PLANNING & DEVELOPMENT GROUP PRE-PROPOSAL CONFERENCE December - - PowerPoint PPT Presentation
PLANNING & DEVELOPMENT GROUP PRE-PROPOSAL CONFERENCE December - - PowerPoint PPT Presentation
PLANNING & DEVELOPMENT GROUP PRE-PROPOSAL CONFERENCE December 1, 2016 PRE-PROPOSAL MEETING AGENDA Introduction and Sign-in Current Information on LABAVN Project Overview Project Description Background Information Scope
Introduction and Sign-in Current Information on LABAVN Project Overview Project Description Background Information Scope of Work Milestones Additional Project Information Dept. of Public Works – Office of Contract Compliance Construction Safety Program Project Labor Agreement Administrative Requirements Instructions to Proposers
PRE-PROPOSAL MEETING AGENDA
CURRENT INFORMATION ON LABAVN
Request For Proposals
Attachment 1 – Administrative Requirements Attachment 2 – Transmittal Letter (Proposal Part B)
Attachment 2(a): Project Experience Form
Attachment 3 – Multiplier Cost Proposal Submittal (Proposal Part C) Attachment 4 – Contractor’s Fee Proposal Form Attachment 5 – Contract Documents
Exhibit A: Draft Contract
Exhibit B: Cost Reimbursable Guidelines
Exhibit C: First Source Hiring Program
Attachment 6 – Project Labor Agreement Attachment 7 – Performance and Payment Bonds
Exhibit D: General Conditions Exhibit E: Special Conditions Exhibit F: Project Requirements
CURRENT INFORMATION ON LABAVN (continued)
Addenda
Addendum No. 1 Addendum No. 2
Items to be posted on BAVN from the Pre-Proposal Conference:
PowerPoint Presentation
Technical Administrative
Sign In Sheets Agenda
LAMP BUSINESS OPPORTUNITIES FORUM
Date and Location
December 14, 2016 Sign-in and Refreshments begin at 1:00 PM Pacific Time Sheraton Gateway Hotel at Los Angeles International Airport 6101 West Century Boulevard Los Angeles, CA 90045
Expectations
Attendance is mandatory for firms intending to submit a SOQ LAWA would prefer that firms provide a representative for the Construction (all inclusive), Architectural Design, Engineering Design, and Workforce Development aspects of their team Firms should be prepared to engage small businesses from across multiple disciplines.
KEVIN SCHROCK LAWA UTILITIES & LAMP ENABLING PROJECT PROJECT MANAGER
PROJECT OVERVIEW
Design/Build project with an estimated not-to-exceed value of $300 million Project will be a tool to assist with the $5.5 billion Landside Access Modernization Program. Critical investment in the on-time delivery of all major elements of the LAMP In addition to the list of currently defined projects, future projects will be defined in response to changing airport operational needs, acquisitions, and/or results of engineering/environmental analyses. Once construction packages are ready, a Component Guaranteed Maximum Price (CGMP) or Task Order will be negotiated for the Work. The Value of each package will count against the overall contract capacity. Each project will require approval from the Board of Airport Commissioners. LAWA will provide the Board with information about the purpose, scope, and value of each project.
PROJECT DESCRIPTION
The LAWA Utilities & LAMP Enabling Project will mitigate schedule uncertainty for delivery of LAMP Projects by:
Deliver design and construction services for utility relocations, demolition of existing facilities, roadway improvements, and other enabling infrastructure improvement projects
Provide professional services for independent projects and the LAX ground access system to support the construction of the proposed LAMP APM, ConRAC, and ITF facilities and other projects that may be required for independent reasons but not be related to LAMP.
BACKGROUND INFORMATION
The projected growth of LAX operations is anticipated to increase vehicular demand resulting in increased congestion and delays for passengers using the existing ground access system to reach LAX. The LAMP will:
Providing safe, efficient and reliable passenger access to LAX, and surrounding business
- perations
Address the deficiencies of congestion and delay.
Key components of the proposed LAMP are:
Construction of an Automated People Mover (APM) system, two Intermodal Transportation Facilities (ITF), a Consolidated Rent-a-Car Facility (ConRAC), and roadway improvements.
Numerous utility upgrade, replacement, and other projects that LAWA needs to pursue for reasons independent of LAMP, including the replacement of deficient water infrastructure and undergrounding of overhead lines and utilities.
SCOPE OF WORK
Specialty services , including but not limited to:
Field surveys of the APM alignment and associated projects
Geotechnical investigations
Utility and pothole investigations
Engineering assessments of existing conditions Engineering Assessments & Investigations
SCOPE OF WORK
Utility investigations, installations, relocations as needed, and protection of service lines and related infrastructure for:
ELECTRICAL
WATER
WATER RECLAMATION
GAS
SEWER/STORM DRAIN
AND TELECOMMUNICATION/CABLE SERVICES
Advanced Utility Relocations
SCOPE OF WORK
Widening and re-striping of roadways
Traffic signal installation and phasing projects
Installation of additional message signage at all CTA entrances
Construction of and re-routing to additional parking facilities
Additional pedestrian pathways and bus rider facilities Temporary & Permanent Roadway, Parking, & Traffic Improvements
SCOPE OF WORK
Projects responding to the APM DBFOM construction needs
Projects to address impacts of other elements of the LAMP program
Specific environmental mitigations as required/ indicated by EIR
Construction Activities, Including Tenant Improvement Projects
SCOPE OF WORK
Design/Builder will assess existing conditions of impacted facilities
Design/Builder to mitigate/ address any hazardous conditions relating to or resulting from demolition operations
Demolition to be implemented through individual task orders Demolition of Existing Facilities
ADDITIONAL PROJECT INFORMATION
Project Work Area
IAN MONTEILH PUBLIC WORKS CONTRACT ADMINISTRATION
PUBLIC WORKS OFFICE OF CONTRACT COMPLIANCE
PURPOSE OF LABOR COMPLIANCE
- To Educate, Assist, and Direct the
Contractor…
- If this fails…
To Enforce the Law.
IT ALL COMES DOWN TO THE FOLLOWING:
- Pay the proper prevailing wages.
- Promptly submit accurate certified payroll
records (CPRs).
- Utilize apprentices (Or… at least be able to
show that you tried to get apprentices and were not able to).
IT ALL COMES DOWN TO THE FOLLOWING:
- Pay the proper prevailing wages.
- Promptly submit accurate certified payroll
records (CPRs).
- Utilize apprentices (Or… at least be able to
show that you tried to get apprentices and were not able to).
Contact Information
Department of Public Works, Bureau of Contract Administration – Office of Contract Compliance Ed Gonzalez 213-847-2658 Eduardo.Gonzalez@lacity.org
http://bca.lacity.org
Department of Industrial Relations (DIR)
http://www.dir.ca.gov
United States Department of Labor
http://www.wdol.gov
DAN PEREZ PROGRAM SAFETY MANAGER LAWA PDG CONSTRUCTION SAFETY
2016 safety metrics
As of November 30, the Planning & Development Group Safety Program has recorded approximately 3,000,000 hours worked, 9 recordable injuries, and 1 lost time incident.
LAWA Construction Safety Program Requirements Revision 4: July 1, 2016 Appendix D contains Code of Safe Practices
The LAWA CSPR exceeds Cal and Fed OSHA in a number of areas— some examples
Fall protection
Maximum employee work hours and day of rest per week
OSHA 10 and 30 training requirements
Confined space rescue requirements
Appendix E contains applicable regulations and standards
Appendix G Safety Professional Qualifications & Staffing Requirements
Safety Manager (SM) – CSP & 5 years heavy civil work Safety Coordinator (SC) – CHST & 5 years heavy civil work Safety Superintendent (SS)– STS & 10 years heavy civil work
Every sub is required to have one Safety Superintendent The Contractor must have at least one SM or SC on site at all times when work is active.
Requirements for safety training for field supervisors and trade workers – OSHA Construction Outreach within the last 4 years
10 hours for ALL field workers & 30 hours for ALL field supervisory staff
Requirements for First-Aid/CPR trained personnel, as well as, other specific training (e.g., forklifts, boom/scissor lifts, etc.) Extensive documentation of safety efforts will be required including inspections, Job Hazard Analysis, and Task Hazard Analysis IIPP and a Written Site Specific Safety Program must be submitted prior to construction operations
Rich Contreras Parsons Corporation
PLA Basics
The PLA is a collective bargaining agreement between the contractors and the Building and Construction Trades Department, AFL-CIO, Los Angeles/Orange Counties Building and Construction Trades Council, its affiliated unions and the Southwest Regional Council
- f Carpenters.
Open to both union contractors and contractors who are not otherwise signatory to a union.
State/Federal Prevailing Wage Requirements.
Workforce Development System and Local Worker Hiring Program.
Supply of qualified and trained craft labor.
No work disruptions because of labor disputes. Uniform labor dispute resolution procedures.
READ AND UNDERSTAND THE PROJECT LABOR AGREEMENT
PLA Goals & Objectives
Prevention of work stoppages or slowdowns throughout the project construction period.
To provide effective procedures for construction, including assurances of a sufficient supply of skilled craft persons and a standardized grievance procedure when grievances do arise.
To set forth 30% local worker hiring goal to maximize local employment of qualified persons and facilitate access to union apprenticeship training.
To establish a Workforce Development System that facilitates access to pre- apprenticeship training, union apprenticeship, and participation by local residents.
To encourage contracting with small businesses that reflect the diversity of Los Angeles.
Local Worker Hiring Program
All contractors and subcontractors working on LAWA PLA covered projects are required to comply with the Local Hire Requirements; Article III, Section 6, Workforce Development System.
The PLA Contractor Hiring Obligations, sets forth a 30% local worker hiring goal to maximize the employment of qualified persons and facilitate local resident access to union apprenticeship training.
Emphasis on providing qualified and job ready apprenticeship employment candidates from local pre- apprenticeship program partners.
Local Residency Cities include (defined by zip codes): City of Los Angeles Culver City El Segundo Inglewood Hawthorne Lennox
Melanie Torres and Sontue Beacham LAWA Procurement Services and Business and Job Resources
LAWA Utilities & LAMP Enabling Projects
Administrative Requirements
Proposer Required Submittals
- Vendor Identification Form
- Affidavit of Non-Collusion
- Bid Bond
- Bidder Contributions (CEC Form 55)
- Contractor Responsibility Program (Questionnaire and Pledge)
- Equal Benefits Ordinance (Compliance Affidavit)
- Municipal Lobbying Ordinance (CEC Form 50)
- Small Business Enterprise (Subcontractor Participation Plan)
- Local Business Enterprise / Local Small Business Enterprise
Vendor Identification Form
- Bidder/Proposer’s business activity data, such as: DBA,
address, licenses, location, type of ownership, applicable certifications (DBE, ACDBE, SBE, etc.)
- Company’s Equal Employment Opportunity Officer contact
information
- Federal Tax ID # and BTRC or Vendor Registration
- List of other City of Los Angeles contracts (previous ten
years)
Affidavit of Non-collusion
- Required with All Bids
- Must be notarized by a registered
Notary Public
- Must be signed by the authorized
company officer
- Submit with bid
Proposal Bond
- Proposal Bond in the am ount of 1 0 % of the estim ated
contract value
- Certified Check from bank within the City of Los Angeles;
- Cashier’s Check issued by bank;
- Surety Bond (use the attached form)
- Bidder notarized signature
- Corporate Seal
- Proposal Bonds are not due at time of submission. Firms invited to
submit for Proposal Part D will be required to include proposal bond with their Part D Submission.
Bidder Contributions CEC form 55
- Certifies that Proposer will refrain from making campaign
contributions and/ or engage in fundraising activities for LA City elected officials (including City Attorney and Controller), candidates for those offices, and committees they control (effective as of date of proposal submission)
- Proposers are required to complete and submit the Bidder
Contributions CEC Form 55 with the proposal
- Any proposal made without the CEC Form 55 will be
considered not responsive
- Proposer’s quality, fitness and capacity to perform the work set
forth in the contract.
- Contractor Responsibility Questionnaire
- Pledge of Compliance
- Disqualification from the bidding process or contract
termination for failure to comply
Contractor Responsibility Program
Equal Benefits Ordinance
- The EBO requires City contractors who provide benefits to
employees with spouses provide the same benefits to employees with domestic partners.
- Domestic partners are defined as two adults living together,
jointly responsible for living expenses, committed to an intimate and caring relationship and registered as domestic partners with a governmental entity.
- Submit the EBO Compliance Affidavit with the proposal.
Municipal Lobbying Ordinance CEC Form 50
- Meet disclosure requirements and prohibitions regarding
proposer’s lobbying activities
- Complete and submit the Municipal Lobbying Ordinance
CEC Form 50 with the bid
- Any bid made without CEC Form 50 may be considered not
responsive
Small Business Enterprise (SBE)
Proposed goal, pending BOAC approval
- Mandatory 15% SBE participation
- Must pledge 15% or higher to be deemed responsive
- Submit Subcontractor Participation Plan listing all
proposed subcontractors
- Submit SBE Affidavit with the proposal
SBE Certification
Requirements:
- Firm is independently owned and operated
- Firm meets small business criteria set forth by the Small
Business Administration (8a) Business Development Program or State DGS Small Business Program, whichever is higher Process:
- If certified by one of the agencies on the following chart, provide
copy of the SBE certification; OR submit SBE (Proprietary) Application for processing.
- Certification is good for two years
49
SBE Certification
If your firm is currently certified with one of the following agencies you do NOT need to go through the Certification process, simply submit a copy of your certification with your bid/proposal.
City of Los Angeles City of Los Angeles
50
CERTIFYING AGENCY CERTIFICATION ACCEPTED BY LAWA AS SBE?
Federal Small Business Administration (SBA) SBA 8(a) Business Devpt. Program Yes State of California Department of General Services (DGS) SB, MB (micro) Yes California Department of Transportation (CALTRANS) SMBE, SWBE, DBE Yes L.A. County Metropolitan Transportation Authority (METRO) SBE, DBE Yes California Unified Certification Program (CUCP) Agencies:
- Central Contra Costa Transit Authority (CCCTA)
- City of Fresno
- City of Los Angeles
- San Diego County Regional Airport Authority (SAN)
- San Francisco Bay Area Rapid Transit District (BART)
- San Francisco International Airport (SFO)
- San Francisco Municipal Transportation Agency (SFMTA)
- San Mateo County Transit District (SAMTRANS)
- Santa Clara Valley Transportation Authority (VTA)
- Yolo County Transportation District (YOLOBUS)
DBE Yes US Women’s Chamber of Commerce (USWCC) WOSB, EDWOSB Yes Women’s Business Enterprise National Council (WBENC) WOSB Yes National Women Business Owners Corporation (NWBOC) WOSB, EDWOSB Yes City of Los Angeles SBE (Proprietary), SLB Yes
Local Business Enterprise / Local Small Business Enterprise
- Ordinance approved November 2016
- Applies to BOAC awarded contracts for
procurement of goods, equipment and services, including design and construction, valued in excess
- f $150,000
- Designed as a Subcontracting Program
- Proposed mandatory 10% LBE goal (3% through
use of LSBE firms) pending BOAC approval
51
LBE Criteria
- Occupies work space within the County of Los Angeles
- In compliance with all applicable City of Los Angeles and County
licensing and tax laws
- Can demonstrate one of the following:
1. Headquartered in LA County and physically conducts and manages all operations from a location in LA County 2. At least 50 full-time employees perform work within boundaries of LA County a minimum of 60% of their total regular hours worked
- n an annual basis
3. Half of the full-time employees (50%) of the business perform work within the boundaries of LA County a minimum of 60% of their total, regular hours worked on an annual basis
52
LBE Certification
- Fill out application “Local Business Certification Affidavit
- f Eligibility” found on
www.Lawa.org>BusinessOpportunities> How to…
- Submit application to Los Angeles Business Assistance
Virtual Network (LABAVN) website at http://LABAVN.org
- LBE certification must be verified and posted by proposal
submission due date. Apply NOW.
- LBE Certification must be renewed every 2 years
53
LSBE Criteria
Must be dual certified:
- Certified by Public Works as Local Business Enterprise
(LBE) AND
- Certified by Public Works as a Small Business Enterprise
(SBE Proprietary) or LAWA’s Small Business Enterprise Program
Satisfying SBE / LBE (LSBE ) Goals
Example 1 OBE Prime (non-certified)
- To satisfy SBE goal, must partner with or use SBE
subcontractors at 15%
- To satisfy LBE goal, must use LBE subcontractors
at 10% (3% must be LSBE firms)
Satisfying SBE / LBE (LSBE ) Goals
Example 2 SBE Prime
- SBE goal is satisfied at 100%
- To satisfy LBE goal, must use LBE subcontractors
at 10% (3% must be LSBE firms)
Satisfying SBE / LBE (LSBE ) Goals
Example 3 LBE Prime
- To satisfy SBE goal, must partner with or use SBE
subcontractors at 15%
- To satisfy LBE goal, must use LBE subcontractors
at 10% (3% must be LSBE firms)
Satisfying SBE / LBE (LSBE) Goals
Example 4 LSBE Prime
- SBE goal is satisfied at 100%
- LBE (LSBE) goal is satisfied at 100%
Selected Contractor Requirements
- Affirmative Action
- Assignment of Anti-trust Claims
- Child Support Obligations Ordinance
- Alternative Fuel Vehicle Program
- Insurance
- Living Wage Ordinance
Alternative Fuel Vehicle Program
- Contractor shall comply with the provisions of the Alternative Fuel
Vehicle Requirement Program adopted by the Board pursuant to Resolution No. 22554, and the LAWA Rules and Regulations relating to the program
- The rules, regulations and requirements of the Alt Fuel Vehicle Program
are attached to RFP
- Operator shall complete and submit to LAWA the vehicle information
required on the Alt Fuel Report form accessible on-line at https://online.lawa.org/altfuel/ on a semi-annual basis
- The reporting form may be amended from time to time by LAWA
Insurance Requirements
- $10,000,000 Automobile Liability
- $50,000,000 Aviation/Airport Liability or General Liability;
- $10,000,000 Professional Liability
- Workers Compensation (Statutory)
- LAWA must be “Additional Insured” in policy
- Primes and subcontractors must have approved
insurance prior to starting work
Living Wage Ordinance
- Contractor agrees to pay employees a living wage – updated July
1st of every year. The living wage is currently $11.68 per hour if the contractor pays for health benefits or, if health benefits are not provided, then $16.73 per hour for Airport Employees.
- Contractor must provide at least 12 compensated days off per year
for each employee’s sick leave, vacation or personal necessity, and at least 10 days off uncompensated.
- Access to payroll records in event of audit performed by Public
Works, Bureau of Contract Administration.
LAWA First Source Hiring Program
Presented by: Sontue Beacham Business & Job Resources Center
Program Description
- First Source Hiring Program (FSHP) language is contained in LAX
- contracts. The program requires employers and their sub-
contractors to participate in the program by posting their jobs with LAX.
- Currently, LAX contractors post their jobs on the Jobs@LAX.
website at www.jobsatlax.org.
- Contractors can post their jobs manually or have the jobs
automatically posted from their websites.
- Positions include: professional, administrative, concessions,
security, warehouse, drivers, ramp, technical, ticket agents, etc….
Benefits for LAX Employers
- FSHP saves employers time and money
- Applicants apply directly on the company’s website or
directly on the Jobs@LAX website
- Applicants make their resumes searchable so employers
can search hundreds of resumes for the perfect candidate at any time
Benefits to LAX Employers
- FSHP has two resource centers for job seekers to promote
LAX jobs
- FSHP partners with local Community Organizations such as
Worksource Centers, colleges, and EDD to promote LAX jobs
- FSHP participates in job fairs, local hiring events, and social
media to promote LAX jobs
- FSHP services are provided at NO COST to your company
Next Steps for Selected Contractors
- Designate a liaison to work with FSHP (i.e. General
Manager or Human Resources personnel) and register your company with the FSHP
- The “New Employer Registration Form” is located here
under the “Employment” tab: www.lawa.org/bjrc
- Work with FSHP to post your jobs online and utilize the
features of the system to hire prospective employees
- Your continued feedback is always welcome!
Small Business Enterprise
- If you need to locate Small Business Enterprise Certified
Firms, contact Allyson Lavalais from the Business & Job Resources Center at 424.646.7306 and alavalais@lawa.org.
- If you’re interested in the Los Angeles Bond Assistance
Program, contact Rosa Osorio at 424.646.7312 and rosa@imwis.com.
For more information, please contact:
Business and Job Resources Center First Source Hiring Program 6053 W. Century Blvd., Suite 300 Los Angeles, CA 90045 Phone: (424) 646-7300 FSHP Staff Sontue Beacham (424) 646-7242 sbeacham@lawa.org Websites: www.lawa.org/bjrc www.jobsatlax.org
THANK YOU!
DAVID B. JOHNSON CONTRACTS MANAGER LAWA PLANNING & DEVELOPMENT GROUP
BUSINESS ENTERPRISE & CONTRACT COMPLIANCE OFFICE (BECCO)
Business Enterprise & Contract Compliance Office
(BECCO) Your Success Is Our Success
David B. Johnson Senior Contracts Manager 7301 World Way West, 9th Floor Los Angeles, CA 90045 pdg-becco@lawa.org 424-646-8703
PROCUREMENT PROCESS
Evaluate Proposals according to established criteria Part A – Administrative Requirements is pass/fail Part B – Technical Proposal and Part C – A/E Multiplier combine for 100 points Qualified firms will be invited to interview (if conducted) Interviews (if conducted) will be evaluated on Part B criteria Part C and Part D are by invitation only.
PROCUREMENT PROCESS
Parts Criteria Description Criteria Weight A Administrative Requirements Administrative Submittals Pass/Fail B Technical Transmittal Letter Pass/Fail Mandatory Technical Experience Pass/Fail Proposer’s Experience
- Lead Designer and Lead Contractor
Experience
- CMAR and DB Experience
35 Project Approach
- Understanding of Scope
25 Proposer Organization
- Team Structure
- Organization Chart
- Proposer experience w/ included team
members 20 Inclusivity
- Prior goals and Level of Achievement
- Approach to Inclusivity
5 C Multiplier Proposal A/E Multiplier
- All-inclusive multiplier for the design team
15 Grand Total 100
Scores will be based on information from the written proposals. If interviews are conducted, scores will be based on information from both the written proposals and the interview. Part C points are based on lowest multiplier (invitation only) Total points will be converted into Proposer’s Efficiency Points Efficiency Points will be used in Lowest Ultimate Cost calculation along with Part D submission (invitation only) LAWA intends to award to firm that provides the “Lowest Ultimate Cost” to the City.
INFORMATION ON SUBMISSION OF PROPOSALS
Proposal Requirements
Make sure all required documents listed are submitted with proposal.
Questions
All questions need to be sent to PDGprocurement@lawa.org
Proposals are Due
No later than 2:00 P.M. on Wednesday, December 21, 2016 at the following address: Planning & Development Group 7301 World Way West, 9th Floor Los Angeles, CA 90045 Attn: Jamaal Avilez