Misc. Expenses
Affirmative Action
SCRRA

Subtotal

$ 4,000
$ 200,000

$ 204,000

Permits and Fees

$ 7,600

County Services

$ 762,000

Contingency

$ 254,000

Land Acquisition

$ 123,000

Total

$ 4,025,000

INSTRUCTION SHEET FOR PUBLISHING LEGAL ADVERTISEMENT

NOTICE INVITING BIDS

Sealed bids will be received by the Los Angeles County Department of Public Works for the construction of permanent railway station improvements, parking lot, and access road, and installation of traffic signals and street lights under Cash Contract 1982, Vincent Grade/Acton Park and Ride and Metrolink Station, in the vicinity of Acton.

The bids must be submitted at the Cashier's Office, west side of main lobby, 900 South Fremont Avenue, Alhambra, California 91803-1331, before 11 a.m. on Tuesday, February 16, 1999. The bids will then be publicly opened and read in Conference Room C or at the location posted in the main lobby.

The work shall be done in accordance with the plans and specifications on file and open for inspection at the County Board of Supervisors Executive Office and the Department of Public Works. The work is estimated to cost between $2,080,000 and $2,430,000 and shall be completed in 120 working days. The work requires a California Class A or B contractor license.

All persons performing the work shall be paid not less than the general prevailing rate of per diem wages as determined by the California Department of Industrial Relations. Copies of the wage rates are available at the Department of Public Works.

The bids must be submitted on proposal forms included in the bidder's package of plans and specifications which may be purchased for $60.00, including postage and handling if mailed, at the Cashier's Office mentioned above on Mondays through Thursdays between 7 a.m. and 5:30 p.m. or at the Department of Public Works Permit Office, 38126 Sierra Highway, Palmdale, California 93550, on Mondays through Fridays between 7:30 a.m. and 4 p.m. For further information, call (626) 458-6959.

Each bid must be accompanied by a certified check, cashier's check, or surety bond payable to Los Angeles County in an amount equal to at least 10 percent of the bid to guarantee that the bidder will enter into the contract if it is awarded to him.

Prior to the date and time of submission of bids, bidders shall submit separately to the District Attorney a completed Principal Owner Information (POI) Form if such form is not currently on file with the District Attorney. Bidders shall certify, in accordance with Section 2.200.600 of the County Code, that: 1) the POI Form has been appropriately completed and provided to the District Attorney with respect to the Contractor's principal owners; 2) the Contractor has fully complied with all applicable State and Federal reporting requirements relating to employment reporting for its employees; and 3) the Contractor has fully complied with all lawfully served Wage and Earnings Assignment Orders and Notices and will continue to maintain compliance. Such certification must be submitted on the Child Support Compliance Program (CSCP) Certification form included as one of the proposal forms. Failure by a bidder to submit the CSCP Certification (which includes certification that the POI Form has been submitted to the District Attorney) shall be grounds for finding a bid nonresponsive (County Code Section 2.200.070).

-1-

The bid must provide full disclosure of False Claims Act violations and civil/criminal legal actions as provided for on the three forms included as part of the proposal. Failure to complete these forms may result in a determination that the bidder is nonresponsive and/or not responsible.

As a threshold requirement for consideration for contract award, bidders shall demonstrate a proven record of hiring GAIN participants or shall attest to a willingness to consider GAIN participants for any future employment opening if they meet the minimum qualifications for that opening. Additionally, bidders shall attest to a willingness to provide employed GAIN participants access to the bidders' employee mentoring program, if available, to assist these individuals in obtaining permanent employment and/or promotional opportunities.

The contract, if awarded, will be awarded to the lowest responsible bidder whose proposal complies with all of the prescribed requirements, however, the Board of Supervisors reserves the right to reject any and all bids.

If awarded the contract, the successful bidder shall certify that it will: 1) not knowingly supply any products, goods, supplies or other personal property produced or manufactured in violation of child labor standards set by the International Labor Organization through its 1973 Convention Concerning Minimum Age for Employment, 2) upon request, identify the country/countries of origin of any products, goods, supplies or other personal property bidder supplies, and 3) upon request, provide the manufacturer's certification of compliance with all international child labor conventions.

The successful bidder understands and agrees that, if awarded the contract and the County discovers that any products, goods, supplies or other personal property supplied by the successful bidder to the County are produced in violation of any international child labor conventions, the successful bidder shall immediately provide an alternative, compliant source of supply.

The successful bidder further understands and agrees that failure to comply with the foregoing provisions will be grounds for immediate termination of the contract.

The successful bidder will be required to submit a faithful performance bond, payment bond, liability insurance, and workers' compensation insurance with the contract.

As provided for in Section 22300 of the California Public Contract Code, the contractor may substitute securities for any monies withheld by the Department of Public Works to ensure performance under the contract.

Each person by submitting a response to this Notice Inviting Bids certifies that such bidder and each County lobbyist and County lobbying firm, as defined by Los Angeles County Code Section 2.160.010, retained by the bidder, is in full compliance with Chapter 2.160 of the Los Angeles County Code.

-2-

It is improper for any County officer, employee, or agent to solicit consideration, in any form, from a bidder with the implication, suggestion, or statement that the bidder's provision of the consideration may secure more favorable treatment for the bidder in the award of this contract or that the bidder's failure to provide such consideration may negatively affect the County's consideration of the bidder's bid. A bidder shall not offer or give, either directly or through an intermediary, consideration, in any form, to a County officer, employee, or agent for the purpose of securing favorable treatment with respect to the award of this contract.

A bidder shall immediately report any attempt by a County officer, employee, or agent to solicit such improper consideration. The report shall be made either to the County manager charged with the supervision of the employee or to the County Auditor-Controller's Employee Fraud Hotline at (213) 974-0914 or (800) 544-6861. Failure to report such a solicitation may result in the bidder's bid being eliminated from consideration.

Among other items, such improper consideration may take the form of cash, discounts, service, the provision of travel or entertainment, or tangible gifts.

Para mas informacion con relacion a esta noticia, por favor llame a este numero (626) 458-3118. Nuestras horas de oficina son de 7 a.m. a 5:30 p.m. de lunes a jueves.

The County supports and encourages equal opportunity contracting.

By order of the Board of Supervisors of the County of Los Angeles, State of California.

Dated January 19, 1999.

LSH:tw
O:\PUBLIC\LETTER\NIB\CC-1982.TX9

-3-

Top Of Page