1v-/f- I. / ; ' Reviewed for Date BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

Similar documents
ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

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

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

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

Memorandum CAPITAL OF SILICON VALLEY

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

Los Angeles World Airports

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

Los Angeles World Airports

TRANSMITTAL 4/18/ S1

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

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

BO.ID OF AIRPORT COMMISSIONERS

Workshop on Small Business Certification at SFO. What You Need to Know and Why You Should Apply

COUNTY OF LOS ANGELES

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019

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

The Contractor s Handbook

Port of Portland FY11-13 Disadvantaged Business Enterprise (DBE) Goal

NDOT Civil Rights DBE Program Small Business Element

ATTACHMENT 5. Section 26.45: Overall DBE Three-Year Goal Methodology

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

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

SUBCONTRACTING ON CDOT CONSTRUCTION PROJECTS Ramp Up Ridgway!

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

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

COUNTY OF LOS ANGELES

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

SUBJECT: SEE BELOW DATE: May 26, 2016

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ)

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

ACI-NA SMALL AIRPORTS CONFERENCE FAA CIVIL RIGHTS - DBE REGULATORY UPDATE. Federal Aviation Administration

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

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

NEW ORLEANS AVIATION BOARD (NOAB) DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Goal Setting Methodology and Calculations

LANDSCAPE AND IRRIGATION MAINTENANCE SERVICES SYSTEMWIDE (EXCLUDING METRO ORANGE LINE)

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Sixth Street Viaduct Replacement Project

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

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Port Small Business Development Program

SAN FRANCISCO AIRPORT COMMISSION MINUTES

Disparity Study Action Plan June 10, 2009 Recommendation: 10-1 Emerging Small Business (ESB) Program Action: Impact: Timeline:

SECTION II. Collection and Analysis of Metro Contract Data

Note to all City Departments

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

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

COUNTY OF LOS ANGELES

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

FAA AIRPORT IMPROVEMENT PROGRAM GRANTS

Non-Federal Cost Share Match Program Grant Implementation Checklist

CITY OF INGLEWOOD Residential Sound Insulation Program

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

City of Houston Office of Business Opportunity

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

Cambridge Housing Authority Section 3 Policy

CONTRACTING AND PURCHASING

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

Order of Business. D. Approval of the Statement of Proceedings/Minutes for the meeting of January 24, 2018.

MEMORANDUM. July 7, 2016

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

Disadvantaged Business Enterprise Program and Triennial DBE Goal Setting Methodology and Rationale

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

Conference Call: Phone Number: (567) Passcode: 34897

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Mid-Coast Corridor Transit Project Construction Bench Open House November 9, 2016

Ben Walsh, Mayor CITY OF SYRACUSE MINORITY AND WOMEN BUSINESS ENTERPRISE CERTIFICATION APPLICATION

ONTARIO INTERNATIONAL AIRPORT

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Business Redevelopment & Historic Building Grant Program

Foreign Currency Exchange and Passenger Amenities

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ)

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

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

ABC S of DBE & ACDBE Programs

Small Business Enterprise Program Participation Plan

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

REQUEST FOR PROPOSALS

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

Order of Business. D. Approval of the Statement of Proceedings/Minutes for the meeting of August 2, 2017.

Redevelopment Authority of Allegheny County

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

Section 3 Compliance Plan

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS

City of Phoenix Aviation Department

Sandpoint Airport. FY Overall Goal Amendment to the Disadvantaged Business Enterprise (DBE) Program

Automated Airport Parking Project

COUNTY OF LOS ANGELES

August 9, Re: DBE Program Triennial Goal Concurrence - Recipient ID #1674. Dear Mr. Smith:

GOODWILL YOUTHBUILD GED/High School Education Instruction

Met r 0 Met"'fKK'ibn Transportation Authority

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Disadvantaged Business Enterprise (DBE) Utilization on City Projects. Division of Affirmative Action

SECTION 3 POLICY & PROGRAM

OFFICE OF SMALL BUSINESS OPPORTUNITY AD HOC COMMITTEE MEETING

Transcription:

i Completed 1 BY loo Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS 1v-/f- I Meeting Date: 62- I -1 7 Approved by: re Camps-, hief Airports Engineer '' Reviewed ÿ: ' a Gu 5 -p y Executive Director CAO Review: / ; ' Reviewed for Date City Atto -y Finance ( CEQA 1 Procurement Deborah F int - Chie Executive Officer Guest Experience El 5/19/2017 5/15/2017 i i 5/12/2017: 5/17/2017 /3 Pending N/A Approval Status Y N NA OY N Y ON Cod Y ON i By RW AE MT SUBJECT: Award of Construction Contract to Griffith Company for the Taxiway T - Phase 2 Project at Los Angeles International Airport Award construction contract in the not -to- exceed amount of $10,981,925 to Griffith Company for the "Taxiway T -Phase 2 Project" at Los Angeles International Airport and appropriate capital funds in the amount of $12,689,625 for this project which includes hard costs, soft costs, and project contingency. 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.i of the Los Angeles City CEQA Guidelines. 3. FIND that as this is a construction contract, the CAO has determined that this action is exempt from the provisions of Charter Section 1022 (Use of Independent Contractors). 4. FURTHER FIND that the bid protest is without merit and rejected. 5. APPROVE the award of a three year construction contract to Griffith Company, the lowest responsive and responsible bidder, for the "Taxiway T - Phase 2 Project" at Los Angeles International Airport in the not -to- exceed amount of $10,981,925. Page 1 Award of Contract - Taxiway T.docx

6. APPROPRIATE capital funds in the amount of $12,689,625 for this project which includes hard costs, soft costs, and project contingency. 7. AUTHORIZE the Chief Executive Officer to approve and execute change orders up to the budgeted Owner's contingency of $1,158,600 provided that prior to execution of any change order in excess $500,000, the Board of Airport Commissioners shall first have reviewed and authorized the execution thereof, and such authorization shall have become final pursuant to Charter Section 245. 8. FURTHER AUTHORIZE the Chief Executive Officer to execute the three year construction contract with Griffith Company upon the Taxiway T - Phase 2 Project approval as to form by the City Attorney. DISCUSSION: 1. Purpose Award of a three year construction contract to Griffith Company for the "Taxiway T - Phase 2 Project" at Los Angeles International Airport (LAX) to improve aircraft taxing between the north and south airfield complex. 2. Prior Related Actions April 2, 2013 - Resolution No. 25071 The Board of Airport Commissioners (Board) approved the award of a contract for Taxilane T - Phase 1 to Coffman Specialties, which included the construction of the southern half of taxilane T. April 16, 2015 - Resolution No. 25671 The Board approved the release of a Notice Inviting Bids for the Taxiway T - Phase 2 project, which included the scope of work for the Qantas Hangar and Adjacent Facilities Demolition Project. November 19, 2015 - Resolution No. 25840 The Board approved the award of a contract for Qantas Hangar Demolition to Griffith Company for the demolition of the hangar as part of Taxiway T - Phase II and the overall Taxilane T project. 3. Current Action Background The Taxiway T Project is a part of the airfield improvement program that will ultimately provide a dual taxilane system, located west of the Tom Bradley International Terminal, and east of Midfield Satellite Concourse (MSC). Upon Completion of Taxilane T, there will be four north -south taxi routes on the airport for Group VI aircraft - Taxilane S, Taxilane T, Taxiway R and Taxiway AA. With the development of MSC, Taxilane T would also serve as access and maneuvering area for arrivals and departures at MSC east gates. This project was separated into multiple procurement packages with separate phasing timelines in order to efficiently manage operational and tenant impacts, and to provide flexibility for future construction projects in the affected area: Page 2 Award of Contract - Taxiway T. docx

Phase 1 Enabling Work: This enabling work included the demolition of the American Airlines low -bay hangar, deluge system and Sky Chef's building (a former flight kitchen) and construction of a replacement deluge system for the remaining American Airlines hangars. This project was completed in May 2012. Enabling Work also included the Qantas Hangar and Adjacent Facilities Demolition, which were both completed in December 2016. Phase 1: Consisted of constructing the southern half of the Taxiway T north -south directional taxiway, new vehicle service road, Remain Over Night parking positions, and reconfigured the American Airlines maintenance ramp. This project was completed in December 2014 Phase 2 Enabling Work: This enabling work included the Qantas Hangar and Adjacent Facilities Demolition, which were both completed in December 2016. This work was separated out to accommodate the sequencing and phasing plan of the Midfield Satellite Concourse (MSC) North. Project Scope Phase 2: The Board action today requests authorization to award a contract to complete the construction of the remaining northern half of Taxiway T. This completes the dual taxilane system connecting the north and south airfields and increase the north -south aircraft taxiing capability at LAX. The proposed award of contract to Griffith Company will include the following scope of work: Construction of northern half of Taxiway T pavement from termination point of Taxiway T Phase I project to Taxiway D Airfield electrical construction including Taxiway edge, centerline, and signage. Modifications to the Airfield Lighting Control System (ALCS) Realignment of north -south service road Associated airfield lighting, signage and striping Associated drainage and paving Installation of temporary Airport Operations Area (AOA) perimeter fence. Page 3 Award of Contract - Taxiway Tdocx

Taxi lane T - Phase 1 and Enabling Work Demolished TWA (Qantas) Hangar and adjacent facilities Procurement Process This project was advertised for bids on December 20, 2016 and a Pre -Bid Conference was held on January 4, 2017. LAWA received four (4) bids on February 14, 2017 as follows: Contractor Bid Amount Griffith Company $10,981,925.00 Granite Construction Co. $11,386,504.00 Kiewit Infrastructure West Co. $11,542,083.00 Sully- Miller Contracting Company $13,180,000.00 LAWA's construction estimate for the project was $10,351,784.00. Griffith Company's bid is 5.7% above LAWA's estimate. Differentiating estimates may be attributed to the cost of electrical work and market inflation of materials. LAWA will receive up to 75% reimbursement for this project under the Federal Aviation Administration (FAA) Airport Improvement Program. As such, this project was procured under the Federal Disadvantaged Business Enterprise (DBE) guidelines. As a federally funded project, the Notice Inviting Bids for the Taxiway T - Phase 2 Project included a Disadvantage Business Enterprise (DBE) participation goal of 15% set by LAWA's Procurement Services Division (PSD). Griffith Company bid included a 5.2% DBE participation level. PSD reviewed bid documents and determined that Griffith Company made a good faith effort to outreach to DBE firms. Page 4 Award of Contract - Taxiway T.docx

On February 27, 2017, LAWA received a bid protest from the second low bidder, Granite Construction Co., against the apparent low bidder. The protest alleged Griffith Company did not fully complete the DBE participation forms at the time of bid and that Griffith Company did not meet the RFB minimum requirements. Planning & Development staff, reviewed the protest and determined that the protest did not contain merit. Staff recommends to continue with the procurement process and award the contract to Griffith Company as the lowest responsible and responsive bidder. Project Budget The budget for the Taxiway T- Phase li Project is $15,409,275. The Board previously appropriated $2,719,650 for Design, Construction Administration, Project Management and Controls, Construction Management and CALM for this project. Therefore, the requested appropriation is in the amount of $12,689,625. Staff estimates soft costs for this project are approximately 23% of the construction cost. The soft costs include consultant design services, project and construction management services from the start of design though completion of construction. Project costs are estimated as follows: Cost of Construction: Construction Contract $ 10,981,925 City Services & Supplies (Inspection,Testing, etc.) $ 494,200 Airport Police (Airfield Access Post Guard Staff) $ 54,900 Coordination and Logistical Management (CALM) $ 54,900 Project Contingency: Total Construction Costs: $ 11,585,925 10% of Construction Costs $ 1,158,600 Project Soft Costs: Total Contingency: $ 1,158,600 Design and Construction Administration $ 1,390,300 Project Management Services (Consultant & LAWA) $ 1,274,450 Prior Appropriated Project Costs: Total Soft Costs: $ 2,664,750 TOTAL PROJECT COST: $ 15,409,275 Coordination and Logistical Management (CALM) $ 54,900 Design and Construction Administration $ 1,390,300 Project Management Services ( Consultant Only) $ 1,274,450 Total Prior Appropriations: $ 2,719,650 TOTAL REQUESTED APPROPRIATION: $ 12,689,625 Page 5 Award of Contract - Taxiway T.docx

This project is scheduled to start field construction in November 2017 and conclude in April 2018. Action Requested Staff requests the Board award a construction contract to Griffith Company in the amount of $10,981,925 and appropriate capital funds in the amount of $12,689,625 for the Taxiway T - Phase 2 Project at LAX. Fiscal Impact The Taxiway T- Phase 2 Project is eligible for 75% reimbursement from the Federal Aviation Administration (FAA) under an Airport Improvement Program (AIP) Letter of Intent (LOI) grant funding obligation. All non -federally funded project costs will be recovered from airfield users through LAX's rates and charges. 4. Alternatives Considered Defer this Action Deferring this action will limit available aircraft taxiing operations and service vehicle routing. In addition, the construction of the Midfield Satellite Concourse will be delayed and full length Taxiway T will remain incomplete, which will negatively impact airport operations due to shortage of gates. This will also result in a loss of future revenue generating opportunities and could jeopardize federal grand funding associated with Taxiway T improvements. APPROPRIATIONS: Staff requests that funds for this project be appropriated and allocated in the not -to- exceed amount of $12,689,625 from the LAX Revenue Fund to WBS 1.08.10GA -700 (Bradley West Taxiway "T" Phase 2) as may be required. STANDARD PROVISIONS: 1. Any activity (approval of bids, execution of contracts, allocation of funds, etc.) for which the underlying project has previously been evaluated for environmental significance and processed according to the requirements of the California Environmental Quality Act (CEQA) is exempt from further review pursuant to Article II, Section 2.i of the Los Angeles City CEQA guidelines. The Bradley West Environmental Impact Report (EIR) was certified by the Board of Airport Commissioners on September 21, 2009 (Resolution No. 23891). 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. As this is a construction project, (Bidder /Proposer) 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. 10039862) and set a 15% Disadvantaged Business Enterprise (DBE) goal for this project. Griffith Company proposed Page 6 Award of Contract - Taxiway T.docx

5.2% DBE participation. Procurement confirms that based on documents submitted, Griffith Company has made a good faith effort to outreach to DBE subcontractors. 6. Griffith Company will comply with the provisions of the Affirmative Action Program. 7. Griffith Company has been assigned Business Tax Registration Certificate number 0000046656-0001 -2. 8. Griffith Company will comply with the provisions of the Child Support Obligations Ordinance. 9. Griffith has approved insurance documents, in the terms and amounts required, on file with Los Angeles World Airports. 10. As this is a construction project, the CAO has determined that this action is exempt from the provisions of Charter Section 1022 (Use of Independent Contractor). 11. Griffith Company has submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. Griffith Company has been determined by Public Works, Office of Contract Compliance to be in full compliance with the provisions of the Equal Benefits Ordinance. 13. Griffith Company will be required to comply with the provisions of the First Source Hiring Program for all non -trade Airport job. 14. Griffith Company has submitted the Bidder Contributions CEC Form 55 and will comply with its provisions. Page 7 Award of Contract - Taxiway T docx

. SUBCONTRACTOR PARTICIPATION PLAN ATTENTION, You must list ALL subcontractors, regardless of their dollar amount or percent proposed,. and regardless of whether t4rey are certified or not. Project TThe: Taxiway T Phase H Project at LAX _'.:.'. -.-'-,Y::::s+ 57`133t[SUkTfIP'IîÓT.OSÉEfVCbMFti11T%ONEQRÀiIiITJÓÍi '-> Griffith Company ',Ö1Cfil1QFOd211ßiAll:_3f's... j;"h ',FvB'1F,PCBÄGIlNirti.'.' e.. ß!}ti:i.;,... _ '/+.QË.+.RIPm1GN?GkT rë Grl',SÈRVICES:j_'T:<? 12200 BloomTreld Ave E7FMnCITY: CrfYt ISTATF1ZiP: Santa Fe Springs CONTACT Lucas J. Walker CERTIFYING AGENCY: i 1Qfr t si i 9aS TELEPHONE N0: :i62-929-1128 y,, ' ' ` EiJIA13,: Iwalker(firiffithcompany,net VENDOR OR FEDERAf.ID: 95-0795590 NAIC5:..- '.SUecoNrR7, rax4cótutpaíayl.éipörmayföfit r<w.....:s', s~?pridít1"fàáä77äi1:: :.ÿ;. ~ Giroup:?::d5f?á -^:r,>.la.p4b9f3ìt, 1:;;=;DPT70Dí1PäfECT.z3ER'VicEs=?., - Af43r neet / fr; 5e 9e,e OS fiftx '. el 2i ETHNICITY: ftw telfgr CRY/STATE/ZIP: rs13 '40 qa7 C. Os Á' 3 Lit) CONTAcrNAtE y cat-tofu, Ic ili at. T e TELEPHONE NO: I -Ste- it-j, i aàafl: TGtr1.0-0 A40111-,nfedlfl'gE, fitll.a VENDOR OR FEDERAL ID: 7745 fi 444 NAICS: 23/V l 5 3Z112 541 W 01 4 4 f n 4' 54'61I NAIJE: 6-49S Can S'-FhtG-V/iA ray7 Pip,..er ETHNICITY: Reel Ger)en 5'4..0, CITY/STATE/ZIP: Aon:h.ds4 e,a( /Ai eìrtn. `iy4! CflNTACT Mie r CERT1PYfNGAtAtcr:.-a.nr.: VENDOR OR FEDERAL ID: 32(7 / I I Pf 7 f z- j ( 0 TELEPHONE N0: fç L - lip - ( I f CERT EXPtAï7ON DATE: EMAIL J,t @ 'T S r/r5eht3ea /., AC& 23 7316 Name Self/ u6r q ' P 13 1:77 2U CITY/STATE/ZIP: fbrve 42$$f : CA {@ 7t00 CONTACT Je 4' i rirpe`i CERTIFYING AGENCY: Cal-f-pAn ír TELEPHONE No: 70 - q p,f- 6 ï.z L M>3íL: i' aney ry 07 cor, f ri VENDOR OR FEDERAL 1G: 2,p-- ZS/ 035 NAICS: 3&/ wes 4' -fbvclaue ETttntICrCY: jfsìr;n ofwal`y f,e-i'e'ot IFoesl( t legr,"( 14 SP Curi; 4 6e ETtAVfaTY: Cire/STATE/ZIP: EjpLAenO, CÁrr /5fi CONTACT errc ndlrter CERTIFYING AGENCY: TELEPHONE No: (elf } 2.z6-2 i G 0` i 3 z r 6 NA 5 K r* 3 lafif i I 3 Q Jg '1 II!. 7 - /n Ctf E fee tetra! Eir1AL: eri G s} ii l`e,it) I eta, r Eü4'R VENDOR ORFEDT92i4L ID: I ii- 2422 NAICS: 23 $216 pwiad7129111

i( AfidPT, h flf;inf011g%7'ión:siir-... `' 9' r,:: TC' rr' ir,' ; tf> :f c S'GT f't' SUBCONTRACTOR PARTICIPATION PLAN, gg.t s >.:,. àa, R6íï (iir?oiiki'lis:.':,r-,.,. 'rt:avp.roaösei:wr.:` sa%`p_zxoeosep -_ it t? s Cwta'w 'i Acid A i e- - CITYISTATr 7, ;. - is i - - e. - ;.r.dësc/apozerof,prsenecrneliv.. Cä2i1FYING AGENCY - t AAA cf A 7 t y ' CONTACT NAT, : (?, ' EA ar TELEPHONE NO: / f, N 4 f 66 EMAIL Re., f a.4 r Ce+9.1 ft 111111-0-- WAIIIIIMMINIIIIMI 1, 21 ;. _ ETHNICITY:. CETYISTATE/ZIP: C e '(le L:-. y elti CERTIFYING AGENCY: i q 1 I CONTACT 16A6A1-C4 fitetal ì of TELEPHONE No:...- VENDOR OR FEDERAL ID: _. -, MM EMAIL: C. a.p.gidi & Lithun fehce, C- VENDOR DR FEDERAL ID: 45 Zci,f1 SZ$3 NAILS: 2; fittp) 5 al Ai h F :. c il age 2-11.111.1111MMI111111111111111111 ' 53 Jt f/,,; ETHNICITY: to.% F-tc St A r Ì E1, ll CETYISTATEiZEP: 1í I- ti J N1í9 f - CONTACT i Stettoi CERTIFYING AGENCY: TaPnaN No a }. % v { VENDORcR FEDERAL ID: ',if ETHNICITY: CITYISTATEIZIP: CONTACT CERTIFYING AGENCY: TELEPHONE No: Em AIL: VENDOR OR FEDERAL ED: NAILS GRouP: III ETHNICITY: CITY /STATFIZIP:. CONTACT CERTIFYING AGENCY: TELEPHONE No: CERT E)U IRATTOH DATE: EMI.: VENDOR OR FEDERAL ID: NAILS. ETHNICITY: CITYISTATEIZIP: CONTACT CERTIFYING AGENCY: TELEPHONE NO: EMAIL: - VENDOR OR FEDERAL ID: NAILS: Il

' SUBCONTRACTOR PARTICIPATION PLAN...-,;:...,,?-SGBCÖt?!RáO7'ÓÌï,{OMP. ANI' iltitfö [2MÁtBON.SYWir.,?<s.ca sit, WRliÓ )v![:ë3fffcä;flifi4taf;%%. ;tom`t$+dpi7'sëff -r:;: ; M}?IiÖPÖS" 4RF-^?; ss?: ',':.,ÌìÈig*tÖiFl:öl?p;ïösffCpS..Fe i.:'- `- ":::,:: ETHNICITY: CITY /STATEíZIP: CONTACT CERTIFYING AGENCY: TELEPHONE NO: EMAIL: VENDOR OR FEDERAL. ID: NAICS: NAIVE: ETHNICITY: CRY/STATE/ZIP: CONTACT NANE: CERTtrYI NG AGENCY: TELEPHONE No: CERI EXPIRATION DATE: EMAIL: VENDOR OR FEDERAI_ ID: NAICS: - ETHNICITY: Cm/STATE/ZIP: ` CONTACT CEftTffYING AGENCY: TELEPHONE N0: EMAIL: VEMORoRFEDERAL 1D: NAICS: EmN rrr. CI YISTATt : GEMER: CONTACT NANE: CERTIFYING AGE NCY: TELEPHONE No: CERT EXPIRATION DATI: EMAL: VENDOR OR FEDERAL ID: NAICS: /wary under the penalty of perjury that the lrtformaton contained on this form is true and correct and that the firms f contract is awarded to the above prime contractor. i agree to comply, with any applicable provisions for additions a all changes or substitutions must be authorized by LAWA Procurement Services Division prior to their r impseme SBE, O MANBE Participation Level Proposed by BldderdProposer: 1,4a6BE p ACDBE subcontractors that will be utilized if this Its, and i fwther understand and agree that any and Participation Level or Goal Stated in the Request for Bid/Proposai: SHE MN1BE DBE 0 ACDBE L NAME alker, Vice President i Regime Manager TITLE fàrimd 7/23/14