IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is statutorily exempt from the provisions of the California Environmental Quality Act.



Similar documents
COUNTY OF LOS ANGELES

AMENDMENT TO INCREASE PEST CONTROL SERVICES CONTRACT AMOUNT (ALL DISTRICTS) (3 VOTE)

IT IS RECOMMENDED THAT THE BOARD:

County of Los Angeles

Department of Public Works and Proposed Action

RECOMMENDATION TO ACCEPT FUNDS FROM UNITED WAY, INCORPORATED FOR 211 INFORMATION AND REFERRAL SERVICES (ALL DISTRICTS) (3 VOTES)

County of Los Angeles

APPROVAL TO AMEND SEVEN EXISTING LEGAL ENTITY AGREEMENTS FOR FISCAL YEAR (All SUPERVISORIAL DISTRICTS) (3 VOTES)

IT IS RECOMMENDED THAT THE BOARD:

IT IS RECOMMENDED THAT THE BOARD:

COUNTY OF LOS ANGELES REGISTRAR-RECORDER/COUNTY CLERK Imperial Highway P.O. Box 1024, Norwalk, California

COUNTY OF LOS ANGELES

May 21, Dear Supervisors:

APPROVAL TO AMEND LEGAL ENTITY AGREEMENT WITH TELECARE CORPORATION (SUPERVISORIAL DISTRICT- ALL) (3 VOTES)

Procurement practices of school districts and charter schools; definitions

COUNTY OF LOS ANGELES

NURSING MANAGEMENT PAY PLAN (ALL SUPERVISORIAL DISTRICTS) (3 VOTES)

IT IS RECOMMENDED THAT THE BOARD:

IT IS RECOMMENDED THAT THE BOARD:

COMMUNITY AND SENIOR SERVICES OF LOS ANGELES COUNTY

AGREEMENT AMENDMENT WITH MEDQUIST TRANSCRIPTIONS, LTD

DEFAULTED PROPERTY TAX REDUCTION PROGRAM IMPLEMENTATION INSTRUCTIONS/GUIDELINES

IT IS RECOMMENDED THAT YOUR BOARD:

BOND ANTICIPATION NOTES AUTHORIZATION AND REIMBURSEMENT RESOLUTION ALL DISTRICTS (3 VOTES)

INSTRUCTIONS TO BIDDERS. ~ 1~ t 3. January Approved, GAIL FARBER, Director of Public Works. By Deputy Director. Date

Introduction/Background. Competitive Bidding- Statutory Requirements. Competitive Bidding- Charter/Code Requirements

IT IS RECOMMENDED THAT THE BOARD:

How To Get A County Contract

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT. FREQUENTLY ASKED QUESTIONS (FAQs)

APPROVAL OF CONTRACTS FOR WORKERS COMPENSATION CLAIMS THIRD-PARTY ADMINISTRATION UNITS 1 AND 2 (ALL DISTRICTS 3 VOTES)

APPROVAL OF A CONTRACT WITH PATRICIA FENTON MEDICAL TRANSCRIPTION SERVICES TO PROVIDE TRANSCRIBING SERVICES FOR THE PROBATION DEPARTMENT

ACCEPT A GRANT AWARD FROM THE OFFICE OF TRAFFIC SAFETY FOR THE SELECTIVE TRAFFIC ENFORCEMENT PROGRAM (ALL DISTRICT) (3 VOTES)

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

IT IS RECOMMENDED THAT YOUR BOARD:

AGENDA STAFF REPORT. ASR Control

OFFICE OF CITY OF SAN DIEGO. Michael J. Aguirre CITY ATTORNEY MEMORANDUM OF LAW. Tammy Rimes, Acting Director, Purchasing and Contracting

IT IS RECOMMENDED THAT THE BOARD:

ORDINANCE NO THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

County of Los Angeles CHIEF EXECUTIVE OFFICE OPERATIONS CLUSTER

Florida Division of Emergency Management ITB-DEM Disaster Recovery Services Questions and Answers (ANSWERS IN BOLD)

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

Sidewalk Rehabilitation Program

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

City of Los Angeles Minimum Wage Frequently Asked Questions 11/2/15

Substitute for HOUSE BILL No. 2024

Department of Purchasing & Contract Compliance

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

Within the context of this policy, the following definitions apply:

University Of New Hampshire Transportation Services. Disadvantaged Business Enterprises

MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS

Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools

County of Los Angeles CHIEF EXECUTIVE OFFICE OPERATIONS CLUSTER

Department of Purchasing & Contract Compliance

BEFORE THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN JOAQUIN STATE OF CALIFORNIA * * * * * * * * ORDINANCE NO. 4231

CITY OF GLENDALE CALIFORNIA REPORT TO CITY COUNCIL

2IÀFHRI,QVSHFWRU*HQHUDO

COUNTY OF LOS ANGELES DEPARTMENT OF AUDITOR-CONTROLLER

Bidding and the California Uniform Public Construction Cost Accounting Act (CUPCCAA ) Everything You Need to Know

05 SB270/AP. Senate Bill 270 By: Senators Williams of the 19th, Whitehead, Sr. of the 24th and Kemp of the 46th A BILL TO BE ENTITLED AN ACT

ATTACHMENT A ADMINISTRATIVE MEMORANDUM SELECTION OF INDEPENDENT CONTRACTORS

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS SCHOOL YEAR

COUNTY OF LOS ANGELES DEPARTMENT OF AUDITOR-CONTROLLER

INSTITUTIONAL COMPLIANCE PLAN

County of Los Angeles CHIEF EXECUTIVE OFFICE OPERATIONS CLUSTER

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

PITTSBURG UNIFIED SCHOOL DISTRICT

HIPAA NOTICE OF PRIVACY PRACTICES

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

AGENDA REPORT. Honorable Mayor and Members of City Council Daniel Gho, Public Works Superintendent MEETING DATE: November 5, 2014

RHODE ISLAND CONSTRUCTION LAW PRIMER

*PLEASE CLICK ON THE COUNTY SEAL TO RETURN TO THIS PAGE* CLICK HERE FOR THE CHIEF EXECUTIVE OFFICER'S REPORT DATED MARCH 21, 2014

ORDINANCE AMENDING VARIOUS PROVISIONS OF CHAPTER EMERGENCY SERVICES (ALL AFFECTED) (3 VOTES)

DRAFT 2009FL-0004/018

COUNTY OF LOS ANGELES DATA SALES ORDER FORM AND AGREEMENT

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

REQUEST FOR PROPOSAL

Introduction. Scope of Services

How To Handle A Wrongdoer In A State Agency

CLAY COUNTY UTILITY AUTHORITY, FLORIDA REQUEST FOR PROPOSALS FOR

Policies and Procedures for PREQUALIFICATION of PRIME CONTRACTORS

1. Provide advice and opinions regarding workers compensation issues, as needed;

CHAPTER 23. Contract Management and Administration

March IT IS RECOMMENDED THAT YOUR BOARD: Dear Supervisors:

FDOH Information and Privacy Awareness Training Learner Course Guide

Department of Purchasing & Contract Compliance

CARMEN A. TRUTANICH City Attorney REPORT RE:

Food Service Management Companies Table of Contents

Part 2 Local Substance Abuse Authorities

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE

West s Annotated MISSISSIPPI CODE

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

NUMBER BUYER : GERALD BUYER PHONE T-NUMBER DATE ISSUED VENDOR NUMBER VENDOR PHONE REQ AGENCY

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

IT IS RECOMMENDED THAT THE BOARD:

1. TECHNICAL APPROACH

Transcription:

October 11, 2011 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: ADOPT, ADVERTISE, AND AWARD STORM DAMAGE REPAIR PROJECT CANYONSIDE ROAD 300 FEET SOUTH OF MANZANITA STREET IN THE UNINCORPORATED COMMUNITY OF LA CRESCENTA (SUPERVISORIAL DISTRICT 5) (3 VOTES) SUBJECT This action is to approve the project to repair a storm-damaged slope on Canyonside Road 300 feet south of Manzanita Street in the unincorporated community of La Crescenta; find the project statutorily exempt from the provisions of the California Environmental Quality Act; adopt the plans and specifications; call for bids; and authorize the Director of Public Works or her designee to award, execute, and implement a consultant services agreement for the preparation of a debris removal and containment system plan and a site-specific health and safety plan for a not-to-exceed fee of $10,000 and a construction contract with the apparent responsible contractor with the lowest responsive bid; and approve changes or alterations to the contract. IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is statutorily exempt from the provisions of the California Environmental Quality Act. 2. Approve the project and adopt the plans and specifications that are on file in the Construction Division of the Department of Public Works for Canyonside Road 300 feet south of Manzanita Street, in the unincorporated community of La Crescenta, at an estimated construction contract cost between $235,000 and $325,000.

Page 2 3. Instruct the Executive Officer of the Board of Supervisors to advertise for bids to be received and opened on November 8, 2011, in accordance with the Instruction Sheet for Publishing Legal Advertisement. 4. Authorize the Director of Public Works or her designee to execute a consultant services agreement with the apparent responsible contractor with the lowest responsive bid to prepare a debris removal and containment system plan and a site-specific health and safety plan for a not-toexceed fee of $10,000 funded by existing project funds. 5. Authorize the Director of Public Works or her designee to award, execute, and implement a construction contract with the apparent responsible contractor with the lowest responsive bid within the estimated cost range, approve the Faithful Performance and Labor and Material Bonds and insurance submitted by the contractor, and deliver the project. PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION The purpose of the recommended actions is to obtain approval of the project from your Board; adopt the plans and specifications; advertise for bids; and authorize the Director of Public Works (Director) or her designee to award, execute, and implement a consultant services agreement to prepare a debris removal and containment system plan and a site-specific health and safety plan for a not-toexceed fee of $10,000 funded by existing project funds, and a construction contract with the apparent responsible contractor with the lowest responsive bid for storm damage repair and the performance of other appurtenant work. The proposed consultant services agreement to prepare a debris removal and containment system plan and a site-specific health and safety plan that conform to the County of Los Angeles' (County) specifications is critical to successfully manage construction activities by both the contractor and the County, and a responsible contractor must be able to produce these deliverables. Bid specifications provide that if the apparent lowest bidder fails to complete acceptable deliverables, the Department of Public Works (Public Works) may return to your Board to recommend that the bidder be determined nonresponsible and recommend awarding the construction contract to the next apparent responsible contractor with the lowest responsive bid contingent on that bidder completing deliverables that conform to the County's specifications. Implementation of Strategic Plan Goals The Countywide Strategic Plan directs the provisions of Operational Effectiveness (Goal 1) and Community and Municipal Services (Goal 3). The recommended actions will help achieve these goals by providing a safe and improved roadway for community residents and the traveling public. FISCAL IMPACT/FINANCING There will be no impact to the County General Fund. The estimated construction contract cost to complete this project is in the range of $235,000 and $325,000. The total project cost is estimated to be $482,000. In addition to the construction contract cost, the total project cost includes the costs of preparation of plans and specifications, consultant services, survey, materials testing, inspection, contract administration, change order contingency, and other County services.

Page 3 This repair is necessary as a result of damage caused by the rainstorms of February 2010. We are seeking reimbursement for a portion of the project cost under the Federal and State disaster assistance programs. Funding for this project is included in the Fifth Supervisorial District's Road Construction Program in the Fiscal Year 2011-12 Road Fund Budget. FACTS AND PROVISIONS/LEGAL REQUIREMENTS This project, to contract for the repair of a storm-damaged slope, is part of Public Works' ongoing highway construction and maintenance program. It will be advertised in accordance with Section 20392 of the State Public Contract Code. This project is to be completed in 20 working days. It is estimated the work will start in April 2012 and be completed in May 2012. Delegating to the Director or her designee the authority to award, execute, and approve changes or alterations to this contract and specified administrative authority will allow an expedited contracting process to procure a contractor and facilitate construction delivery for the repair of the stormdamaged slope. The contract agreement will be in the form previously reviewed and approved as to form by County Counsel. The award of the contract will not result in unauthorized disclosure of confidential information and will be in full compliance with Federal, State, and County regulations. The project specifications contain provisions requiring the contractor to comply with terms and conditions supporting your Board's ordinances, policies, and programs including, but not limited to: the County's Greater Avenues for Independence and General Relief Opportunities for Work Programs (GAIN and GROW), Board Policy No. 5.050; Contract Language to Assist in Placement of Displaced County Workers, Board Policy No. 5.110; Reporting of Improper Solicitations, Board Policy No. 5.060; Notice to Contract Employees of Newborn Abandonment Law (Safely Surrendered Baby Law), Board Policy No. 5.135; Contractor Employee Jury Service Program, Los Angeles County Code, Chapter 2.203; Notice to Employees Regarding the Federal Earned Income Credit (Federal Income Tax Law, Internal Revenue Service Notice 1015); Contractor Responsibility and Debarment, Los Angeles County Code, Chapter 2.202; the Los Angeles County's Child Support Compliance Program, Los Angeles County Code, Chapter 2.200; the County's Defaulted Property Tax Reduction Program Ordinance, County Code, Chapter 2.206; and the standard Board-directed clauses that provide for contract termination or renegotiation. The State Public Contract Code requires the County to award construction contracts to a responsible contractor with the lowest responsive bid, which is defined as the firm that: (1) submits the bid with the lowest cost; (2) is deemed by the County to be responsive to specific criteria under the solicitation including, but not limited to, licensure, bonding, and insurance requirements; and (3) is determined by the County to be a responsible bidder by exhibiting the capability, capacity, experience, trustworthiness, and financial wherewithal to perform the work required under the bid solicitation. 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, criminal convictions, civil litigation, defaulted contracts with the County, complaints filed with the Contractor's State License Board, labor law/payroll violations, and debarment actions. As provided for in Board Policy

Page 4 No. 5.140, the information reported by the contractor will be considered before making a recommendation to award. The plans and specifications include the contractual provisions, methods, and material requirements necessary for this project and are on file with Public Works. ENVIRONMENTAL DOCUMENTATION This emergency project is statutorily exempt from the provisions of the California Environmental Quality Act pursuant to Section 21080(b)(3) of the Public Resources Code. These exemptions provide for the project to repair and restore property of facilities damaged as a result of a disasterstricken area in which a state of emergency has been proclaimed by the Governor of California. CONTRACTING PROCESS This project will be contracted on an open-competitive bid basis. The award by the Director or her designee will be made after review of the bids meeting the criteria established by your Board and the State Public Contract Code. The County Local Small Business Enterprise preference will not be applied to the determination of the lowest responsive bid. To be eligible for the Federal funds being sought for reimbursement of a portion of the project cost, Title 44, Code of Federal Regulations, requires award to the lowest bidder. To increase contractor awareness of Public Works' program to contract work out to the private sector, this project will be listed on the County website for upcoming bids. IMPACT ON CURRENT SERVICES (OR PROJECTS) When the project is completed, it will have a positive impact by providing a safe and improved roadway for community residents and the traveling public. CONCLUSION Please return one adopted copy of this letter to the Department of Public Works, Construction Division.

Page 5 Respectfully submitted, GAIL FARBER Director GF:JTS:ma c: Chief Executive Office (Rita Robinson) County Counsel Executive Office Internal Services Department