2/11/2016 2/29 3/2/2016: Y MV Approved by: Reviewed by: ipt.04 Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS CS r 5 CA/ `- /I 6 C,, - Samson Mengistu, Chief/Operating Officer GicSU,k.- l (10-r) / Samson Mengistu, Chief Operating Officer Meeting _q Date: CAO Review: 3/17/2016 D e r 6} Completed Pending N/A 1 Reviewed for Date Approval Status By 1 City Attorney Capital Budget 3/1/2016 NY N NA i NE Operating Budget 3/1/2016: Y N NA RW CEQA 1 1 N 1 De orah Flint - Chief Executive Officer Procurement 1 /2016 I MY EN Cond l MT Guest Experience 1 MY EN l BY SUBJECT: Authorization to award a three -year contract to Parsons Constructors, Inc., to be the Agreement Coordinator of the Los Angeles World Airports Project Labor Agreement Award a three year contract to Parsons Constructors, Inc. to be the Agreement Coordinator of the Los Angeles World Airports Project Labor Agreement for an amount not to exceed $3,450,000 over the term. 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 the work can be performed more economically or feasibly by an independent contractor than by City employees. 4. APPROVE the Award of a three year contract to Parsons Constructors, Inc. to be the Agreement Coordinator of the Los Angeles World Airports Project Labor Agreement. Page 1
5. AUTHORIZE the Chief Executive Officer, or designee, to execute the contract after approval as to form by the City Attorney. DISCUSSION: 1. Purpose To have the Los Angeles World Airports (LAWA) Project Labor Agreement (PLA) administered by a third party as required under the PLA. 2. Prior Related Actions 3. Current Action March 15, 2010 -Resolution No. 24053 (DA -4437) The BOAC awarded a contract to PCI to be the Agreement Coordinator of the LAWA PLA for an amount not to exceed $2,160,000 for a three year term commencing on April 1, 2010. January 14, 2013, Resolution No. 25006 (DA- 4437A) The BOAC approved the First Amendment to Contract No. DA -4437 to extend the contract term for two years for a not to exceed amount of $1,400,000, with an option for the Executive Director to extend for an additional year. On February 19, 2015 the contract was extended an additional year for a not to exceed amount of $700,000 and will expire on March 31, 2016. Although the PLA has been signed by all parties and adopted by the BOAC, the PLA must be administered under the terms of agreement by an "Agreement Coordinator'. The Coordinator must have an active familiarity with both local /national labor organizations and their jurisdictional dispute resolution protocols, and the construction industry, must possess the ability and experience to administer a project labor agreement on large public works construction projects, and must be willing to execute the LAWA PLA and accept and undertake the obligations, responsibilities, and authority for its implementation. The role of the Agreement Coordinator is to ensure that standard application and enforcement of the PLA continues on all covered projects, to promote information exchange between the unions and the contractors, facilitate pre -bid and pre- construction meetings, support dispute resolution, and otherwise maximize labor harmony and stability throughout the duration of projects. The Coordinator will advise both unions and LAWA contractors as to the appropriate manner for each party's implementation of the PLA. Key specific roles of the Agreement Coordinator include, but are not limited to, the following: Prepare and issue labor relations guidelines; Establish reporting communication structure for the program; Assure contractor compliance with the PLA; Establish monthly labor- management meetings; Communicate with unions on jobsite issues; Oversee grievance activities; Provide reports to LAWA on issues and developments under the PLA as requested. Address issues that have been raised by the Unions; Page 2
Attend management meetings as directed; Perform daily jobsite reviews; Monitor working conditions and contractor practices; Attend Building Trades Council meetings; Interface with safety support on site as needed; Coordinate safety issues in the PLA with LAWA, Contractor, and Organized Labor; Establish and co -chair Labor - Management Safety Committee; Provide required dispute resolution services, Maintain no strike provisions of the PLA; Establish coordinating relationship with local public agencies and community- based organizations; Work to fulfill the local hiring goals of the project labor agreement The current contract for Agreement Coordinator expires on March 31, 2016. Procurement Process The RFP for the Administration of Project Labor Agreement for Various Projects for Los Angeles World Airports was posted on LABAVN and LAWA received six proposals from the following firms: Cassamar Group, LLC M.L. Johnson CA, Inc. Pacific Resources Services Corporation Pacifica Services, Inc. Parsons Constructors, Inc. The Solis Group The proposals were evaluated by the following LAWA staff: Chief Operating Officer Deputy Executive Director Chief Airports Engineer Risk Manager Ill Senior Management Analyst II, Office of the Chief Operating Officer The following evaluation criteria from the Request for Proposals were used in the evaluation: 1 Experience and capability of lead firm and sub consultants in providing project labor agreement coordination on major public works projects or programs 2 Cost 30 3 Experience and strategies used in negotiating and 10 implementing project labor agreements 4 Demonstrated understanding of LAWAs Project Labor 10 Agreement Total Points 100 50 Page 3
After an initial review of the proposals, LAWA staff determined that four firms should be interviewed by the evaluation panel as allowed under the request for proposals. The four firms interviewed were, in alphabetical order: 1. M.L. Johnson CA, Inc. 2. Pacifica Services, Inc. 3. Parsons Constructors, Inc. 4. The Solis Group Based on proposals submitted and the subsequent interviews, the panel scored and ranked the firms as shown below: 1. Parsons Constructors, Inc. 2. The Solis Group 3. Pacifica Services, Inc. 4. M. L. Johnson CA, Inc. Parsons Constructors, Inc. has the experience and resources to perform the duties of the agreement coordinator as LAWA begins the construction of the Midfield Satellite Concourse and the Landside Access Modernization Program. In addition, Parsons Constructors, Inc. and its sub -consultants will implement a robust workforce development program to insure that LAWA has access to sufficient labor resources for the second phase of LAX redevelopment and to meet the local hiring goals of the PLA. Action Requested Staff requests the Board award a three year contract to Parsons Constructors, Inc. to be Agreement Coordinator for the Los Angeles World Airports Project Labor Agreement for an amount not -to- exceed $3,450,000 over the term. Fiscal Impact The costs of this contract will be recovered through landing fees and terminal and building rates and charges, as well as through non -aeronautical revenues. 4. Alternatives Considered Take No Action LAWA is required to have a third party administer the PLA. APPROPRIATIONS: The total not to exceed amount of the three year contract will be $3,450,000. The funds will be allocated as necessary from the LAX Revenue Fund to each capital project and its respective WBS Element included in the PLA. Page 4
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. of the Los Angeles City CEQA Guidelines. 2. This contract is subject to approval 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. Parsons Constructors, Inc. will comply with the provisions of the Living Wage Ordinance. 5. Procurement Services has reviewed this action (File No. 10039219) and established a mandatory 15% Small Business Enterprise (SBE) goal for this project. Parsons Constructors, Inc. committed to 15.2% SBE participation. 6. Parsons Constructors, Inc. will comply with the provisions of the Affirmative Action Program. 7. Parsons Constructors, Inc. has been assigned Business Tax Registration Certificate number 0000983097-0001 -5. 8. Parsons Constructors, Inc. will comply with the provisions of the Child Support Obligations Ordinance. 9. Parsons Constructors, Inc. will have approved insurance documents, in the terms and amounts required, on file with Los Angeles World Airports prior to issuance of a Notice to Proceed. 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. Parsons Constructors, Inc. has submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. Parsons Constructors, Inc. must be determined by Public Works, Office of Contract Compliance to be in full compliance with the provisions of the Equal Benefits Ordinance prior to contract execution. 13. Parsons Constructors, Inc. will be required to comply with the provisions of the First Source Hiring Program for all non -trade Airport jobs. 14. Parsons Constructors, Inc. has submitted the Bidder Contributions CEC Form 55 and will comply with its provisions. Subcontractor List Page 5
SUBCONTRACTOR PARTICIPATION PLAN Page 1 ATTENTION: You must list ALL subcontractors, regardless of their dollar amount or percent proposed, and regardless of whether they are certified or not. Project Title: Administration of Project Labor Agreement for Various Projects at LAWA BIDDER/PROPOSER COMPANY INFORMATION PROFILE INFORMATION BID /PROPOSAL AMOUNT DESCRIPTION OF PROJECT SERVICES Parsons Constructors Inc. Administration of Project Labor 100 W. Walnut Street Agreement for Various Projects at LAWA CITY /STATE/ZIP: Pasadena, CA 91124 $3,450,000 Daniel J. Sloan 206-295 -3303 EMAIL: dan.sloan@parsons.com VENDOR OR FEDERAL ID: 95-3297184 NAICS: SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES Barbara Yanow Johnson Senior Advisor - Partnerships and 2170 Century Park East, Suite 1211 Caucasian Community Outreach CITY /STATE/ZIP: Los Angeles, CA 90067 Barbara Johnson Female TELEPHONE NO: 310-393 -4220 $300,000 8.7% EMAIL: barbarajohnson @byjlaw.net VENDOR OR FEDERAL ID: 093304525 NAICS: 541611 / 541612 Carl Uehlein Jr., Esq. Legal Support (as needed) 2012 Fort Drive CITY /STATE/ZIP: Alexandria, VA 22307 Male Carl Uehlien 571-216 -6780 EMAIL ecuehlein @earthlink.net VENDOR OR FEDERAL ID: 027300909 NAICS: Veronica Soto Senior Advisor - Workforce Development 633 West 5th Street, Suite 3200 Hispanic System and Community Economic CITY /STATE/ZIP: Los Angeles, CA 90071 Female Development $225,000 6.5%o Veronica Soto LAUSD 562-964 -8396 EMAIL: veronicasoto @me.com VENDOR OR FEDERAL ID: NAICS: 541611 / 541612 Revised 729/16
SUBCONTRACTOR PARTICIPATION PLAN Page 2 SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES TELEPHONE N0: TELEPHONE N0: TELEPHONE N0: CITYISTATE /ZIP: CITY /STATE/ZIP: Revised 7129/14
SUBCONTRACTOR PARTICIPATION PLAN _ SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED_ DESCRIPTION OF PROJECT SERVICES _ TELEPHONE N0: TELEPHONE NO: TELEPHONE NO: Page 3 I certify under the penalty of perjury that the information contained on this form is true and correct and that the firms listed are the subcontractors that will be utilized if this contract is awarded to the above prime contractor. 1 agree to comply with any applicable provisions for additions and substitutions, and / further understand and agree that any and all changes or substitutions must be authorized by LAWA Procurement Services Division prior to their implementation. Participation Level Proposed by BidderlProposer: 15.2 % SBE M/WBE DBE ACDBE Participation Level or Goal Stated in the Request for Bid /Proposal: 15 SBE M/WBE DBE ACDBE Daniel J. Sloan General Manager 206-295 -3303 NAME TITLE PHONE Revised 7/29/14