AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR



Similar documents
1.,\ THE PORT OF LOS ANGELES DATE: JUNE 13,2012

Lr\ THE PORT DATE: APRIL 19, 2013 DEBT & TREASURY

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

GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS

COUNTY OF LOS ANGELES

Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 AWARD CONTRACT FOR AC/AIR COMPRESSORS

QSP INFORMATION AT A GLANCE

CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

Sidewalk Rehabilitation Program

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

ATTACHMENT A HCIDL A Request for Issuance of Bonds for Skid Row Southeast 1. Resolution for Skid Row Southeast 1 on next page.

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

Contract Provisions. 1. Party Names: Is each party clearly identified by official legal name? department, center or program name.

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS

AGENDA STAFF REPORT. ASR Control

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property

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

How To Bid On A Building Project In San Jose

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

NOTICE TO POTENTIAL BIDDERS

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

.//.!. L.moi. /API J II, - l 1 d BOARD OF AIRPORT COMMISSIONERS REPORT TO THE. 'Los Angeles World Airports. DeborFlint xecu ive Director

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).

New Jersey Administrative Code. Encumbrance Accounting and Certifications of Availability of Funds

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

An ordinance amending Chapter I of the Los Angeles Municipal Code by adding new Sections and to establish the Green Building Program

All other provisions of the contract documents, plans and specifications shall remain unchanged.

Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

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

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

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

REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:

Attachment A Terms and Conditions

Unity Community Center Metal Roof Installation. Request for Bids

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

RESOLUTION NO. ---=0=1_5.,..--1_4_5_. General Manager

City of Powell Request for Proposals for a Total Compensation Survey

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

WASHINGTON SUBURBAN SANITARY COMMISSION

CITY OF FILLMORE CENTRAL PARK PLAZA 250 Central Avenue Fillmore, California (805) FAX (805)

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

Work Breakdown Structure Element Dictionary Construction

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Utility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way

Construction Management/ General Contractor Alternative Contracting Process

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

SAMPLE VENDOR AGREEMENT VENDOR # Sample Vendor, Vendor Title Sample Vendor Company. Evelyn V. Martinez, Executive Director

FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT

ALABAMA STATE DEPARTMENT OF EDUCATION

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

NORTH COUNTY TRANSIT DISTRICT

REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CONTRACTOR GUIDELINES

COUNTY OF UNION, NEW JERSEY

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

DOCUMENT NOTICE TO BIDDERS

CDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05

Controlling Our Critical Path: A CDOT Guide to Better Project Management Practices

INSTRUCTIONS TO BIDDERS

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

Solicitation Web Hosting Services for the Disaster Volunteer Network. State of California

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

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

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas

EXHIBIT B. Insurance Requirements for Construction Contracts

Transcription:

THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: MAY 24, 2016 FROM: CONSTRUCTION RESOLUTION NO. AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR SUMMARY: Staff requests that the Board of Harbor Commissioners (Board) approve the award of the construction contract to Johnson-Peltier Electrical Contractor. The Badger Avenue Bridge Rehabilitation project (Project) will replace the existing electrical system which allows the bridge to liftfor passage of vessels below the bridge. The existing drives and motors have reached their service life and require replacement. The lowest responsive and responsible bidder is Johnson-Peltier Electrical Contractor located in Santa Fe Springs, California. The contract amount, plus a 10% contingency, is $1,217,755.00. The contract duration is 365 calendar days. The City of Los Angeles Harbor Department (Harbor Department) is financially responsible for payment of expenses under the proposed contract. RECOMMENDATION: It is recommended that the Board of Harbor Commissioners (Board): 1. Find that the proposed action is exempt from the requirements of the California Quality Act (CEQA) under Article III Section 1(32) of the Los Angeles City CEQA Guidelines as determined by the Director of Environmental Management; 2. Award and approve, Specification No. 2772 for Item Nos. 1 through 11 of the proposal schedule to Johnson-Peltier Electrical Contractor, in the amount of $1,107,050.00; that a 10% contingency not included in the original contract amount be applied for a total authorization of $1,217,755.00; and authorize payment from the City of Los Angeles Harbor Department Construction Account. The contract time for performance of the work will be 365 calendar days from the Notice to Proceed;

DATE: MAY 24,2016 PAGE 2 OF 5 3. Authorize the Executive Director to execute and the Board Secretary to attest to this contract for and on behalf of the Board; 4. In accordance with City Charter Section 655 (g), delegate and authorize the Executive Director to adjust final bid quantities and accept the construction contract upon its completion; and 5. Adopt Resolution No.. DISCUSSION: Background / Context - The scope of this Project consists of replacing existing direct current (DC) drive motors, DC variable speed drives, and Programmable Logic Controller (PLC) system with new alternating current (AC) motors, flux vector drives, and new PLC system, and integrating the new system with the existing system components, which provides the electrical lift system for the existing bridge and allows navigational crossing. This Project also includes programming, testing, commissioning, and interfacing the sensors and controls for interlocking and signaling with the railroad authority. An aerial site plan showing the limits of the Project can be found in Transmittal 3. This Project will be constructed in compliance with the City of Los Angeles Harbor Department's (Harbor Department) Small BusinessA/ery Small Business Enterprise Program (SBEA/SBE). This contract is consistent with State of California Prevailing Wage provisions. This Project will be performed under a Project Labor Agreement. This construction contract is temporary in nature and requires specific experience and equipment to perform the work. As such, it is not feasible for the City of Los Angeles (City) to hire employees and purchase equipment to perform the work under this contract. Construction Award Process - City of Los Angeles Charter Section 371(a) - Competitive Bidding sets forth the procedure staff followed to award this contract. For construction contracts such as this one, the Harbor Department publishes the Notice Inviting Bids in daily newspapers and trade publications circulated in the City of Los Angeles, as well as on the Port of Los Angeles website. The Harbor Department conducts a pre-bid conference to familiarize the prospective bidders with the Project and to answer questions related to the construction contract. Following submittal to the Harbor Department, the bids are publicly opened, and the apparent lowest bidder is declared. Bid documents, SBE and VSBE participation, and other required documents are reviewed for compliance with Harbor Department requirements. Once all information is verified, and, if the lowest bidder is deemed

DATE: MAY 24,2016 PAGE 3 OF 5 responsive, recommendation for award of the construction contract is made. If the apparent lowest bidder is found non-responsive, the next lowest bidder is reviewed. In conformance with the City Charter section for competitive bidding, as stated above, the Notice of Inviting Bids for Specification No. 2772 was advertised on February 25, 2016 on the Port of Los Angeles website, in Chinese Daily News, Dodge Construction "Green Sheet", L.A. Watts Times, Los Angeles Times, and Metropolitan News Company to reach out to as many potential bidders as possible. A pre-bid meeting was held on March 8, 2016. As authorized by the Executive Director on February 25, 2016, the Chief Harbor Engineer received 2 bids for the subject contract on April 27, 2016. The Analysis of Bids (Transmittal 1) lists the companies that submitted bids and their respective bid amounts. The bids received were opened, and Johnson-Peltier Electrical Contractor was declared the apparent lowest bidder at the time of the bid opening with a bid of $1,107,050.00. Construction Division staff has verified Johnson-Peltier Electrical Contractor's state license. In conformance with Section 10.8.4 of Ordinance No. 143429, verification is hereby made that Johnson-Peltier Electrical Contractor has executed and filed an Affirmative Action Plan with their bid. A notification letter has been sent to the City Office of Contract Compliance as required in the ordinance. Johnson-Peltier Electrical Contractor's bid has been found responsive. An approximate 10% contingency is recommended based on a qualitative review of project specific tasks, including schedule constraints and potential unforeseen conditions that may arise during construction, utility conflicts and design and scope changes to accommodate field conditions, for a total project cost of $1,217,755.00. The Harbor Department had set minimum participation levels of 1% SBE, and 0% VSBE. Johnson-Peltier Electrical Contractor is a SBE and has provided the required documents regarding their SBE participation, which qualifies for 100% SBE participation (Transmittal 2). This contract is consistent with State of California Prevailing Wage provisions. This Project is subject to the terms of Project Labor Agreement No. 11-2955, as approved by the Board on March 17, 2011, and the Los Angeles City Council on May 11, 2011. ENVIRONMENTAL ASSESSMENT: The proposed action is award of a contract to Johnson-Peltier Electrical Contractor for the replacement of existing DC motors, drives and PLC with AC motors, drives and PLC. This activity represents the maintenance and replacement of equipment which are accessory to the use of an existing structure involving no expansion of use. As such, the Director of Environmental Management has determined that the proposed

DATE: MAY 24,2016 PAGE 4 OF 5 action is exempt from the requirements of CEQA in accordance with Article III 1(32) of the Los Angeles City CEQA Guidelines. Class FINANCIAL IMPACT: Funds for fiscal year 16/17 in the amount of $684,562.00 have been requested to be budgeted in Capital Budget, Account No. 54510, Center No. 1002, Program No. 000. The funds are expected to be expended as follows: Fiscal Year 2016/2017 $ 684,562.00 Fiscal Year 2017/2018 $ 533.193.00 Total $1,217,755.00 Funds for future fiscal years will be requested to be budgeted as part of the annual budget process, upon Board Approval. The total construction budget for this Project, including contingency, is $1,217,755.00. Although the contractor is not obligated to perform any work under the contract in any fiscal year in which no appropriation for the contract has been made, the contractor agrees to resume performance of the work required by the contract on the same terms and conditions for a period of 60 days after the end of the fiscal year if an appropriation is approved within that 60-day period. The contractor is responsible for maintaining all insurance and bonds during this 60-day period. The time for performance shall be extended during this period until the appropriation is made; however, such extension of time is not compensable. If, in any subsequent fiscal year, funds are not appropriated for work required by the contract, the contract shall be terminated. However, such termination shall not relieve the parties of liability for any obligation previously incurred. ECONOMIC BENEFITS: Spending under the proposed contract will support 6 direct and 4 secondary one-year equivalent jobs for the five-county region.

DATE: MAY 24, 2016 PAGE 5 OF 5 CITY ATTORNEY: The Office of the City Attorney reviewed and approved Specification No. 2772 as to form and legality on August 25, 2015. TRANSMITTALS: 1. Analysis of Bids 2. Contractor and Subcontractor List 3. Vicinity Map FIS Approval: ^A(jnitials) CA Approval: (//flp (initials) SHAUN SHAHRESTANI Chief Harbor Engineer Construction Division ANTONIO V. GIOIELLO, P.E. Deputy Executive Director - Development feugene D. SEROKA Executive Director Author: Mahsa Hematabadi MH:lh 2772B01 File No. 4.6