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

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

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

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

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

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

U.S. ARMY CORPS OF ENGINEERS BUILDING STRONG LOS ANGELES DISTRICT

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

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

COUNTY OF LOS ANGELES

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

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

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

City of La Palma Agenda Item No. 5

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

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

COUNTY OF LOS ANGELES

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

Fort Bend Independent School District. Small Business Enterprise Program Procedures

MEMORANDUM. July 7, 2016

Mississippi State Port Authority Port of Gulfport Restoration Program Pre-Bid Meeting Ship to Shore Rail Mounted Gantry Cranes, Project No.

Knights Ferry Elementary School District

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

COUNTY OF LOS ANGELES

CITY OF MIAMI SECTION 3 ECONOMIC OPPORTUNITY PLAN QUESTIONS

REQUEST FOR QUALIFICATIONS

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

TRANSMITTAL 4/18/ S1

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

SUBJECT: RESOLUTION NO. - ZERO EMISSIONS CONTAINER MOVER SYSTEM REQUEST FOR CONCEPTS & SOLUTIONS: COST SHARING AGREEMENT WITH PORT OF LONG BEACH

LOS ANGELES HARBOR DEPARTMENT BUILT ENVIRONMENT HISTORIC, ARCHITECTURAL AND CULTURAL RESOURCE POLICY

COUNTY OF LOS ANGELES

CINCINNATI CITY COUNCIL S FINANCE COMMITTEE MARCH 28, 2016

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

PROSPECTIVE FIRMS. Dear Sir/Madame:

Section 3 Compliance Plan

Introduction: A. Scope of Work:

County Transportation Infrastructure Fund Grant Program Implementation Procedures

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Request for Qualifications:

SAN DIEGO POLICE DEPARTMENT PROCEDURE

COASTAL CONSERVANCY. Staff Recommendation June 16, 2005 MALIBU ACCESS: DAN BLOCKER BEACH. File No Project Manager: Marc Beyeler

Façade Improvement Program

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

SECTION 3 POLICY & PROGRAM

SECTION I Applicant/Project Information

Los Angeles World Airports

Memorandum CAPITAL OF SILICON VALLEY

Note to all City Departments

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

City of Malibu Request for Proposal

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

COUNTY OF LOS ANGELES

General Plan Referral

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Before we begin, the OCR has a new website format that has changed how the CDBG section is accessed. Once on the main HCR website you will first

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

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

Disadvantaged Minority/Disadvantaged Women Business Enterprise Good Faith Effort Determination Form Instructions

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

ORANGE COUNTY TRANSPORTATION AUTHORITY. Agreement for Construction of the Placentia Avenue Railroad Grade Separation Project.

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

MEMORANDUM OF UNDERSTANDING. between THE SAN FRANCISCO PUBLIC UTILITIES COMMISSION. and THE SAN FRANCISCO RECREATION AND PARK DEPARTMENT

OFFICE OF SMALL BUSINESS OPPORTUNITY AD HOC COMMITTEE MEETING

ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

Non-Federal Cost Share Match Program Grant Implementation Checklist

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

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

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

APPROVED SUBJECT: PALISADES RECREATION CENTER TENNIS PROFESSIONAL - AWARD OF CONCESSION AGREEMENT TO ATONAL SPORTS AND ENTERTAINMENT INCORPORATED

FOR PROFESSIONAL DESIGN SERVICES

:ITY OF LOS ANGELES -

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

CITY COLLEGE OF SAN FRANCISCO

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

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

RFP FOR PROFESSIONAL SERVICES

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Trust Fund Grant Agreement

PPEA Guidelines and Supporting Documents

REQUEST FOR PROPOSALS

THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

Grant Seeking Grant Writing And Lobbying Services

CALIFORNIA SCHOOL FINANCE AUTHORITY STATE CHARTER SCHOOL FACILITIES INCENTIVE GRANTS PROGRAM GRANT AGREEMENT NUMBER 10-14

SUBJECT: ACTIONS RELATED TO THE MINETA SAN JOSE INTERNATIONAL AIRPORT - PERIMETER SECURITY TECHNOLOGY INFRASTRUCTURE

City of Titusville Community Redevelopment Agency

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

GFE HELPFUL HINTS (FOR DEPARTMENT OF PUBLIC WORKS CONSTRUCTION PROJECTS)

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

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

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Attention Design Firms

RE: Request for Proposal Number GCHP081517

Transcription:

THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners MAY 10,2012 FROM: SUBJECT: CONSTRUCTION RESOLUTION NO. AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SPECIFICATION NO. 2626 SUMMARY: The Berth 100 Wharf South Extension and Backland Development project will provide approximately 375 feet of additional berthing facility and an additional 18 acres of adjacent backland at the China Shipping terminal. The lowest responsive and responsible bidder is Reyes Construction, Inc. located in Pomona, CA 91766. The contract amount including a 5% contingency is for a total of $33,719,186. The contract time is 480 calendar days. RECOMMENDATION: It is recommended that the Board of Harbor Commissioners (Board): 1. Find that in accordance with the City Charter Section 1022, work under the subject contract can be performed more feasibly by an independent contractor rather than by City employees; 2. Authorize the Executive Director to execute and the Board Secretary to attest to this contract for and on behalf of the Board; 3. Award the above mentioned contract for Item Nos. 1 through 62 of the proposal schedule to Reyes Construction, Inc in the amount of $32,113,510; that a 5% contingency, not included in the original contract amount be applied for a total authorization of $33,719,186; and authorize payment from the City of Los Angeles Harbor Department Construction Account. The contract time for performance of the work will be 480 calendar days from the Notice to Proceed; 4. In accordance with City Charter 655 (g), delegate and authorize the Executive Director to adjust final bid quantities and accept the construction contract upon its completion; and

PAGE 2 OF 5 MAY 10,2012 5. Adopt Resolution No. DISCUSSION: Previous Board Actions - The Board certified the Berths 97-109 (China Shipping) Container Terminal Project Environmental Impact Statement/Environmental Impact Report (EIS/EIR) on December 18, 2008. The Board also approved a level III Coastal Development Permit for this contract on April 16, 2009, authorizing the Berth 100 South Wharf and Backland Development project to move forward. Project Description - This project consists of construction of a reinforced concrete container wharf and backland. The work includes construction of a rock dike, an engineered fill, installation of wick drains, and a surcharge. The work also includes demolition, driving approximately 200 precast concrete piles, wharf deck, fenders, crane rails, utilities, electrical system, Alternative Maritime Power (AMP) system, water system, transtainer runways, grading, asphaltic and Portland cement concrete paving, striping, signage, and fencing (Transmittal 3). Construction Award Process - City of Los Angeles Charter Section 371, Subdivision A Competitive Bidding sets forth the procedure staff followed to award this contract. For construction contracts such as this one, the City of Los Angeles Harbor Department (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 and a job walk to familiarize the prospective bidders with the jobsite 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, Small Business Enterprise (SBE) and Very Small Business Enterprise (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 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. The Notice Inviting Bids concerning Specification No. 2626 was advertised on February 22, 2012, on the Port of Los Angeles website, and in the Dodge Construction News "Green Sheet", LA Sentinel, Hoy, Southside Journal, and Metropolitan News Company.

PAGE 3 OF 5 MAY 10,2012 As authorized by the Executive Director on June 9, 2011, the Chief Harbor Engineer received 5 bids for the subject contract on April 19, 2012. The Analysis of Bids (Transmittal 1) lists the companies that submitted bids and their respective bid amounts. The bids received were opened and Reyes Construction, Inc. was declared the apparent lowest bidder at the time of the bid opening. Construction staff has verified Reyes Construction, Inc.'s state license and project references. In conformance with Section 10.8.4 of Ordinance No. 143429, certification is hereby made that Reyes Construction, Inc. 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. As such, Reyes Construction, Inc.'s bid has been found responsive. A 5% contingency totaling $1,605,676 is recommended based on a qualitative review of project specific risks due to potential unforeseen conditions that may arise during demolition, utility conflicts, and design and scope changes to accommodate field conditions and/or tenant's needs. Reyes Construction, Inc. has provided the required documents regarding SBE and VSBE participation. Their SBE subcontracting participation level is 25.68%, and their VSBE subcontracting participation level is 17.31 % (Transmittal 2). The Harbor Department had set a minimum participation level of 19% for SBE, and 5% for VSBE for this project. 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 an award of contract for construction of the Berth 100 Wharf South Extension and Backland Development project, which was included as part of the China Shipping EIRIEIS. As an activity for which the underlying project has previously been evaluated for environmental significance and processed according to the California Environmental Quality Act (CEQA) guidelines, the Director of Environmental Management has determined that the proposed action is exempt from the requirements of CEQA in accordance with Article II Section 2(i) of the Los Angeles City CEQA Guidelines.

PAGE 40F 5 MAY 10, 2012 FINANCIAL IMPACT: Approval of the proposed construction contract authorizes a total of $33,719,186 (inclusive of $1,605,676 contingency amount) through Fiscal Year 2013/2014. Funds for these improvements in the amount of $23,009,000 have been requested to be budgeted in the Fiscal Year 2012/2013 Capital Budget, Account No. 54510, Center No. 1042. Funds are expected to be expended as follows over the next two fiscal years: Fiscal Year 2012/2013 Fiscal Year 2013/2014 Total $23,009,000 $10.710.186 $33,719,186 Funds for future fiscal years will be requested to be budgeted as part of the annual budget adoption process, upon Board approval. The baseline construction budget for this project was approved by the Board on April 19, 2012 and is $41,500,000. The overall China Shipping Terminal cost is $211,856,753 of which $171,076,753 has been expended and authorized for expenditure to date inclusive of this project. It is anticipated that all the China Shipping Projects will be completed by early 2015. Through Fiscal Year 2013/2014, based on current assumptions of operating revenues, expenses, capital expenditures (including this proposed contract award), it is expected that the Harbor Department will continue to operate within the parameters of its Financial Policies. Although Reyes Construction, Inc. (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.

MAY 10, 2012 SUBJECT: BERTH 100 WHARF PAGE 5 OF 5 ECONOMIC BENEFITS: It is estimated that this construction spending will create the equivalent of 272 direct and 176 secondary (indirect and induced) one-year full-time equivalent jobs within the five county region. CITY ATTORNEY: The Office of the City Attorney reviewed and approved Specification No. 2626 as to form and legality on February 21, 2012. TRANSMITTALS: 1. 2. 3. Analysis of Bids Contractor and Subcontractor List Aerial Site Map and Project Site Map FIS Approval: ~ (initials).tl)w'(initials) SHAUN SHAHRESTANI Chief Harbor Engineer Construction Division APPROV //~ GERAI,t INE KNATZ, Ph.D. Exec4tive Director 2626801 Author: B. Chuc ADP No. 030127-018 Dep ty Executive Director