CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING

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

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

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

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

Note to all City Departments

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

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

REQUEST FOR PROPOSAL (RFP) FOR

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

City of Malibu Request for Proposal

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

REQUEST FOR QUALIFICATIONS MUNICIPAL ENGINEERING SERVICES

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

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

PROPOSAL. (Pages LBPP-1 through LBPP-7)

CITY OF LOS ANGELES REQUEST FOR PROPOSALS FINANCIAL CONSULTING SERVICES FOR THE PROPOSED DOWNTOWN LA STREETCAR PROJECT AND

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

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

CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Request for Qualifications Construction Manager

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

Attention Design Firms

REQUEST FOR QUALIFICATIONS PROFESSIONAL ENGINEERING SERVICES for CITY OF SHELBY, NORTH CAROLINA. Shelby Water Treatment Plant Plant Upgrades

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

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

REQUEST FOR PROPOSAL

REQUEST FOR STATEMENT OF QUALIFICATIONS PROFESSIONAL CONSTRUCTION INSPECTION SERVICES FOR

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

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

SCHOOL BOARD ACTION REPORT

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

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

Attention Design Firms

BIDS. (Pages LBPP-1 through LBPP-5)

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

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

Request for Proposal. Independent Living

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

LOS ANGEILES f!!r"e DIEPARTMRWX

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSAL

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

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

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

REQUEST FOR PROPOSALS. Phone# (928)

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

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

REQUEST FOR QUALIFICATIONS

Fort Bend Independent School District. Small Business Enterprise Program Procedures

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Arizona Department of Education

Request for Proposal. Parenting Education

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

LABAVN LOS ANGELES BUSINESS ASSISTANCE VIRTUAL NETWORK SUBMIT COMPLIANCE DOCUMENTS

Any proposal received after the date and time listed above will be returned and will not be considered.

Request for Proposals

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

Request for Proposals RFP VIRTUAL SERVICES

This request for qualifications seeks the following type of service providers:

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Exhibit A. Purchasing Department School District of Osceola County, Florida

FOR PROFESSIONAL DESIGN SERVICES

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSALS

Chabot-Las Positas Community College District

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

Transcription:

To all Potential Respondents: CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL WASTEWATER AND ENVIRONMENTAL ENGINEERING CONSULTANTS LIST VARIOUS PUBLIC WORKS PROJECTS Statements of Qualifications (SOQs) are requested from experienced consultants to provide wastewater and environmental engineering, and other expert consulting services on a pre-qualified on-call basis for various Public Works projects. SOQs must be submitted in accordance with the requirements set forth in this document. Only written responses will be considered. Any materials submitted will become part of the response, and may be incorporated into any subsequent contract(s) between the City and the selected consultant. An original and four hard copies (total of five (5) sets) of the Cover Letter and the SOQ, plus an original and one (1) hard copy (total of two (2) sets), separately bound and clearly labeled, of the other materials listed in Section 8, and one (1) compact disc or flash drive consisting of the entire submittal with all attachments in Adobe PDF must be received by 2:00 p.m. on November 17, 2016 addressed to: BUREAU OF ENGINEERING ENVIRONMENTAL ENGINEERING DIVISION 12000 VISTA DEL MAR PREGERSON BUILDING, SUITE 200 PLAYA DEL REY, CA 90293 Attn: Michael Sarullo, Division Engineer If you have technical questions, please submit them to Michael Sarullo via e-mail at Michael.Sarullo@lacity.org. The questions, along with the answers, will be discussed at the mandatory pre-submittal meeting. Any questions regarding mandated City Policies and Programs should be addressed to the City agency responsible for administering them, as stated in the corresponding attachment. A mandatory pre-submittal meeting will be held on October 13, 2016 at 9:00 a.m. at 12000 Vista Del Mar, Environmental Learning Center, 2 nd Floor Learning Lab, Playa Del Rey, CA 90293. All consultants interested in this program are required to attend this meeting. 1 PRE-QUALIFIED ON-CALL WASTEWATER Revised 09/19/16 Printed 09/29/16

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL WASTEWATER AND ENVIRONMENTAL ENGINEERING CONSULTANTS LIST VARIOUS PUBLIC WORKS PROJECTS 1. INTRODUCTION The Bureau of Engineering (BOE), Department of Public Works, City of Los Angeles is requesting submittals of SOQs from consultants to provide wastewater and environmental engineering services on a pre-established on-call basis for various public works projects. A list of the top 15 ranked consulting firms will be established. On certain Public Works projects, the BOE plans to utilize consultants to provide program management, project management, planning, design and construction management for wastewater and stormwater related projects, sometimes on an emergency basis, during the course of a five-year period. These services may include, but are not limited to the overall planning, design and construction management of wastewater and stormwater related projects such as conveyance systems, pumping plants, treatment/reclamation plant facilities, odor control systems, recycled/reclaimed water projects, membrane bioreactor, membrane filtration, biogas/renewable energy projects and other related facilities owned or planned by the City of Los Angeles. The issuing date for the RFQ is September 29, 2016. A mandatory pre-submittal meeting is scheduled for October 13, 2016 at 9:00 a.m., at 12000 Vista Del Mar, Environmental Learning Center, 2 nd Floor Learning Lab, Playa Del Rey, CA 90293. The closing date for this RFQ is 2:00 p.m. on November 17, 2016. Responses may be submitted at any time prior to the due date. A panel from the Department of Public Works will evaluate the written responses to this RFQ to establish a list of on-call wastewater and environmental engineering consultants. 2. COST OF CONSULTING CONTRACTS It is anticipated that the majority of the Project Task Orders to be issued under this contract will be under $500,000; however, some may be over that amount. Qualified consultants must be able to perform the scope of work associated with construction projects where direct costs will vary between $25,000 and $50,000,000. 2

3. FINANCIAL RESPONSIBILITY The City shall not be responsible in any manner for the costs associated with the submission of your SOQ. The SOQ, including all drawings, plans, brochures, photographs and other materials submitted shall become the property of the City upon receipt by the City. The City shall have the right to copy, reproduce, publicize or dispose of each SOQ in any way the City elects. 4. RIGHTS OF NEGOTIATION, REVISION, WITHDRAWAL, AND REJECTION The City will negotiate a contract with each firm selected for the On-Call List. The City reserves the right to revise the RFQ, withdraw the RFQ, reject any response for noncompliance with the RFQ provisions, or not to award a contract at any time because of unforeseen circumstances or if it is determined to be in the best interest of the City. If the RFQ is revised, written revisions to the RFQ will be made available to all potential respondents who download the RFQ from the Business Assistance Virtual Network (BAVN). 5. ACCEPTANCE OF TERMS AND CONDITIONS Submission of a SOQ shall constitute acknowledgement of acceptance of all terms and conditions hereinafter set forth in this RFQ unless otherwise expressly stated herein. All SOQs must be submitted in writing and must include all required documents including forms, appendices, and other specifications. 6. SCOPE OF WORK The proposed scope of work required for on-call wastewater and environmental engineering consulting services will include, but not be limited to the following. Actual Task Orders will include some or all of these activities. Provide pre-design, design engineering support services and design support during construction for wastewater and environmental related projects such as conveyance systems, pumping plants, treatment/reclamation plant facilities, odor control systems, recycled/reclaimed water projects, membrane bioreactor, membrane filtration, biogas/renewable energy projects and other related facilities owned or planned by the City of Los Angeles. Related projects may include Proposition O projects to clean up stormwater and large diameter tunnel projects and associated appurtenant structures. Required disciplines to include architectural, landscaping, structural, electrical, mechanical and instrumentation. Provide project management and project engineering support services on various wastewater, stormwater and environmental treatment or related projects. Provide consulting support regarding alternative delivery methods for projects including Design-Build, Progressive Design-Build, Construction Management at Risk, Public/Private/Partnerships (P3) and others. Provide Leadership in Energy and Environmental Design (LEED) support services 3

on various wastewater, stormwater and environmental treatment or related projects. Provide ENVISION support services on various wastewater, stormwater and environmental treatment or related projects. Provide sewer lining and large diameter sewer tunnel design and engineering support services. Provide bio-filter and bio-trickling filter technical support and services. Provide public outreach support for the City s ongoing Wastewater and Stormwater Programs. Interface with the Public Affairs Office (PAO) to conduct these activities. Provide computer modeling for hydraulic systems, odor control systems, structures and other related facilities. Provide computer aided design (CAD) services and construction management support services on various wastewater, stormwater and environmental treatment related projects. Provide planning, design, and other technical services to support the City s LA River Master Plan. Provide architectural support for design and construction of service buildings, maintenance buildings and personnel buildings. Provide scheduling and cost estimating services for related wastewater, stormwater and environmental projects during the planning, design, construction and closeout phases. Provide constructability plan review during the design and pre-bid stage for the completeness of the contract drawings and specifications. Resolve any conflicts between the contract drawings and specifications. Conduct value engineering analysis of Consultant or City designs. Conduct technical training for staff on various wastewater related technologies as needed. Provide community outreach support to mitigate impacts to the community during construction of capital projects. Provide facility start-up and operational assistance. Other consulting services as needed or required. For each Task Order Solicitation for which qualifications are provided, consultants will be asked to indicate which services would be provided directly by the consultant and to 4

identify the subconsultants proposed, if any, and the subconsultants Minority Business Enterprise, Women Business Enterprise, Small Business Enterprise, Emerging Business Enterprise, Disabled Veteran Business Enterprise, or Other Business Enterprise (MBE/WBE/SBE/EBE/DVBE/OBE) status (Attachment 7, Schedule B). The subconsultants listed on Schedule B will be obtained from the potential subconsultants listed on their latest approved Schedule A, Attachment 7. The City Engineer may, at his or her discretion, request consultants to complete an entire project, a portion or phase of a project, or multiple tasks within a project. The Public Affairs Office (PAO) shall assist the project manager with supervising all public outreach aspects of the contract. It will be the responsibility of the public outreach consultant and any public outreach subconsultant(s) to coordinate with the PAO on all public outreach activities, which are defined as any activity and/or communications involving contact with the public. These activities may include, but are not limited to, communicating and coordinating with community groups; arranging community meetings and public hearings; media outreach, including the preparation and placement of paid announcements; and preparing printed literature for public dissemination. 7. ASSIGNMENT OF WORK Solicitations of Task Orders will be issued to all firms on the list and may be distributed through the BAVN. A Task Order Solicitation will be prepared by the City and all consultants on the list will be asked to submit proposals on an upcoming project. For each desired Task Order, the project will be awarded to the On-Call Consultant whose proposal represents the best overall value to the City for the requested work. Once an agreement is reached, the City will issue a Notice to Proceed. No work is authorized until the City issues the Notice to Proceed to the selected firm. No guarantee of work is given or implied to any of the consultants on the list. In certain circumstances, it may be necessary to assign a sole source task order to a consultant on the On-Call List. A sole source proposal may be solicited from the On-Call Consultant only after requesting approval by the City Engineer and the Board of Public Works. 8. CHECKLIST OF SOQ REQUIREMENTS Respondents shall submit an original and four hard copies (total of five (5) sets) of the Cover Letter and the SOQ, plus an original and one (1) hard copy (total of two (2) sets), separately bound and clearly labeled, of all other required documents, and one (1) compact disc or flash drive consisting of the entire submittal with all attachments in Adobe PDF. Cover Letter Include the name and address of the firm and its BTRC number. Identify the name, title, and phone number of the person or persons authorized to represent the firm. The cover letter should also include the name of the individual who will act as the project coordinator for the duration of the contract. 5

SOQ The SOQ must include a statement that it is genuine, and not a sham or collusive, nor made in the interest or on behalf of any person not herein named, and that the respondent has not directly or indirectly induced or solicited any other respondent to put in a sham SOQ, or any other person, firm or corporation to refrain from responding, and that the respondent has not in any manner sought by collusion to secure for itself an advantage over any other respondent. If selected, the consultant is prepared to provide all of the services described in the Scope of Work for each project for which a proposal is submitted. The Statement must also include references from previous clients for past work of a similar nature. Provide the names of the clients, the client s contact persons and their telephone numbers, and a description of the project and the work performed by your firm. The City reserves the right to contact the clients listed at any time. An organization chart and list of key personnel as categorized below must also be provided accompanied by a listing of the work he/she will perform; academic credentials; professional and/or requisite licensing, and/or certification documents as are required to perform the duties as detailed in the Scope of Work section. It is likely that the staffing requirements will vary from project to project over the duration of the contract. Describe the firm s approach, capability, and flexibility to adjust to varying staffing requirements as the City s needs and policies vary from one project to the next. The list of key personnel is to be categorized as: Executives/Managers Project Managers/Project Engineers Licensed Professionals Construction Managers/Schedulers/Estimators Other Technical/Professional/Accounting Staff Compensation for Consultant services will be based on a Cost Reimbursement or Lump Sum method. Individual Task Orders will state the type of compensation method. For the Cost Reimbursement method, Consultants can either be reimbursed on an Hourly Salary Rate, with added Consultant Office or City Office overhead and 10% profit, or on an Hourly Billing Rate. The Consultant Office overhead rate will be the actual Consultant s overhead rate, but not to exceed a maximum of 170% for Consultant personnel located in the Consultant s office. The City Office overhead rate, for Consultant personnel on assignment at one of the City s offices for a period exceeding one month, will be the Consultant s actual overhead rate, but not to exceed a maximum of 140%. The Hourly Billing Rate includes the Consultant s overhead and profit. The City reserves the right to negotiate Hourly Billing Rates, Hourly Salary Rates, and all overhead rates. The City will require the following documentation at the time of SOQ submittal for the Prime and each subconsultant proposed on the team. Failure to submit overhead information by the SOQ submittal due date may be grounds for rejection of the SOQ. The Consultant shall provide the following: 6

1. Prime Consultant Field and Home Office Overhead Rates a. Federally or State audited overhead rates including backup documentation OR b. Overhead rates calculated and signed by the firm s Certified Public Accountant (CPA) including backup documentation OR c. Firm s internal calculation of overhead rates signed by the Principal of the firm which are auditable and defensible in the event of an audit. 2. Field and Home Office Overhead Rates for Subconsultants listed in your SOQ a. Federally or State audited overhead rates including backup documentation OR b. Overhead rates calculated and signed by the firm s CPA including backup documentation OR c. Firm s internal calculation of overhead rates signed by the Principal of the firm which are auditable and defensible in the event of an audit. This overhead information is required to be submitted as part of your SOQ and will be used in the evaluation. 7

CHECKLIST DOCUMENT DESCRIPTION Cover Letter Include the name and address of the firm; the firm s BTRC number (Refer to Attachment 2); the names, titles and telephone numbers of the person(s) who will be authorized to represent the respondent; and the name of the project coordinator for the duration of the contract. SOQ See SOQ Requirements Responsibility Questionnaire (Service Version) (See Attachment 1) Includes information on the following: Organizational structure of the firm Ownership and name changes Financial Resources and Responsibility Performance History Disputes Compliance with Laws Equal Benefits Ordinance/First Source Hiring Ordinance (See Attachment 4) Child Support Obligations (See Attachment 5) Americans with Disabilities Act (See Attachment 6) Business Inclusion Program Requirements (See Attachment 7) Slavery Disclosure Ordinance (See Attachment 11) Los Angeles Residence Information Form (See Attachment 12) Iran Contracting Act of 2010 (See Attachment 14) Bidder Certification CEC Form 50 and Bidder Contributions CEC Form 55 (See Attachment 15) Policy Compliance Certification Checklist 9. MANDATORY PRE-SUBMITTAL MEETING Business Integrity Equal Benefits Ordinance/First Source Hiring Ordinance Compliance Affidavit web form and submitted on BAVN Certificate of Compliance to Child Support Certificate of Compliance to ADA Schedule A List of Potential MBE/WBE/SBE/EBE/DVBE/OBE Subconsultants Slavery Disclosure Ordinance Affidavit uploaded to BAVN Percentage of Workforce residing in the City of Los Angeles Compliance Affidavit Compliance with Disclosure Requirements and Prohibitions Established in the Los Angeles Municipal Lobbying Ordinance and Limitations on Campaign Contributions Checklist must be completed, signed, and submitted with the Cover Letter and SOQ A mandatory pre-submittal meeting will be held on October 13, 2016 at 9:00 a.m. at 12000 Vista Del Mar, Environmental Learning Center, 2 nd Floor Learning Lab, Playa Del Rey, CA 90293 to clarify the contents of this RFQ and to discuss the needs of the BOE. City staff will be available to answer questions, clarify RFQ requirements, and further explain the Business Inclusion Program outreach requirements, and other 8

mandated City policies and programs. All consultants interested in this RFQ are required to attend this meeting. It is expected that consultants attending the mandatory pre-submittal meeting will have reviewed the RFQ, along with the attachments. Refer to the Business Inclusion Program requirements, Attachment 7, Indicator No. 2. To maximize the effectiveness of the meeting, the BOE requests that, to the extent possible, respondents submit technical questions by e-mail to Michael Sarullo at Michael.Sarullo@lacity.org prior to the meeting. This will enable BOE staff to prepare responses in advance. Additional questions will be accepted at the pre-submittal meeting however; responses may be deferred and provided as addenda to the RFQ at a later date. 10. CONSULTANT SELECTION PROCEDURE SOQs will be initially reviewed by a panel from the Department of Public Works. The following criteria will be used in evaluating the respondent s SOQ to determine which respondents are deemed most qualified for the successful performance of these types of services. Respondents submitting the highest-rated SOQs may be called for an oral interview to further assess their qualifications. If the consultant has complied with other City requirements, a contract will be negotiated with the top 15 ranked respondents and they will be placed on the On-Call List. Consultants will not be allowed to make any changes to their SOQs between the time of submittal and the time a decision is made by the City on which firms are short listed for interviews. If a consultant has been short listed, the consultant may revise its SOQ ONLY if the City is notified in writing. The notification must be received by the City at least 10 days prior to the interviews. The notification must clearly state the reasons for and the specifics of the changes. Selection/Evaluation Criteria Program and Project Management Qualifications This includes the team s background, experience, and familiarity with wastewater and environmental engineering issues for public works projects and tasks, and the qualifications of personnel in the areas of program and project management. Planning, Design and Construction Management Qualifications This includes the team s background, experience, and familiarity with wastewater and environmental engineering issues for public works projects and tasks, and the qualifications of personnel in the specific areas of planning, design, construction management, computer aided design (CAD) and process engineering. Record of Past Performance This includes responsiveness to client's needs, quality of work, completion of work on time and within budget, the response of references, and commitment to diversity. Firms shall provide list of projects, including scope, cost and contact person. 15% 15% 15% 9

Cost Control This includes cost control procedures, preliminary cost estimates, personnel utilization, and companies field and home office overhead rates. Overall Company Resources This may include the total number of personnel and their specialized wastewater and environmental related expertise. 15% 15% Company Access Team s location, including local office resources. 20% Familiarity with the City of Los Angeles Knowledge of City of Los Angeles facilities, rules, policies and procedures. 5% Total 100% 11. SUBCONSULTANTS The consultant may enter into subcontracts with others for the performance of any portion of the resultant contract. Potential subconsulting opportunities have been listed in Attachment 9. The list of subconsulting opportunities is intended to be used for informational purposes only. The requirements of this RFQ and any resultant contract shall apply to all subconsultants in the same manner as to the consultant. In particular, the City will not pay, even indirectly, the fees and expenses of subconsultants that do not conform to the provisions and documentation requirements of the resultant contract. Potential subconsultants do not need to submit any City compliance nor certification forms at the time the SOQs are due. General and administrative fees for the management of subconsultants will be limited to 5% of the actual charges billed by the subconsultants. 12. CITY CONTRACTUAL REQUIREMENTS The City of Los Angeles has certain policies and requirements that may affect the contracts awarded from this RFQ. Refer to Attachment 10 for a sample of the City of Los Angeles Personal Services Contract. Therefore, all prospective consulting firms are advised of the following: Contractor Responsibility Ordinance (CRO) The contract will only be awarded to a responsive, responsible consultant. All businesses or individuals seeking to contract with the City of Los Angeles are required to demonstrate that they possess the quality, fitness, and capacity to perform the work set forth in the contract under the terms of the criteria listed in the Los Angeles Contractor Responsibility Ordinance (Article 14, Chapter 1, Section 10 of the Los Angeles Administrative Code). Respondents are required to complete all sections of the Responsibility Questionnaire and submit the Questionnaire with the SOQ. Failure to return the completed document may result in the respondent being deemed nonresponsive. When the contract is awarded, the consultant and its subconsultants will be required to sign a Pledge of Compliance with the Contractor Responsibility Ordinance. 10

Submitting firms with questions on the Contractor Responsibility Ordinance should contact the Bureau of Contract Administration, Special Research & Investigation Section at (213) 847-2445. (Attachment 1) Business Tax Registration Certificate (BTRC) The City of Los Angeles requires that all firms doing business within the City of Los Angeles pay City business taxes. Each firm or individual paying the business tax receives a BTRC number. The respondents must represent that they have, or will obtain upon award, a Business Tax Registration Certificate (BTRC) required per the Los Angeles City s Business Tax Ordinance (Article 1, Chapter 2, Section 21.00 and following, of the Los Angeles Municipal Code). The consultant shall maintain, or obtain as necessary, all such certificates required of it under said Ordinance and shall not allow any such certificate to be revoked or suspended. To find out more about the BTRC, please refer to Attachment 2, or contact the Office of Finance, Tax and Permit Division, Main Office, (213) 473-5901. Non-discrimination, Equal Employment Practices and Affirmative Action Program (Non-Construction and Construction) Respondents are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section 10.8.2., Non-discrimination Clause. All contracts (both construction and non-construction) for which the consideration is $1,000 or more shall comply with the provisions of Los Angeles Administrative Code Sections 10.8.3., Equal Employment Practices Provisions. By affixing its signature on a contract that is subject to the Equal Employment Practices Provisions, the Consultant shall agree to adhere to the provisions in the Equal Employment Practices Provisions for the duration of the contract. All contracts (both construction and non-construction) for which the consideration is $25,000 or more shall comply with the provisions of Los Angeles Administrative Code Sections 10.8.4., Affirmative Action Program Provisions. By affixing its signature on a contract that is subject to the Affirmative Action Program Provisions, the Consultant shall agree to adhere to the provisions in the Affirmative Action Program Provisions for the duration of the contract. Furthermore, consultants shall include similar provisions in all subcontracts awarded for work to be performed under the contract with the City and shall impose the same obligations. The contract with the subconsultant that contends similar language shall be made available to the Office of Contract Compliance upon request. Respondents seeking additional information regarding the requirements of the City s Non-Discrimination Clause, Equal Employment Practices and Affirmative Action Program may visit the Bureau of Contract Administration s web site at http://bca.lacity.org. 11

Insurance Requirements The selected consultants will be required to obtain insurance coverage in the following types and amounts as specified by the City Administrative Officer s Risk Manager and the Board of Public Works prior to award of a task order under this contract: General Liability Professional Liability Workers Compensation/ Employer s Liability Insurance Automobile Liability Insurance $ 1 Million per occurrence $ 1 Million per occurrence $ 1 Million per occurrence $ 1 Million per occurrence Insurance requirements, including actual levels of insurance coverage for each required type of insurance may be adjusted for each task order. Additional coverage may be required on specific task orders. At the time a task order is issued and prior to the commencement of work, proof of insurance must be submitted to the Board of Public Works for approval by the City Administrative Officer s Risk Manager. Documents in Attachment 3 are included for the potential respondent s information. No insurance documents need to be submitted with the SOQ. Equal Benefits Ordinance (EBO) / First Source Hiring Ordinance (FSHO) Respondents are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance (EBO). All Respondents are required to complete a streamlined EBO/FSHO Compliance Affidavit web application form that is located on the City of Los Angeles Business Assistance Virtual Network (BAVN) at http://www.labavn.org prior to award of City contract that exceeds $25,000. Bidders/Proposers are responsible for creating a BAVN profile and completing and submitting the affidavit. The Affidavit shall be valid for a period of three years from the date it is first uploaded onto the City s BAVN. Respondents do not need to submit supporting documentation with their SOQs. However, the City may request supporting documentation to verify that the benefits are provided equally as specified on the EBO Compliance Affidavit. Respondents seeking additional information regarding the requirements of the EBO may visit the BCA s website at http://bca.lacity.org. Unless approved for an exemption, contractors under contracts primarily for the furnishing of services to or for the City, the value of which exceeds $25,000 with a term of at least three (3) months, and certain recipients of City Loans or Grants, shall comply with the provisions of Los Angeles Administrative Code Sections 10.44 et seq., First Source Hiring Ordinance (FSHO). Respondents shall complete and electronically sign the FSHO Compliance Affidavit available on the City of Los Angeles Business Assistance Virtual Network (BAVN) 12

residing at http://www.labavn.org prior to award of a City contract. The affidavit shall be valid for a period of three years from the date it is first uploaded on the City s BAVN. Respondents seeking additional information regarding the requirements of the FSHO may visit the Bureau of Contract Administration s web site at http://bca.lacity.org. Child Support Obligations Ordinance On February 13, 1991, the Child Support Obligations Ordinance became effective. The ordinance requires all current and future consultants and subconsultants performing work for the City to comply with all State and Federal reporting requirements relative to legally mandated child support obligations. All future contracts will contain language obligating the consultant and any subconsultants to fulfill those requirements. In addition, the consultant must complete the Certification of Compliance with Child Support Obligations form (Attachment 5) and submit it with the SOQ. Americans with Disabilities Act Consultants performing work for the City are required to be in compliance with the Americans with Disabilities Act (42 U.S.C. Section 12101 et seq.), and must submit a Certification Regarding Compliance with the Americans with Disabilities Act with their SOQ. (Attachment 6) Business Inclusion Program (BIP) Requirements On January 12, 2011, the Mayor issued Executive Directive No. 14 (ED14) which created the BIP. It is the policy of the City to provide Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), Emerging Business Enterprise (EBE), Disabled Veteran Business Enterprise (DVBE), and all Other Business Enterprise (OBE) concerns an equal opportunity to participate in the performance of all City contracts in accordance with ED14. Proposers will assist the City in implementing this policy by taking all reasonable steps to ensure that all available business enterprises, including MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs, have an equal opportunity to compete for, and participate in, City contracts. Respondents should refer to Attachment 7 of the RFQ for additional information and instructions. The BIP Outreach requirement must be performed utilizing the BAVN at http://www.labavn.org. A Respondent s failure to conduct and complete their BIP Outreach as described in Attachment 7 will result in their Proposal being deemed nonresponsive. For the purposes of this RFQ, the City has set anticipated participation levels of 18% MBE, 4% WBE, 25% SBE, 8% EBE, and 3% DVBE for Project Task Orders, based upon the potential scopes of work which may be subcontracted. For specialized tasks, the limited nature of the work sometimes makes the use of subconsultants more difficult; however, Consultants are encouraged to utilize MBE/WBE/SBE/EBE/DVBE subconsultants whenever feasible. Respondents to this RFQ must submit the Schedule A, List of Potential MBE/WBE/SBE/EBE/DVBE/OBE Subconsultants, when submitting their SOQs. 13

Respondents will have until 4:30 P.M. on the first calendar day following the date of the RFQ submittal deadline to complete their BAVN-generated BIP Summary Sheet with the responses from all subconsultants, solicited and non-solicited. Refer to Attachment 7, Indicator No. 6, for a more detailed description of the required BIP documentation. After the On-Call Wastewater and Environmental Engineering Consultants List is established, Consultants will be asked to submit Task Order proposals in accordance with Section 7, Assignment of Work, of this RFQ. Prior to submitting a proposal for any specific Task Order, the Consultant is pledging to solicit and utilize only subconsultants listed on their latest approved Schedule A. The Consultant will submit the Schedule B, Task Work Order List of Subconsultants, with each Task Proposal, which will contain the list of selected subconsultants derived from their approved Schedule A. In the event that the Consultant has a desire to update their Schedule A, the Consultant will be expected to perform a Supplemental Outreach which, at a minimum, conforms to the requirements set forth under E. Subconsultant Substitutions of the RFQ. Respondents with questions or those requiring assistance with the BIP Requirements should contact the Bureau of Contract Administration, Business Inclusion Section, at bca.biphelp@lacity.org. Service Contractor Worker Retention Ordinance & Living Wage Ordinance Unless approved for an exemption, consultants under contracts primarily for the furnishing of services to or for the City and that involve an expenditure in excess of $25,000 and a contract term of at least three (3) months, lessees and licensees of City property, and certain recipients of City financial assistance, shall comply with the provisions of Los Angeles Administrative Code Sections 10.37 et seq., Living Wage Ordinance (LWO) and 10.36 et seq., Service Contractor Worker Retention Ordinance (SCWRO). Proposers shall refer to Attachment 8, Service Contractor Worker Retention Ordinance and Living Wage Ordinance for further information regarding the requirements of the Ordinances. Proposers who believe that they meet the qualifications for one of the exemptions described in the LWO List of Statutory Exemptions shall apply for exemption from the Ordinance by submitting with their SOQ the Application for Non-Coverage or Exemption (Form OCC/LW-10). The List of Statutory Exemptions and the Application are included in Attachment 8. Contractor Evaluation Ordinance At the end of the contract, the City will conduct an evaluation of the Consultant s performance. The City may also conduct evaluations of the Consultant s performance during the term of the contract. As required by Section 10.39.2 of the Los Angeles Administrative Code, evaluations will be based on a number of criteria, including the quality of the work product or service performed, the timeliness of performance, financial issues, and the expertise of personnel that the Consultant assigns to the contract. A Consultant who receives a Marginal or Unsatisfactory rating will be provided with a copy of the final City evaluation and allowed 14 calendar days to respond. The City will use the final City evaluation, and any response from the 14

Consultant, to evaluate SOQs and to conduct reference checks when awarding other personal services contracts. Discount Terms Consultants and contractors performing work for the City must agree to offer the City any discount terms that are offered to its best customers for the goods and services to be provided herein, and apply such discounts to payments made under this contract which meet the discount terms. Slavery Disclosure Ordinance (SDO) Unless otherwise exempt, in accordance with the provisions of the Slavery Disclosure Ordinance; any contract awarded pursuant to this RFQ will be subject to the Slavery Disclosure Ordinance, Section 10.41 of the Los Angeles Administrative Code. All Proposers shall complete and upload, the Slavery Disclosure Ordinance Affidavit (one (1) page) available on the City of Los Angeles BAVN residing at http://www.labavn.org at the time of SOQ submittal. Proposers seeking additional information regarding the requirements of the Slavery Disclosure Ordinance may visit the Bureau of Contract Administration s web site at http://bca.lacity.org. (Attachment 11) Los Angeles Residence Information The City Council, in consideration of the importance of preserving and enhancing the economic base and well being of the City, encourages businesses to locate or remain within the City of Los Angeles. This is important because of the jobs businesses generate and for the business taxes they remit. The City Council, on January 7, 1992, adopted a motion that requires proposers to state their headquarter address as well as the percentage of their workforce residing in the City of Los Angeles. All potential respondents are required to complete the Los Angeles Residence Information form and submit the form with their SOQ. (Attachment 12) Non-Collusion After the List of On-Call Consultants is established, Task Order Solicitations will be issued. Consultants will be asked to submit a proposal on the project. Respondents will be required to complete and return the Non-Collusion Affidavit with their proposal. Attachment 13 is the Non-Collusion Affidavit and is only required to be submitted when responding to a Task Order Solicitation. Iran Contracting Act of 2010 In accordance with California Public Contract Code Sections 2200-2208, all bidders entering into contracts with the City of Los Angeles for goods and services estimated at $1,000,000 or more will be required to complete, sign and submit the Iran Contracting Act of 2010 Compliance Affidavit. Because of the cost of the resulting contract may 15

exceed $1,000,000, Respondents are to include the Compliance Affidavit with their SOQ (Attachment 14). Bidder Ethics Any bidder for a contract, as those terms are defined under the Contractor Responsibility Program provided for in Los Angeles Administrative Code Section 10.40.1, shall submit with its bid a certification, CEC Form 50, proscribed by the City Ethics Commission, that the bidder acknowledges and agrees to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance if the bidder qualifies as a lobbying entity under the Ordinance. The exemptions contained in Los Angeles Administrative Code Section 10.40.4 shall not apply to this subsection. Each City department shall include a copy of the Municipal Lobbying Ordinance in each invitation for bids, request for proposals, request for qualifications or other solicitation related to entering into a contract with the City. (Attachment 15) Persons who submit a response to this solicitation are subject to Charter Section 470(c)(12) and related ordinances. As a result, bidders may not make campaign contributions to and or engage in fundraising for certain elected City officials or candidates for elected City office from the time they submit the response until either the contract is approved or, for successful bidders, 12 months after the contract is signed. The bidder's principals and subcontractors performing $100,000 or more in work on the contract, as well as the principals of those subcontractors, are also subject to the same limitations on campaign contributions and fundraising. Bidders must submit CEC Form 55 (provided in Attachment 15) to the awarding authority at the same time the response is submitted. The form requires bidders to identify their principals, their subcontractors performing $100,000 or more in work on the contract, and the principals of those subcontractors. Bidders must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. Responses submitted without a completed CEC Form 55 may be deemed non-responsive. Bidders who fail to comply with City law may be subject to penalties, termination of contract, and debarment. Additional information regarding these restrictions and requirements may be obtained from the City Ethics Commission at (213) 978-1960 or http://ethics.lacity.org. Local Business Preference (LBP) Program City Ordinance No. 181910 adopted the LBP Program which is designed to maximize the opportunities for local businesses, as well as encourage businesses to locate and operate within Los Angeles County. Proposers that qualify as a Local Business Enterprise (LBE) will be granted an additional eight (8) percent preference to their score at the time the RFQ responses are evaluated. The Preference allowed by the Ordinance for the utilization of LBE subconsultants will not be applied to the evaluation process for these On-Call contracts because actual subconsultant utilization cannot be pledged until after the contracts have been executed and task orders are assigned for specific work. The City is entitled to determine at any time prior to award that it is not in the City s best interest to apply the LBP. 16

Further information regarding the LBP Program is provided in Attachment 16. 13. RFQ SCHEDULE This schedule indicates estimated dates for the RFQ process. The City reserves the right to adjust this schedule when appropriate. DATE September 29, 2016 October 13, 2016 October 20, 2016 November 17, 2016 December 5-16, 2016 December 19-30, 2016 February 2017 April 2017 EVENT Release RFQ to potential respondents Mandatory pre-submittal meeting Issue addendum in response to pre-submittal meeting, if applicable SOQs due by 2:00 p.m. Conduct interviews/oral presentations (Optional) Begin negotiations with selected consultants Board of Public Works approves contracts Mayor/Board of Public Works executes contracts 14. WHERE TO SUBMIT RESPONSES To respond to this RFQ, an original and four hard copies (total of five (5) sets) of the Cover Letter and the SOQ, plus an original and one (1) hard copy (total of two (2) sets), separately bound and clearly labeled, of the other materials listed in Section 8, and one (1) compact disc or flash drive consisting of the entire submittal with all attachments in Adobe PDF must be received by 2:00 p.m. on November 17, 2016. Faxes will not be accepted. Respondents should send or deliver their submittals to: BUREAU OF ENGINEERING ENVIRONMENTAL ENGINEERING DIVISION 12000 VISTA DEL MAR PREGERSON BUILDING, SUITE 200 PLAYA DEL REY, CA 90293 Attn: Michael Sarullo, Division Engineer 15. PROPOSAL PROTEST PROCEDURES These procedures provide a method for resolving, prior to award, protests regarding the award of personal service contracts by and through the City s Board of Public Works. These procedures are for the benefit of the City and are not intended to establish an administrative requirement that must be exhausted by the protesting consultant prior to pursuing any legal remedy that may be available. For this reason, no consultant shall have any right to due process, should the City fail to follow these procedures, for any reason within its discretion. However, failure by a consultant to follow the protest procedures as discussed below will create the presumption that any subsequent legal action in a court of competent jurisdiction is of no merit. These procedures will enable the Board of Public Works to ascertain all of the facts necessary to make an informed decision regarding the award of the contract. 17

a. A protest relative to a particular Request for Proposal/Request for Qualifications (RFP/RFQ) must be submitted in detail and in writing and be postmarked within 14 calendar days after the receipt of a rejection letter from the City. The day the proposal rejection letter is received shall be considered as day one. b. All protests must be addressed to: Mr. Fernando Campos, Executive Officer, Board of Public Works, 200 N. Spring St., Room 355, Los Angeles, CA 90012. c. Advance copies of protests will be accepted if sent via fax within the protest period to the Executive Officer, Board of Public Works at (213) 978-0278 and provided approval is received prior to sending the fax, by calling the Executive Officer at (213) 978-0250. d. Prime consultants are requested to advise their potential subconsultants of this protest period policy. Furthermore, protests against a prime consultant by a subconsultant with a direct financial interest that could be adversely affected by the determination of the protest may be considered by the Board of Public Works beyond the protest period. e. The Board of Public Works will only consider protests against any consultant who appears to have a substantial and reasonable prospect of receiving a contract if the protest is sustained. f. The Board of Public Works may consider protests from consultants concerning contract compliance matters beyond the protest period. These protests will receive due consideration if the consultant submits the protest in a timely period and such protest affects a consultant who appears to have a substantial and reasonable prospect of being selected if the protest is accepted. g. Protests meeting the above criteria will be analyzed and reported upon in a written report to the Board of Public Works. Protesting parties will be notified of the time and date that the written report will be discussed in a public session of the Board of Public Works. Protesting parties will be given the opportunity to present their arguments at the public session. 16. LIST OF ATTACHMENTS Attachment 1: Attachment 2: Attachment 3: Attachment 4: Attachment 5: Attachment 6: Attachment 7: Attachment 8: Contractor Responsibility Ordinance Package BTRC Notice and Application Form Insurance Requirements Package Equal Benefits Ordinance/First Source Hiring Ordinance Package Child Support Information and Certificate of Compliance Certification of Compliance with the Americans with Disabilities Act Business Inclusion Program Service Contractor Worker Retention Ordinance/Living Wage 18

Ordinance Package Attachment 9: Subconsulting Opportunities Attachment 10: Sample City of Los Angeles Personal Services Contract Attachment 11: Slavery Disclosure Ordinance Package Attachment 12: Los Angeles Residence Information Attachment 13: Non-Collusion Affidavit Attachment 14: Iran Contracting Act of 2010 Compliance Affidavit Attachment 15: Bidder Ethics Attachment 16: Local Business Preference Program 19

The potential respondent should contact the following people for questions regarding this RFQ, required submittals, or the various City policies and procedures that are referenced in the RFQ and Attachments. RFQ in General and Technical Questions Michael J. Sarullo, Division Engineer... Michael.Sarullo@lacity.org Policies and Procedures Contractor Responsibility Ordinance Bureau of Contract Administration Special Research & Investigation Section... (213) 847-2445 Business Tax Office of Finance, Tax and Permit Division... (213) 473-5901 Child Support Obligations Commission on Children, Youth & Families... (213) 744-9047 Business Inclusion Program Bureau of Contract Administration Business Inclusion Section... bca.biphelp@lacity.org Equal Benefits Ordinance First Source Hiring Ordinance Non-Discrimination, Equal Employment and Affirmative Action Statements Service Contractor Worker Retention Ordinance and Living Wage Ordinance Slavery Disclosure Ordinance Bureau of Contract Administration Equal Employment Opportunities Enforcement Section..bca.eeoe@lacity.org Bidder Ethics City Ethics Commission... (213) 978-1960 20

RESPONDENT SHALL COMPLETE, SIGN, AND RETURN THIS CHECKLIST WITH THE SOQ AND COVER LETTER CITY OF LOS ANGELES POLICY COMPLIANCE CERTIFICATION Included Submit on BAVN Attachment 1: Responsibility Questionnaire Attachment 4: Equal Benefits Ordinance/First Source Hiring Ordinance Compliance Affidavit Attachment 5: Certificate of Compliance to Child Support Obligations Attachment 6: Certificate of Compliance with Americans with Disabilities Act Attachment 7: Schedule A Attachment 11: Slavery Disclosure Ordinance Affidavit Attachment 12: Los Angeles Residence Information Attachment 14: Iran Contracting Act of 2010 Compliance Affidavit Attachment 15: Bidder Certification CEC Form 50 and Bidder Contributions CEC Form 55 Consultant Firm Name Date Signed Title Typed Name Telephone Number NOTE: Failure to submit all the information requested may render your submittal nonresponsive. 21