- j / <-, rei BOARD OF AIRPORT COMMISSIONERS. e:t. Flin hief Executive Officer REPORT TO THE

Similar documents
Los Angeles World Airports

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

TRANSMITTAL TO CATE COUNCIL FILE NO Deborah Flint. Executive Director Department of Airports

'Los Angeles World Airports REPORT TO THE B0 A RD OF AIRPORT COMMISSIONERS. s( 1

Los Angeles World Airports

TRANSMITTAL 4/18/ S1

AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SOUTH EXTENSION AND BACKLANDDEVELOPMENT SPECIFICATION NO.

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

1. Declare Leed Electric, Inc. (Leed), first low bidder, to be non-responsive, as discussed in this report.

REQUEST FOR PROPOSALS

MEMORANDUM. July 7, 2016

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. WEB-BASED CONSTRUCTION PROJECT MANAGEMENT SYSTEM

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: ENV AMERICA INCORPORATED ASBESTOS AND LEAD MANAGEMENT CONSULTANT

LA Gateway Partners LAX ConRAC Outreach Meeting January 25, 2017

1. Authorize the City Engineer to issue and advertise the transmitted RFQ to wastewater and environmental engineering consultants (Transmittal No. 1).

0', BOARD OF AIRPORT COMMISSIONERS REPORT TO THE )4(0 I. til 4 A S Pk/ 011/ Deborah Flint - hief Executive Officer

RESOLUTION NUMBER 2877

REPORT TO THE DULLES CORRIDOR COMMITTEE RECOMMENDATION TO AWARD A CONTRACT FOR CLAIMS CONSULTING SERVICES FOR THE DULLES CORRIDOR METRORAIL PROJECT

Informational Workshop How to do Business with the City of Irvine March 31, 2011

Procedures for Local Public Agency Project Administration (Revised 5/2014)

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

Would like the list of RFQ respondents in order to contact for teaming.

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSALS

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 03A2139

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS NO TYPES 1 AND 3 CHARTER APPLICATIONS REVIEW

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

SECTION 3 PROGRAM MANUAL

COUNTY OF LOS ANGELES

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

South Terminal Complex Food & Beverage Package 1 Concession Pre-Proposal Conference January 10, 2018

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

City of Los Angeles Small, Local Business Program Historical Summary and Program Milestones

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

Title SANTEE COURT PARKING FACILITY PROJECT / 636 MAPLE AVENUE INTER-MODAL PARKING STRUCTURE

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING

THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS: LOCAL BUSINESS PREFERENCE PROGRAM

Automated Airport Parking Project

CHIEF OF PARKING ENFORCEMENT OPERATIONS, 9180

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR PROPOSALS RFP No FOR A

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

Construction Management (CM) Procedures

Rent Escrow Account Program (REAP) and Utility Maintenance Program (UMP) Landlord Outreach Services (RFP)

Met r 0 Met"'fKK'ibn Transportation Authority

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS (RFP)

State Project No. XXXXXX City Project No. c401807

COUNTY OF LOS ANGELES

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

2. Approve the subject Agreement with Lloyd s Register Quality Assurance for a term of three years and a total amount not-to-exceed $25,000; and

OVERVIEW OF UNSOLICITED PROPOSALS

REQUEST FOR PROPOSALS

NOTICE OF REQUEST FOR PROPOSALS

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

SUBJECT: REQUEST FOR PROPOSALS FOR PORT OF LOS ANGELES WORKFORCE TRAINING CENTER CONSULTANT

INDEPENDENT AUDITING SERVICES

Below are five basic procurement methods common to most CDBG projects:

On-Call Traffic Engineering Services

SUBJECT: SEE BELOW DATE: May 26, 2016

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

Request for Proposals Architectural Services Re: Fremont High School (RFP No date advertised July 17, 2014) ADDENDUM No. 2 (AUGUST 7, 2014)

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

- AGREEMENT BETWEEN THE CITY OF LOS ANGELES HARBOR DEPARTMENT AND ORACLE AMERICA, INC. FOR SOFTWARE LICENSES, MAINTENANCE AND SERVICES

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Foreign Currency Exchange and Passenger Amenities

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

SECTION 9: FORMAL PROCEDURES

POLICY 6800 PROCUREMENT

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

Brenda J. Billingsley

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

Request for Qualifications Construction Manager

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSALS FOR THE FEASIBILITIY STUDY

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

Request for Proposals (RFP) to Provide Auditing Services

CITY OF LOS ANGELES LOS ANGELES PUBLIC LIBRARY. REQUEST FOR QUALIFICATIONS RFQ No For IMMIGRATION ASSISTANCE CONTRACTORS

BO.ID OF AIRPORT COMMISSIONERS

The Contractor s Handbook

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017

Request for Proposal for: Financial Audit Services

PUBLIC RELATIONS & LEGISLATIVE AFFAIRS APPROVAL OF AGREEMENT WITH INTERNATIONAL LOBSTER FESTIVALS, INC.

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

Request for Proposal. Independent Living

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

SECTION 3 POLICY & PROGRAM

Transcription:

5/31/2017 111 NY I 1 MT BY rei Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS / <-, A A,_/ ) Apprf ed b -k: Adam. / Reviewed by:ger Joh - j 0 hie i rports Engineer II on, Deputy Executive Director Finance Oa!..e: torne e:t. Flin hief Executive Officer - Meeting Date: CAO Review: 1 6/15/2017 x 1 Completed Pending N/A Reviewed for Date i Approval Status By 6/2/2017 MY N NA RW CEQA 6/2/2017 I MY N i AE Procurement 5/30/2017 1 Guest Experience ' ON D Lind 1 ZY N 1 SUBJECT: Authorization to advertise a Request for Proposals for Qualified Firms to submit Proposals for the Landside Access Modernization Program Intermodal Transportation Facility West Project at Los Angeles International Airport Authorization to advertise a Request for Proposals to solicit qualified firms to submit proposals to provide comprehensive engineering, design, demolition, pre- construction, and construction services for the Landside Access Modernization Program Intermodal Transportation Facility West Project at Los Angeles International Airport. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2.f of the Los Angeles City CEQA Guidelines. 3. FIND that this work can be performed more economically or feasibly by an independent contractor than by City employees. 4. FIND that this procurement process is in compliance with Los Angeles City Ordinance No. 183585, passed on May 27, 2015, allowing Los Angeles World Airports to use the competitive sealed proposal selection process as provided herein and the Construction Manager at Risk, Design -Build, or Design -Build- Operate and Maintain alternative project delivery methods for the following projects, or any combination thereof: Automated People Mover (APM), Consolidated Rent -A -Car (ConRAC), Multi -Modal facilities, Central Terminal Area Parking Structures, pedestrian bridges, and a comprehensive set of roadway Page 1 ITFW DRAFT Board Report 5 25 17-jpa

improvements. It also includes their components and integration into facilities and operations at Los Angeles International Airport (collectively, the Projects.) 5. AUTHORIZE the Chief Executive Officer to release a Request for Proposals using a Competitive Sealed Proposal Selection Process to procure a Progressive Design -Build firm to perform comprehensive engineering, design, pre- construction, and construction services for the Landside Access Modernization Program (LAMP) Intermodal Transportation Facility West Project at Los Angeles International Airport, subject to changes by the Chief Executive Officer, as necessary. DISCUSSION: 1. Purpose Authorize the Chief Executive Officer to release a Request for Proposal (RFP) to solicit qualified firms to provide comprehensive engineering, design, pre- construction and construction services for Phase I of the Intermodal Transportation Facility (ITF) West facility. Once complete, the ITF West facility will provide approximately 7,000 parking stalls in a 5- level public parking garage. The project includes space to relocate the Los Angeles World Airports (LAWA) Security and Badging office, and space for commercial and passenger amenities. New roadways will provide access to the garage and improve traffic flow. Scope of work will include coordination with the Automated People Mover (APM) Developer and LAWA Utilities & Landside Access Modernization Program (LAMP) Enabling (Utilities & Enabling) Contractor to interface with the adjacent APM station and connecting pedestrian walkways, the adjacent traffic rotary and pick -up and drop -off curb frontage, and other LAMP utility and roadway modifications and improvements The ITF West Project will achieve the following objectives: 1) Project Goals, short term: - Early delivery of 4300 parking spaces (by early 2020) to offset the anticipated reduction of airport parking spots caused by the clearing of current parking areas to accommodate APM's path and infrastructure. 2) Project Goals, long term: - Reduce congestion on the internal airport roadway network - Improve traffic around the airport - Enhance the arrival and departure experience for passengers - Provide alternative access to the terminals via the APM system Using the progressive design -build delivery method allows design and pre- construction activities to move forward while environmental clearance is underway. Construction will not commence until final environmental approval is obtained. 2. Prior Related Actions April 16, 2015 - Resolution No. 25681 The Board of Airport Commissioners (Board) requested the Los Angeles City Council to consider and approve an ordinance to allow use of Alternate Project Delivery Methods and Competitive Sealed Proposal Selection Process (CSPSP) for Design -Build, Design - Build- Operate and Maintain and Construction Manager at Risk Contracts for delivery of Page 2 ITFW DRAFT Board Report 5 25 17 jpa (1).docx

select Capital Improvement Projects related to the LAMP at Los Angeles International Airport. On May 26, 2015 the City Council approved Ordinance No. 183585 authorizing the use of alternate project delivery methods as requested, Council File 14-0987. 3. Current Action Authorize the Chief Executive Officer to release a RFP using a competitive sealed proposal selection process to provide LAWA with all labor, materials, and equipment necessary and reasonably inferable to complete the work in accordance with LAWA's requirements, as set forth in the Contract Documents, under a Progressive Design -Build (DB) delivery method. Proposers should be able to provide professional engineering, design, demolition, pre - construction, and construction services as covered in this scope of work. This project will provide early delivery of new parking spaces to offset the anticipated reduction of airport parking spots caused by LAMP construction, provide a new facility to relocate the LAWA Security and Badging Office, and create flexible space for commercial and passenger amenities. After completion of the adjacent APM station and traffic rotary, the integrated facility will help reduce congestion on the internal airport roadway network and improve traffic around the airport by providing alternative access to the terminals via the APM system, enhancing the arrival and departure experience for passengers. Procurement Process All proposers must submit proposals that demonstrate relevant skill, experience and knowledge in providing engineering, design, pre- construction, demolition, and construction services. The proposer will be required to show previous successful experience in delivering projects using the Design -Build delivery methods. The City Council- approved an ordinance to allow use of Alternate Project Delivery Methods and Competitive Sealed Proposal Selection Process (CSPSP) for Design -Build, Design- Build- Operate and Maintain and Construction Manager at Risk Contracts for delivery of select Capital Improvement Projects related to the Landside Access Modernization Program at LAX. When using the CSPSP, City Charter Section 371(b) requires that a contractor be selected based on the "Lowest Ultimate Cost to the City." Proposers must be able to demonstrate to LAWA their technical and construction experience, staffing and organizational approach, scheduling and cost controls, and an understanding of the unique challenges of working in an airport environment. Proposers are also required to meet several business inclusivity goals. The goals established for this project are: Small Business Enterprise 20% Local Business Enterprise 10 %, of which 5% must be Local Small Business Enterprises Disabled Veteran Business Enterprise 3% Page 3 ITFW DRAFT Board Report 5 25 17 -)pa (1).docx

Evaluation Process - Lowest Ultimate Cost LAWA will award to the proposer deemed to provide the "Lowest Ultimate Cost" to the City for this project. The lowest ultimate cost is determined by scoring each proposer's Technical Proposal (60% of the score) and Price Proposal (40% of the score) to determine a Final Score (FS). The highest final score determines the winning proposal. Technical Proposal The Technical Proposal will be evaluated using the following weighted scale: A Administrative Submittal Min DB Experience RFP SCORING Pass /Fail Pass /Fail B Criteria w/ Score & Weight Max Score Weight Max Possible Points % of Total available Points Minimum Qualifying Weighted Score (85 %) B1 DB Cohesive /Committed Team (Pass Experience & Current Commitment) 10 5 50 16% B2 Schedule Innovation 10 4 40 13% B3 Project Approach 10 3 30 10% B4 B5 B6 Design Management /Excellence DB Team Internal Management Processes DB Team Management & Staffing Plan 10 3 30 10% 10 3 30 10% 10 3 30 10% B7 Firm Qualifications 10 2 20 6% B8 Team Qualifications 10 2 20 6% Sub -Total Points 80 250 81% 213 C Interview 20 3 60 19% Total Points 100 310 100% 264 Page 4 ITFW DRAFT Board Repot 5 25 17 -)pa (1) docx

Interview Upon review of the written Technical Proposal evaluation process, LAWA reserves the right to develop a list of the most qualified proposers to participate in the interview process. No Proposer whose score on the Technical Qualifications Proposal is less than 213 points, out of the possible 250 weighted points, will be invited to attend an interview. Price Proposal After completion of all Technical Proposals reviews and interviews, and after the calculation of the each Proposer's Technical Proposal Score from the Proposer's Fixed Price, Proposers with a weighted score of at least 264 will submit a Price Proposal that includes the Proposer's Fixed Price. Proposer's Fixed Price (FP) is determined as follows: FP = Design Price + Pre- Construction Service Price + DB Fee Price + DB Bond Fee Price + DB Insurance Fee Price Final Score The Final Score is a percentile grade whereby a score of 100% represents a combination of the lowest price and highest qualification score. The technical proposal that scores the most points will be awarded the highest technical score, and the lowest Price Proposal will be awarded the highest price score. The Final Score (FS) will be determined as follows: FS = [ (0.60 x NTPS) + (0.40x NFPS) ] x 100 NTPS = Normalized Technical Proposal Score - Proposer ' s Technical Proposal Score Highest Technical Proposal Score NFPS = Normalized Fixed Price - Lowest Fixed Price Proposer's Fixed Price Action Requested Staff requests authorization to advertise a RFP to solicit a firm for the LAMP Intermodal Transportation Facility West Project at LAX using the competitive sealed proposal selection process and Progressive Design -Build delivery method. Fiscal Impact This is an approved capital project within the LAMP Program. Approval of this item is an administrative action and will have no fiscal impact to LAWA's Capital Budget at this time. 4. Alternatives Considered Take No Action If the design and construction of the ITF Facility is delayed, the anticipated reduction of airport parking spots caused by LAMP construction will not be offset by new parking to be provided by the ITF West Facility. Page 5 ITFW DRAFT Board Report 5 25 17-jpa (1).docx

APPROPRIATIONS: As an administrative action, no appropriation of funds is being requested at this time. Upon completion of the procurement process, staff will return to the Board for authorization to award a Design -Build contract and to appropriate capital funds based on the total project budget. STANDARD PROVISIONS: 1. This action, as a continuing administrative activity, is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2.f the Los Angeles City CEQA Guidelines. 2. This item will be approved as to form by the City Attorney. 3. Actions taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of Los Angeles City Charter Section 245. 4. As this is a construction project, Qualified firms will comply with the applicable provisions of the Living Wage Ordinance and the Labor Code of the State of California (Prevailing Wage). 5. Procurement Services has reviewed this action (File No. 10042558) and established mandatory goals of 20% Small Business Enterprise (SBE), 10% Local Business Enterprise (LBE), and 5% Local Small Business Enterprise (LSBE) as a subset to LBE goal. Additionally, a mandatory goal of 3% Disadvantaged Veterans Business Enterprise (DVBE) will be established for this specific project after Council approval of the Ordinance. 6. Qualified firms will be required to comply with the provisions of the Affirmative Action Program as appropriate for each proposal resulting from this list. 7. Qualified firms will be required to obtain a Business Tax Registration Certificate prior to execution of any contract. 8. Qualified firms will be subject to the provisions of the Child Support Obligations Ordinance as appropriate for each proposal resulting from this list. 9. Qualified firms will be subject to the insurance requirements of the Los Angeles World Airports as appropriate for each proposal resulting from this list. 10. Pursuant to Charter Section 1022, staff determined the work specified on the proposed contract can be performed more feasibly or economically by an Independent Contractor than by City employees. 11. Qualified firms have submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. Qualified firms will be subject to the provisions of the Equal Benefits Ordinance as appropriate for each proposal resulting from this list. 13. Qualified firms will be subject to the provisions of the First Source Hiring Program as appropriate for each proposal resulting from this list. 14. Qualified firms have submitted the Bidder Contributions CEC Form 55 and will comply with its provisions. Page 6 ITFW DRAFT Board Report 5 25 17 -)pa (1).clocx