bid proposal · provides an 8% bid preference to qualified local businesses. for your reference, a...

195
BID PROPOSAL In and for the City of Los Angeles, California Department of Public Works Bureau of Street Lighting VAN NUYS SHERMAN OAKS SERIES TO MULTIPLE HIGH VOLTAGE CONVERSION FY 2015-16 W.O. L1649425 PLAN NO. M-2425

Upload: others

Post on 19-Apr-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

BID PROPOSAL

In and for the

City of Los Angeles, California

Department of Public Works

Bureau of Street Lighting

VAN NUYS – SHERMAN OAKS

SERIES TO MULTIPLE

HIGH VOLTAGE CONVERSION FY 2015-16

W.O. L1649425

PLAN NO. M-2425

Page 2: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

VAN NUYS – SHERMAN OAKS STM

HIGH VOLTAGE CONVERSION FY 2015-16

L1649425

TABLE OF CONTENTS

BID PROPOSAL PAGE

Table of Contents 1 page

IMPORTANT NOTICE 5 pages

PART I Proposal Cover 1-1 Schedule of Work and Prices 1-2a thru 1-2c Responsibility Questionnaire 1-3a thru 1-3j Pledge of Compliance With Contractor Responsibility Ordinance 1-3k Signature Sheet and Affidavit1-4 Bid Bond 1-5 List of Subcontractors 1-6 thru 1-8 Certification of Compliance with Child Support Obligations 1-9 Equal Benefits Ordinance 1-10 Equal Benefits Ordinance Q&A 1-11a thru 1-11d Slavery Disclosure Ordinance 1-12 Enhanced Electrical Safety Policy – Implementation Plan 1-13a, 1-13b Bidder Certification - CEC Form 50 1-14a thru 1-14b Iran Contracting Act of 2010 Compliance Affidavit 1-15a thru 1-15c

PART II

City of Los Angeles Non-Discrimination, Equal Employment Practices,

Affirmative Action Requirements for Construction Contractors 2-1 Anticipated Employment Utilization Report 2-2 City of Los Angeles LOCAL BUSINESS PREFERENCE PROGRAM (LBPP) LBPP-1 thru 7

PART III

BOARD OF PUBLIC WORKS BUSINESS INCLUSION PROGRAM (BIP) PROGRAM 3-1 thru 3-20

PART IV 1. GENERAL INSTRUCTIONS AND INFORMATION FOR BIDDERS 4-1 thru 4-14

Schedule of Stipulated Unit Prices 4-15a thru 4-15b Holiday Season Excavation Restrictions 4-16 thru 4-24 Insurance Requirements (Form 146) 1 page Instructions and Information on Complying w/ City Insurance Requirements 2 pages Summary of First-Notice Replies 2 pages

2. Mandatory Subcontracting Outreach Program MSM-1, 2 3. Construction and Demolition Waste Recycling Ordinance Compliance Packet CDWRO-i,ii,1 thru 30 4. Board of Public Works “Zero Sanitary Sewer Overflows” ZSSO-1 thru 3 5. City of Los Angeles Labor Compliance Manual 13 pages 6. Online Certified Payroll System OCPS-1 7. Municipal Lobbying Ordinance i, ii, iii, 1 thru 21 8. Street Lighting Special Specifications/Provisions 16 pages

Page 3: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 Page 1 of 5

IMPORTANT NOTICE

VAN NUYS – SHERMAN OAKS STM HIGH VOLTAGE CONVERSION FY 2015-16

W.O. L1649422

A. BIDDER'S SUBMITTALS

Part I - Must be properly completed and submitted to the Board of Public Works not

later than the time and date designated on Page 1-1 of the Proposal at Los

Angeles City Hall, 200 N. Spring Street, Room 355, Los Angeles, California

90012, Attention: Contract Section.

All bids will be opened publicly and read in Room 350 of Los Angeles City Hall (see address above) at 10:00am on the “Bid Date” designated on Page 1-1 of the Proposal. Live audio coverage of the Board Meeting may be accessed online at: http://www.lacity.org/city-government/elected-official-offices/city-council/council-and-committee-meetings. Go to the bottom of the page and click on the link under “Board of Public Works Meetings”.

Part II - Bidders are required to complete and upload the Non-Discrimination/Equal

Employment Practices Certification and Affirmative Action Plan Affidavit on the City’s Business Assistance Virtual Network (BAVN, www.labavn.org) at the time of registration on BAVN, but no later than the bid date designated on Page 1-1 of the Proposal. However, Bidders with current OCC approval for their Non-Discrimination/Equal Employment Practices Certification and Affirmative Action Plan Affidavit do not need to re-submit unless the approval is 30 days or less

from expiration. Additionally, Bidders are required to complete and submit

with their Bid/Proposal the Anticipated Employment Utilization Report (Page 2-2). In lieu of the Los Angeles City Affirmative Action Plan, the bidder may submit its own Affirmative Action Plan by uploading it onto the City’s BAVN. A bidder’s compliance with the aforementioned Non-Discrimination/Equal Employment Practices and Affirmative Action filing requirements will be a factor in determining the responsiveness of their bid/proposal.

The Non-Discrimination/Equal Employment Practices Certification and the City of Los Angeles Affirmative Action Plan Affidavit shall be effective for a period of

three years from the date it was approved by the Office of Contract Compliance (OCC) or when it was uploaded onto the City’s BAVN. Note that significant changes have been made to the documentation and submittal procedures for the Non-Discrimination/Equal Employment Practices and Affirmative Action Plan. Refer to the appropriate Ordinances in the Table of Contents for the instructions and forms. For questions regarding the documents and/or submission procedures, call (213) 847-2625. For technical questions regarding BAVN, use the support link located at the bottom of the web page.

Part III - Submission of Business Inclusion Program (BIP) Outreach Documentation is

mandatory. All bidders must perform their BIP Outreach Documentation

on the City’s Business Assistance Virtual Network (BAVN) as described

in Part III of the Bid Proposal. All bidders must submit this documentation

on the City’s BAVN. All BIP Outreach Documentation, including the

summary sheet, must be submitted on the BAVN’s BIP Outreach Reports

Page 4: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 Page 2 of 5

System, and must be submitted by 4:30pm of the following City working day from the date bids are received by the Board of Public Works.

NOTE: THE BIDDER’S FAILURE TO PASS THE BIP OUTREACH

DOCUMENTATION PROCESS WILL RENDER THE BID NON-

RESPONSIVE.

B. MANDATORY PRE-BID MEETING – BUSINESS INCLUSION PROGRAM (BIP) OUTREACH

All bidders must attend the mandatory pre-bid meeting* scheduled for May 3, 2016 at 10:00

a.m., TUESDAY, at 1149 S. Broadway, Lobby Conference Room No. 150; Los Angeles,

CA 90015. This meeting is to inform prospective bidders of the submittal requirements and the provisions relative to the utilization of MBEs/WBEs/OBEs, Small Business Enterprises (SBE), Emerging Business Enterprises (EBE), and Disabled Veterans Business Enterprises (DVBE); and answer questions related to the project and how to submit BIP Outreach Documentation using the City’s BAVN.

Failure by the bidder to attend the mandatory pre-bid meeting may result in the board of

Public Works declaring the bid non-responsive. Credit may not be given if the bidder representative arrives late or fails to sign the Pre-Bid Meeting attendance roster. Please refer to page 3-8 for more details.

The Board of Public Works anticipated level of MBE participation is 2% and WBE

participation is 2%. SBE participation is 25%, EBE participation is 8%, and DVBE

participation is 3% (See Part III of the Proposal). *: Auxiliary aids or services may be provided upon request; see E-3 below.

C. MANDATORY SUBCONTRACTING MINIMUM (MSM) REQUIREMENT

(See Part IV of the Proposal)

To be eligible for award of this project, the Board of Public Works requires the bidder to

subcontract a minimum of 8% of the Total Bid Amount to any qualified, available subcontractor.

FAILURE BY THE BIDDER TO SUBCONTRACT THE MINIMUM PERCENTAGE SPECIFIED

HEREIN MAY RESULT IN THE BOARD OF PUBLIC WORKS DECLARING THE BID NON-

RESPONSIVE.

Subcontractor - For purposes of the MSM Program, a subcontractor is defined as an individual, firm, or corporation having a direct contract with the contractor for the performance of a part of that which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor, materials, or equipment.

D. CONTRACTOR PARTICIPATION

The Prime Contractor shall perform, with its own organization, contract work amounting to at

least 50% of the contract price. Any items designated as specialty items by the City and performed by Subcontractors shall be deducted from the contract price before computing the amount of the work required to be performed by the Prime Contractor with its own forces. This percentage shall be of the original contract price, exclusive of specialty items performed by Subcontractors, but include the cost of materials and manufactured products purchased or produced by the Prime Contractor.

Page 5: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 Page 3 of 5

E. BIDDER INFORMATION AND ASSISTANCE

1. Requests for clarification of conflicts and omissions from the contract

documents shall be addressed in writing to: Janet Kwan Bureau of Street Lighting 1149 S. Broadway, Suite 200 Los Angeles, CA 90015; FAX (213) 847-1851; (If FAXing, please call (213) 847-1579 to confirm receipt)

E-MAIL: [email protected]

The deadline for receipt of written questions is May 18, 2016.

2. Business Inclusion Program information and/or assistance may be obtained through the City's Office of Contract Compliance via Email: [email protected] or at the pre-bid meeting (See paragraph titled “MANDATORY PRE-BID MEETING” under item B above).

3. Sign Language Interpreters, Communication Access Real-Time Transcription, Assistive

Listening Devices, or other auxiliary aids and/or services may be provided for meetings upon request. To ensure availability, you are advised to make your request at least three (3) business days prior to the meeting you wish to attend. Due to difficulties in securing Sign Language Interpreters, five (5) or more business days’ notice is strongly recommended. For additional information, please contact Janet Kwan at [email protected], 213-847-1579.

4. As a covered entity under Title II of the Americans with Disabilities Act, the City of Los

Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its programs, services and activities.

F. BIDDER RESPONSIBILITY POLICY

All contractors are subject to compliance with the requirements specified in the City of Los Angeles’ Contractor Responsibility Ordinance #173677, [Article 14, Chapter 1, Division 10, L.A.A.C.]. Failure to comply with all requirements specified in the Ordinance will render the bidder’s contract subject to termination pursuant to the conditions expressed therein. In accordance with City Ordinance #173677, all bidders must complete the Responsibility Questionnaire contained in Part I, Pages 1-3a through 1-3j (Revised 1/25/12) of the Proposal, and also submit the attached Pledge of Compliance (Page 1-3k). Bidders will be acknowledging that they have read and understood the Ordinance when they sign the Signature Sheet and Affidavit (Page 1-4 of the Proposal).

ONLY QUESTIONNAIRES WITH THE REVISION DATE OF 1/25/12 ARE ACCEPTABLE

AND THOSE BIDS RECEIVED WITHOUT THE REVISED QUESTIONNAIRES MAY BE

DEEMED NON-RESPONSIVE.

Page 6: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 Page 4 of 5

G. CONTRACTOR'S LICENSE CLASSIFICATION REQUIRED TO BID

At the time of bid the contractor must possess a valid State of California Contractor's License

Classification of “C-10” or “A”.

H. LOCAL BUSINESS PREFERENCE PROGRAM

This project is subject to the provisions of the City’s Local Business Preference Program. The Local Business Preference Program, which was recently passed by Ordinance No. 181910, provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor or subcontractor meeting the “local business” criteria as defined in the Ordinance should self-certify by completing and uploading the Local Business Certification Affidavit of Eligibility under the certifications tab in BAVN, as soon as possible, in order to qualify for a bid preference. Knowingly and willfully providing false information on the Affidavit of Eligibility is a violation of City Ordinance No. 181910 and could subject the contractor to fines, contract termination or debarment from transacting business with the City.

I. LIST OF PROJECTS OUT TO BID & PLAN HOLDERS LIST

The List of Projects Out to Bid is available at http://bsl.lacity.org/. Click on the “Business” tab. For Plan Holders List, please Email Janet Kwan at [email protected].

J. ADDENDA

Please confirm that the Email address you provide on www.LABAVN.org is correct; notifications of addenda will be Emailed to that address. All Plan-Holders are reminded to check the LABAVN website during the week of the Bid Date to ensure they have all issued addenda. No new addendum will be issued during the week of the Bid Date.

K. ENHANCED ELECTRICAL SAFETY POLICY - IMPLEMENTATION PLAN

Failure for bidders to sign and submit a completed BCA 168 Form titled “Enhanced Electrical Safety Policy - Implementation Plan” (page 1-13a,b) with their bid may result in their bid being deemed non-responsive.

L. IRAN CONTRACTING ACT OF 2010

In accordance with the California Public Contract Code Sections 2200-2208, all bidders submitting proposals for entering into or renewing contracts with the City of Los Angeles for goods and services estimated or bid at $1,000,000 or more are required to complete, sign and submit the “Iran Contracting Act of 2010 Compliance Affidavit”.

M. CALIFORNIA STATE SENATE BILL 854

Contractors are advised of the following changes made by California State Senate Bill 854 to procedures by the State of California Department of Industrial Relations:

Page 7: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 Page 5 of 5

1. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the California Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

2. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the DIR pursuant to Labor Code section 1725.5.

DIR maintains a current list of registered contractors at: https://efiling.dir.ca.gov/PWCR/Search.action

For more details, see “General Instructions and Information for Bidders” section in Part IV of this document.

N. MISCELLANEOUS

1. This project is one of six series to multiple conversion projects in the High Voltage

Conversion Program to be advertised in the month of April for Fiscal Year 2015-16. Contractors are advised of the following proposed schedule for upcoming opportunities:

Proposed Proposed Advertisement Pre-Bid Proposed Project Title Date Meeting Date Bid Date Pacoima – Sylmar STM 4/15/16 5/03/16 6/01/16 Van Nuys – Sherman Oaks STM 4/15/16 5/03/16 6/01/16 Reseda – Arleta STM 4/22/16 5/10/16 6/08/16 Sun Valley – North Hollywood STM 4/22/16 5/10/16 6/08/16 Mar Vista STM 4/29/16 5/10/16 6/15/16 Westchester – Playa Del Rey STM 4/29/16 5/10/16 6/15/16 2. For delivery and pick-up of material and equipment to and from the BSL Yard, contact the Warehouse Principal Storekeeper 48 hours in advance at (323) 913-4748. All material to be delivered to any BSL Yard shall be clearly labeled. Labeling should consist of a 3” x 5” tag that includes (1) a description of the item, i.e. “CD953 pole”; (2) specify whether material is spare or a sample for evaluation; (3) project title; and project work order number. Tags should be secured to every item that is delivered. 3. In accordance with Article 13, Chapter 1, Division 10 of the City of Los Angeles Administrative Code, the project manager and the City inspector for this construction contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration (Department of Public Works) upon completion of this contract.

Page 8: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

BID PROPOSAL

PART I

Print and submit Part I & II pages one-sided only

Page 9: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

V03/31/16 1.1 Submit with Bid

PROPOSAL

PART I OF IV

VAN NUYS – SHERMAN OAKS STM HIGH VOLTAGE CONVERSION FY 2015-16

STREET LIGHTING PROJECT

W.O. L1649425

In and for the City of Los Angeles

California

TYPE OF CONTRACT: Cash

PROPOSAL ATTACHMENTS: Project Plans and Specifications

SPECIFICATIONS: These Special Provisions including any issued addenda, project plans, and the Latest

editions of: Special Specifications for Street Lighting Construction (Blue Book), Board of Public Works adopted edition of the Standard Specifications for Public Works Construction

(Green Book) as amended by the City’s Brown Book (previously known as “Standard Plan S-610”).

PROJECT LOCATION: See Project Plans – M-2425

COMPLETION TIME: 281 Calendar Days (Strictly Enforced)

LIQUIDATED DAMAGES: $1,000.00/Calendar Day

BID DATE: Bids must be received not later than 10:00 a.m. WED, JUNE 1, 2016 at Los Angeles

City Hall, 200 North Spring Street, Room 355, Los Angeles, California 90012 - (213) 978-0262.

Firm Name

Address

Telephone Number ( ) Fax Number ( ) Email Address:

Contractor’s License Number Classification Expiration Date

Business Tax Registration Certificate (BTRC) No.:

“Company” Identification No. on BAVN (this is different from your BAVN User I.D.):

Department of Industrial Relations (DIR) Registration No.:

Page 10: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

VAN NUYS - SHERMAN OAKS HV STM

Work Order: L1649425

Estimated Quantity

Item Description Unit* Unit Price (in figures)

Item No.

Total Price (in figures)

SCHEDULE OF WORK AND PRICES FOR

(COMPLETE THIS SCHEDULE IN BLACK INK)

Dollars Cents Dollars Cents

BSL Items

20Excavate & repair conduit in parkway EA1

6Excavate & repair conduit in street crossing

EA2

13Remove series service equipment EA3

1Remove & dispose of existing wires per general notes on sheet 1 of project plans

LS4

373Remove & dispose of luminaire, lamp and ballast

EA5

37Replace damaged pullbox lids EA6

19Replace damaged or missing hand hole covers (may vary in size or shape)

EA7

7O.H. svc. incl. 2" galv. cond. svc. riser complete to service pullbox and coordination with DWP

EA8

8Service junction connecting device EA9

aPage 1.2

Page 11: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

VAN NUYS - SHERMAN OAKS HV STM

Work Order: L1649425

Estimated Quantity

Item Description Unit* Unit Price (in figures)

Item No.

Total Price (in figures)

SCHEDULE OF WORK AND PRICES FOR

(COMPLETE THIS SCHEDULE IN BLACK INK)

Dollars Cents Dollars Cents

274701" galv. cond. (Parkway) incl. excavations and restoring surface to match adjacent surface

LF10

2451-1/2" galv. cond. (Parkway) incl. excavations and restoring surface to match adjacent surface

LF11

27701-1/2"galv.cond.(St. cross) incl. excavations and restoring surface to match adjacent surface

LF12

67Ground rod (for existing conduit) EA13

1#10 THWN AWG solid wire LS14

1#8 AWG stranded wire (600v) LS15

205Pullbox, type 2 Armorcast incl. lid, bends, excavating, & restoring surface to match adj. surface.

EA16

7Pullbox, type 3 Armorcast incl. lid, bends, excavating, & restoring surface to match adj. surface.

EA17

37310 amp fuse kit (includes cartridge fuse) EA18

bPage 1.2

Page 12: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

VAN NUYS - SHERMAN OAKS HV STM

Work Order: L1649425

Estimated Quantity

Item Description Unit* Unit Price (in figures)

Item No.

Total Price (in figures)

SCHEDULE OF WORK AND PRICES FOR

(COMPLETE THIS SCHEDULE IN BLACK INK)

Dollars Cents Dollars Cents

3430 amp fuse kit (includes cartridge fuse) EA19

228LED luminaire (100W HPS replacement) per plan

EA20

145LED luminaire (200W HPS Replacement) per plan

EA21

373Philips City Touch Lum Controller EA22

Total Amount Bid

* Unit abbreviations : EA (Each), LF (Linear Foot), LS (lump Sum), TR (Trip)

** Complete electrolier assembly includes foundation, pullbox, pole, arm, luminaire, lamp, ballast, and all wire between luminaire and electrolier pullbox.

_____________________

1. Bidder shall include all overhead and profit into bid by spreading costs/profit over bid items. Costs for items not on bid sheet but specified on plans or required by Bluebook or Greenbook shall be applied to applicable bid items. Any additions, deletions, conditions, limitations, provisions added to the bid, or unbalanced bid submitted by the bidder will render the proposal irregular and may cause its rejection.

5. ENHANCED ELECTRICAL SAFETY CRITERIA: Required on this project for all worksite electrical labor. Refer to Bid Proposal Part I, "Electrical Safety Policy - Implementation Plan". All required documentation and certifications required by the Policy must be submitted prior to start of construction.

NOTES:

4. This/these bid sheet/s should be filled out completely and confirmed for mathematic accuracy. DO NOT round amounts in the "Total Price" column (Total Price must equal Estimated Quantity X Unit Price). Leaving blanks or making mathematical errors that cannot be resolved will render the proposal irregular and may cause its rejection (refer to items 1a-1j of the "General Instructions and Information for Bidders" section in the Bid Proposal).

2. FIXED COST ITEMS: Pre-printed dollar amounts listed in the SCHEDULE OF WORK AND PRICES shall not be changed or deleted. Any additional costs associated with these fixed cost items shall be applied to other applicable bid items.

3. Bidder shall submit a balanced bid which contains unit bid item costs that reasonably reflect the actual costs (plus reasonable profit, overhead costs, and other indirect costs) to contruct the item.

cPage 1.2

44813
Typewritten Text
155 00 57,815 00
Page 13: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE

RESPONSES TO THE QUESTIONS CONTAINED IN THIS QUESTIONNAIRE MUST BE SUBMITTED ON THIS FORM.In responding to the Questionnaire, neither the City form, nor any of the questions contained therein, may be retyped, recreated, modified, altered, or changed in any way, in whole or in part. Bidders or Proposers that submit responses on a form that has been retyped, recreated, modified, altered, or changed in any way shall be deemed non-responsive. The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to the Questions herein. Failure to complete and return this questionnaire, any false statements, or failure to answer (a) question(s) when required, may render the bid/proposal non-responsive. All responses must be typewritten or printed in ink. Where an explanation is required or where additional space is needed to explain an answer, use the Responsibility Questionnaire Attachments. Submit the completed form and all attachments to the awarding authority. Retain a copy of this completed form for future reference. Contractors must submit updated information to the awarding authority if changes have occurred that would render any of the responses inaccurate in any way. Updates must be submitted to the awarding authority within 30 days of the change(s).

A. CONTACT INFORMATION

CITY DEPARTMENT INFORMATION

________________________________________________________________________________________ City Department/Division Awarding Contract City Contact Person Phone

________________________________________________________________________________________ City Bid or Contract Number and Project Title (if applicable) Bid Date

BIDDER/CONTRACTOR INFORMATION

____________________Bidder/Proposer Business Name Contractor’s License Number

________________________________________________________________________________________ Street Address City State Zip

________________________________________________________________________________________ Contact Person, Title Phone Fax

TYPE OF SUBMISSION: The Questionnaire being submitted is:

An initial submission of a completed Questionnaire. An update of a prior Questionnaire dated ______/______/______. No change. I certify under penalty of perjury under the laws of the State of California that there has been no change to any of the responses since the last Responsibility Questionnaire dated ____/______/____ was submitted by the firm. Attach a copy of that Questionnaire and sign below.

________________________________________________________________________________________Print Name, Title Signature Date

TOTAL NUMBER OF PAGES SUBMITTED, INCLUDING ALL ATTACHMENTS: ___________

����������� ������� ��������������� �������� �����

������������ ���������!�

�"#��

Page 14: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

B. BUSINESS ORGANIZATION/STRUCTURE

Indicate the organizational structure of your firm. “Firm” includes a sole proprietorship, corporation, joint venture, consortium, association, or any combination thereof.

Corporation: Date incorporated: _____/_____/_____ State of incorporation:

List the corporation’s current officers.

President:__________________________________________________________________________

Vice President:______________________________________________________________________

Secretary:__________________________________________________________________________

Treasurer:

Check the box only if your firm is a publicly traded corporation.

List those who own 5% or more of the corporation’s stock. Use Attachment A if more space is needed. Publicly traded corporations need not list the owners of 5%or more of the corporation’s stock.

______________________________________ ______________________________________

______________________________________ ______________________________________

Partnership: Date formed: _____/_____/_____ State of formation: ____________

List all partners in your firm. Use Attachment A if more space is needed.

______________________________________ ______________________________________

______________________________________ ______________________________________

Sole Proprietorship: Date started: _____/_____/_____

List any firm(s) that you have been associated with as an owner, partner, or officer for the last five years. Use Attachment A if more space is needed. Do not include ownership of stock in a publicly traded company in your response to this question.

______________________________________ ______________________________________

______________________________________ ______________________________________

Joint Venture: Date formed: _____/_____/_____

List: (1) each firm that is a member of the joint venture and (2) the percentage of ownership the firm will have in the joint venture. Use Attachment A if more space is needed. Each member of the Joint Venture must complete a separate Questionnaire for the Joint Venture’s submission to be considered as responsive to the invitation.______________________________________ ______________________________________

______________________________________ ______________________________________

�"#�$

����������� ������� ��������������� �������� ����������� ���������!�

Page 15: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

C. OWNERSHIP AND NAME CHANGES

1. Is your firm a subsidiary, parent, holding company, or affiliate of another firm?

Yes No

If Yes, explain on Attachment A the relationship between your firm and the associated firms. Include information about an affiliated firm only if one firm owns 50% or more of another firm, or if an owner, partner or officer of your firm holds a similar position in another firm.

2. Has any of the firm’s owners, partners, or officers operated a similar business in the past five years?

Yes No

If Yes, list on Attachment A the names and addresses of all such businesses, and the person who operated the business. Include information about a similar business only if an owner, partner or officer of your firm holds a similar position in another firm.

3. Has the firm changed names in the past five years?

Yes No

If Yes, list on Attachment A all prior names, addresses, and the dates they were used. Explain the reason for each name change in the last five years.

4. Are any of your firm’s licenses held in the name of a corporation or partnership?

Yes No

If Yes, list on Attachment A the name of the corporation or partnership that actually holds the license.

Bidders/Contractors must continue on to Section D and answer all remaining questions contained in this Questionnaire.

The responses in this Questionnaire will not be made available to the public for review. This is not a public document. [ CPCC §20101(a) ]

�"#�%

����������� ������� ��������������� �������� ����������� ���������!�

Page 16: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

D. FINANCIAL RESOURCES AND RESPONSIBILITY

5. In the past five years, has your firm ever been denied bonding?

Yes No

If Yes, explain on Attachment B the circumstances surrounding each instance.

6. Is your firm now, or has it ever been at any time in the last five years, the debtor in a bankruptcy case?

Yes No

If Yes, explain on Attachment B the circumstances surrounding each instance.

7. Is your firm in the process of, or in negotiations toward, being sold?

Yes No

If Yes, explain the circumstances on Attachment B.

E. INSURANCE

8. In the past five years, has any bonding company made any payments to satisfy any claims made againsta bond issued on your firm’s behalf?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance.

9. Indicate whether your firm currently has a workers’ compensation insurance policy in effect, whether it islegally self-insured, or whether it currently has no workers’ compensation insurance policy in effect.

Workers’ Compensation Insurance Policy Currently in Effect Legally Self-Insured No Workers’ Compensation Policy Currently in Effect

If you have no worker’s compensation insurance policy currently in effect, and you are not legally self-insured, provide an explanation on Attachment B.

10. List the Experience Modification Rate (EMR) issued to your firm annually by your workers’ compensationinsurance carrier for the last three years. Begin with the most recent year (YR 1) that an EMR rate wasissued (EMR -1). If any of the rates for the three years is or was 1.00 or higher, you may provide anexplanation on Attachment B.

YR. 1: EMR-1: YR 2: EMR-2: YR. 3: EMR-3:

11. Within the past five years, has your firm ever had employees but was without workers’ compensationinsurance or state approved self-insurance?

Yes No

If Yes, explain on Attachment B each instance. If No, attach a statement from your workers’ compensation insurance provider that you have been continuously insured for the past five years.

�"#�

����������� ������� ��������������� �������� ����������� ���������!�

Page 17: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

F. PERFORMANCE HISTORY

12. How many years has your firm been in business? _______ Years.

13. Has your firm ever held any contracts with the City of Los Angeles or any of its departments?

Yes No

If, Yes, list on Attachment B all contracts your firm has had with the City of Los Angeles for the last 10 years. For each contract listed in response to this question, include: (a) entity name; (b) name of a contact and phone number; (c) purpose of contract; (d) total cost; (e) starting date; and (f) ending date.

14. List on Attachment B all contracts your firm has had with any private or governmental entity (other thanthe City of Los Angeles) over the last five years that are similar to the work to be performed on thecontract for which you are bidding or proposing. For each contract listed in response to this question,include: (a) entity name; (b) name of a contact and phone number; (c) purpose of contract; (d) total cost;(e) starting date; and (f) ending date.

Check the box if you have not had any similar contracts in the last five years.

15. In the past five years, has a governmental or private entity or individual terminated your firm’s contractprior to its completion of the contract?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance.

16. In the past five years, has your firm used any subcontractor to perform work on a government contractwhen you knew that the subcontractor had been debarred by a governmental entity?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance.

17 In the past five years, has your firm defaulted on a contract or been debarred or determined to be a non-responsible bidder or contractor?

Yes No

If Yes, explain on Attachment B the circumstances surrounding each instance.

G. DISPUTES

18 In the past five years, has your firm been the defendant in court on a matter related to any of the following issues? For parts (a) and (b) below, check Yes even if the matter proceeded to arbitration without court litigation. For part (c), check Yes only if the matter proceeded to court litigation. If you answer Yes to any of the questions below, explain the circumstances surrounding each instance on Attachment B. You must include the following in your response: the name of the plaintiffs in each court case, the specific causes of action in each case; the date each case was filed; and the disposition/current status of each case.

(a) Payment to subcontractors?

Yes No

(b) Work performance on a contract?

Yes No

(c) Employment-related litigation brought by an employee?

Yes No

�"#��

����������� ������� ��������������� �������� ����������� ���������!�

Page 18: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

19. Does your firm have any outstanding judgments pending against it?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance.

20. In the past five years, has your firm been assessed liquidated damages on a contract?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance and identify all such projects, the amount assessed and paid, and the name and address of the project owner.

H. COMPLIANCE

21. In the past five years, has your firm or any of its owners, partners or officers, ever been investigated,cited, assessed any penalties, or been found to have violated any laws, rules, or regulations enforced oradministered, by any of the governmental entities listed on Attachment C (Page 10)? For this question,the term “owner” does not include owners of stock in your firm if your firm is a publicly tradedcorporation.

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance, including the entity that was involved, the dates of such instances, and the outcome.

22. If a license is required to perform any services provided by your firm, has your firm, or any personemployed by your firm, been investigated, found to have violated, cited, assessed any penalties, orsubject to any disciplinary action by a licensing agency for violation of any licensing laws in the past fiveyears?

Yes No

If Yes, explain on Attachment B the circumstances surrounding each instance in the last five years.

23. In the past five years, has your firm, any of its owners, partners, or officers, ever been penalized or givena letter of warning by the City of Los Angeles for failing to obtain authorization from the City for thesubstitution of a Minority-owned (MBE), Women-owned (WBE), or Other (OBE) business enterprise?

Yes No If Yes, explain on Attachment B the circumstances surrounding each instance in the last five years.

24. Provide on Attachment B, the name(s), address(s) and telephone number(s) of the apprenticeshipprogram sponsor(s) approved by the California Division of Apprenticeship Standards that will provideapprentices to your company for use on any public works projects that you are awarded by the City ofLos Angeles.

Provide on Attachment B, the name(s), address(s) and telephone number(s) of the apprenticeshipprogram sponsor(s) approved by the California Division of Apprenticeship Standards that have providedapprentices to your company on any public works project on which your firm has participated within thelast 3 years.

�"#�&

����������� ������� ��������������� �������� ����������� ���������!�

Page 19: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

I. BUSINESS INTEGRITY

25. For questions (a), (b), and (c) below, check Yes if the situation applies to your firm. For these questions,the term “firm” includes any owners, partners, or officers in the firm. The term “owner” does not include owners of stock in your firm if your firm is a publicly traded corporation. If you check Yes to any of the three questions below, explain on Attachment B the circumstances surrounding each instance.(a) Is a governmental entity or public utility currently investigating your firm for making (a) false claim(s)

or material misrepresentation(s)?

Yes No

(b) In the past five years, has a governmental entity or public utility alleged or determined that your firm made (a) false claim(s) or material misrepresentation(s)?

Yes No

(c) In the past five years, has your firm been convicted of, or found liable in a civil suit for, making (a) false claim(s) or material misrepresentation(s) to any governmental entity or public utility?

Yes No

26. In the past five years, has your firm, any of its owners or officers been convicted of a crime involving thebidding of a government contract, the awarding of a government contract, the performance of agovernment contract, or the crime of theft, fraud, embezzlement, perjury, or bribery? For this question, theterm “owner” does not include owners of stock in your firm if your firm is a publicly traded corporation.

Yes No

If Yes, explain on Attachment B the circumstances surrounding each instance.

CERTIFICATION UNDER PENALTY OF PERJURY

I certify under penalty of perjury under the laws of the State of California that I have read and understand the questions contained in this questionnaire and the responses contained herein and on all Attachments. I further certify that I have provided full and complete answers to each question, and that all information provided in response to this Questionnaire is true and accurate to the best of my knowledge and belief.

________________________________________________________________________________________Print Name, Title Signature Date

�"#�'

����������� ������� ��������������� �������� ����������� ���������!�

Page 20: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

ATTACHMENT A FOR SECTIONS A THROUGH C

Where additional information or an explanation is required, use the space below to provide the information or explanation. Information submitted on this sheet must be typewritten. Include the number of the question for which you are submitting additional information. Make copies of this Attachment if additional pages are needed.

Page _____

�"#��

����������� ������� ��������������� �������� ����������� ���������!�

Page 21: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

ATTACHMENT B FOR SECTIONS D THROUGH I

Where additional information or an explanation is required, use the space below to provide the information or explanation. Information submitted on this sheet must be typewritten. Include the number of the question for which you are submitting additional information. Make copies of this Attachment if additional pages are needed.

Page _____

�"#��

����������� ������� ��������������� �������� ����������� ���������!�

Page 22: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

C O N S T R U C T I O N

Responsibility Questionnaire (rev 1/25/12)

ATTACHMENT C: GOVERNMENTAL ENTITIES FOR QUESTION NO. 21

Check Yes in response to Question No. 21 if your firm or any of its owners, partners or officers, have ever been investigated, cited, assessed any penalties, or found to have violated any laws, rules, or regulations enforced or administered, by any of the governmental entities listed below (or any of its subdivisions), including but not limited to those examples specified below. The term “owner” does not include owners of stock in your firm if your firm is a publicly traded corporation. If you answered Yes, provide an explanation on Attachment B of the circumstances surrounding each instance, including the entity involved, the dates of such instances, and the outcome.

FEDERAL ENTITIES

Federal Department of Labor � American with Disabilities Act� Immigration Reform and Control Act� Family Medical Leave Act� Fair Labor Standards Act� Davis-Bacon and laws covering wage requirements

for federal government contract workers� Migrant and Seasonal Agricultural Workers

Protection Act� Immigration and Naturalization Act� Occupational Safety and Health Act� anti-discrimination provisions applicable to

government contractors and subcontractors� whistleblower protection laws

Federal Department of Justice � Civil Rights Act� American with Disabilities Act� Immigration Reform and Control Act of 1986� bankruptcy fraud and abuse

Federal Department of Housing and Urban Development (HUD) � anti-discrimination provisions in federally

subsidized/assisted/sponsored housing programs� prevailing wage requirements applicable to HUD

related programs

Federal Environmental Protection Agency � Environmental Protection Act

National Labor Relations Board � National Labor Relations Act

Federal Equal Employment Opportunity Commission � Civil Rights Act� Equal Pay Act� Age Discrimination in Employment Act� Rehabilitation Act� Americans with Disabilities Act

STATE ENTITIES

California’s Department of Industrial Relations � wage and labor standards, and licensing and

registration� occupational safety and health standards� workers’ compensation self insurance plans� Workers’ Compensation Act� wage, hour, and working standards for apprentices� any provision of the California Labor Code

California’s Department of Fair Employment and Housing� California Fair Employment and Housing Act� Unruh Civil Rights Act� Ralph Civil Rights Act

California Department of Consumer Affairs � licensing, registration, and certification requirements� occupational licensing requirements administered

and/or enforced by any of the Department’s boards,including the Contractor’s State Licensing Board

California’s Department of Justice

LOCAL ENTITIES

City of Los Angeles or any of its subdivisions for violations of any law, ordinance, code, rule, or regulation administered and/or enforced by the City, including any letters of warning or sanctions issued by the City of Los Angeles for an unauthorized substitution of subcontractors, or unauthorized reductions in dollar amounts subcontracted.

OTHERS

Any other federal, state, local governmental entity for violation of any other federal, state, or local law or regulation relating to wages, labor, or other terms and conditions of employment.

�"#�(

����������� ������� ��������������� �������� ����������� ���������!�

Page 23: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

CITY OF LOS ANGELES

PLEDGE OF COMPLIANCE WITH CONTRACTOR RESPONSIBILITY ORDINANCE

Los Angeles Administrative Code (LAAC) Section 10.40 et seq. (Contractor Responsibility Ordinance) providesthat, unless specifically exempt, City contractors working under service contracts of at least $25,000 and threemonths, contracts for the purchase of goods and products of at least $100,000, contracts for the purchase ofgarments of at least $25,000, and construction contracts of any amount; public lessees; public licensees; andcertain recipients of City financial assistance or City grant funds, shall comply with all applicable provisions ofthe Ordinance. Upon award of a City contract, public lease, public license, financial assistance or grant, thecontractor, public lessee, public licensee, City financial assistance recipient, or grant recipient, and any itssubcontractor(s), shall submit this Pledge of Compliance to the awarding authority.

The contractor agrees to compl), with the Contractor Responsibility Ordinance and the following provisions:

(a) To comply with all federal, state, and local laws in the performance of the contract, including but not limitedto laws regarding health and safety, labor and employment, wage and hours, and licensing laws, whichaffect employees.

(b) To notify the awarding authority within 30 calendar days after receiving notification that any governmentalagency has initiated an investigation which may result in a finding that the contractor did not comply withany federal, state, or local law in the performance of the contract, including but not limited to laws regardinghealth and safety, labor and employment, wage and hours, and licensing laws, which affect employees.

(c) To notify the awarding authority within 30 calendar days of all findings by a governmental agency or courtof competent jurisdiction that the contractor has violated any federal, state, or local law in the performanceof the contract, including but not limited to laws regarding health and safety, labor and employment, wageand hours, and licensing laws which affect employees.

(d) If applicable, to provide the awarding authority, within 30 calendar days, updated responses to theResponsibility Questionnaire if any change occurs which would change any response contained within theResponsibility Questionnaire and such change would affect the contractor's fitness and ability to continuethe contract.

(e) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on theleased or licensed premises) shall comply with all federal, state, and local laws in the performance of thecontract, including but not limited to laws regarding health and safety, labor and employment, wage andhours, and licensing laws, which affect employees.

(f) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, sublicensee that perform or assist in performing services on the leasedor licensed premises) submit: a Pledge of Compliance.

(g) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of apublic lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on theleased or licensed premises) shall comply with paragraphs (b) and (c).

Failure to complete and submit this form to the Awarding Authority may result inwithholding of payments by the City Controller, or contract termination.

Company Name, Address and Phone Number

Signature of Officer or Authorized Representative Date

Print Name and Title of Officer or Authorized Representative

Awarding City Department Contract Number

CRO Pledge of Compliance (Rev. 09/13/01)

-3

44813
Typewritten Text
44813
Text Box
1-3k
Page 24: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Ver 7/18/12

SIGNATURE SHEET AND AFFIDAVIT

I/We, depose and say that I am/We are Insert Name(s)

of a (Insert "Sole Owner", "Partner", "President", etc.) (Insert firm name and address of bidder) .

Contractor's License No. , License Classification , Expiration Date . who submit this proposal to the Board of Public Works and hereby declare:

(1) That I/We have read this proposal and have abided by and agree to the conditions herein and have carefully examined the project plans and read the specifications and I/We hereby propose to furnish all materials and do all the work required to complete the work in accordance with the plans and specifications, for the unit prices or lump sums named in the Schedule of Work and Prices. Furthermore, I/WE have read and understand Ordinance No. 173677 of the "Determination of Contractor Responsibility Policy" of the City of Los Angeles and I/WE understand my/our obligations under this policy as a bidder and as a contractor should this contract be awarded to my/our firm.

(2) That this proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not herein named, and that I/We have not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that I/We have not in any manner sought by collusion to secure for myself/ourselves an advantage over any other bidder.

(3) This contract is expressly made for the benefit of the signatory parties only. It is not the intent of any of the signatory parties to create or discharge any duty, express or implied, to any party other than the signatory parties. Any benefit derived from this contract by a third party is unintended and incidental to the purpose for which this contract is made.

(4) That I/We as principal(s), acknowledge myself/ourselves as being bound by the accompanying Bid Bond when completed by the Surety.

(5) That I/We have read and understand the provisions of the Pollution Control - Sewage Spill Prevention and Response Requirements and the Board of Public Work's Policy of "Zero Sanitary Sewer Overflow" requirements as contained in this Proposal. If awarded this contract, I/We agree to furnish all of the materials, supplies, tools, equipment, labor and other services necessary for the containment and cleanup of any sewage or other pollutant spills or leaks occurring during the performance of this contract. I/WE further agree to act immediately, without instructions from City staff, to contain and cleanup any spill in any way involved with my/our activities on this project without concern for who or what caused the spill.

ADDENDA - This proposal is submitted with respect to the changes to the contract included in Addenda numbers:

(Fill in Addenda received) _________,__________,_________,_________,__________,______ ___,________,

I/We certify or declare under penalty of perjury that the foregoing is true and correct, and that if only one signature is provided, it is provided in accordance with Note 8 in the General Instructions and Information for Bidders of this proposal.

1. __________________________________________________________________________________ Print Name Signature Title Date

2. __________________________________________________________________________________ Print Name Second Signature Title Date

Note: ALL SIGNATURES MUST BE PROPERLY COMPLETED AND WITNESSED BY A NOTARY.

VAN NUYS – SHERMAN OAKS STM HIGH VOLTAGE CONVERSION FY 2015-16 (M-2425)

1-4

Page 25: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Ver. 01/31/12

VAN NUYS – SHERMAN OAKS STM HIGH VOLTAGE CONVERSION FY 2015-16

L1649425 (M-2425)

BID BOND (Not necessary when certified check or cashier's check accompanies bid) We, the principal and undersigned Surety, acknowledge ourselves jointly and severally bound to the Department of Public Works of the City of Los Angeles, for an amount not less than ten percent (10%) of the total bid, to be paid to said Department if the proposal shall be accepted and the proposed contract awarded to the principal, and the principal shall fail to execute the contract within the time specified by the general instructions in the proposal; and to furnish the required faithful performance and labor and material bonds, within the time specified. It is hereby agreed that bid errors shall not constitute a defense to forfeiture, except as provided by the State of California Public Contracting Code Sections 5101 through 5105, or as they may be amended. WITNESS our hands this day of , 20 .

By: a

Print Name of Owner or President of Corporation/Company Print Surety's Name

1. a Signature Mailing Address

By: Title Print Name

Date

2. _ a * Second Signature Mailing Address

By: a Second Signature Title Print Name

Second Signature Date

* Second signature may be required with bid. Failure to provide the required signatures with bid may render the bid non-responsive. If only one signature is submitted for a corporation, the City must be furnished with the required signatures authorization with bid, or a current copy of the required signature authorization must be on file with the City. See note below.

NOTE: SIGNATURE OF THE AUTHORIZED AGENT OF THE SURETY MUST BE WITNESSED BY A NOTARY. If a

bid bond is submitted on a form other than this form, the bid bond may not be acceptable. See Note 9 in the General Instructions and Information for Bidders of this proposal for more information.

1-5

Page 26: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

(Rev. 08/06/14)

LIST OF SUBCONTRACTORS

Use pages 1-6 and 1-7 to list subcontractors including manufacturers, truckers and equipment rental companies. Use page 1-8 to list vendors and/or suppliers and brokers.

To be eligible for award of this project, the Board of Public Works requires the bidder to subcontract a minimum of its bid, as discussed in the Mandatory Subcontracting Minimum (MSM) Requirement paragraph on the important Notice page of the Proposal, to any qualified available Subcontractor(s). Failure to list subcontractors and subcontracting amounts on pages 1-6 through 1-8 with the bid sufficient to meet or exceed the MSM may cause the bid to be rejected by the Board of Public Works as non-responsive.

In accordance with provisions pertaining to the listing of Subcontractors, the bidder shall list herein each first tier Subcontractor to whom it proposes to subcontract portions of the work in an amount in excess of 1/2 of 1% of the Contractor=s total bid or $10,000.00, whichever is greater, and the dollar value of each listed subcontract. However, the bidder must list any additional subcontractor and dollar value to the subcontract, regardless of amount, if the bidder wishes to have the subcontract amount credited toward meeting the MSM level of participation for this project. No MBE, WBE, SBE, EBE, or DVBE credit will be given unless the subcontractor and subcontracting amounts are listed on pages 1-6 through 1-8. Note the following when calculating the pledged levels of participation:

● MSM credit will not be given to a joint venture partner listed as a Subcontractor by a joint venture. ● Listed vendors and/or suppliers will be limited to 60% of their listed dollar value toward achieving both the

MSM and the anticipated MBE, WBE, SBE, EBE, and DVBE levels of participation for this project, unless the vendor and/or supplier manufactures or substantially alters the materials/supplies.

● SBE, EBE, and/or DVBE certified bidders will receive applicable SBE, EBE, and/or DVBE credit for the value of the work to be performed by its own workforce as listed below.

Bidders are encouraged to use MBE, WBE, SBE, EBE, and DVBE firms whenever there is a need to subcontract portions of the work.

Subcontractor Name, Business Address, Telephone Number, and Contact Person

State Contractor’s License Number and Exp. Date

Certification Agency and Certification # (1)

Dollar Value of Subcontract

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date: MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work: Bid Item Nos.:

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date: MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work: Bid Item Nos.

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date: MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work: Bid Item Nos.

(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration CT - State of California, Department of Transportation (Caltrans) MTA - Los Angeles County Metropolitan Transportation Authority SCMBDC - Southern California Minority Business Development Council, Inc. WBEC-West - Women’s Business Enterprise Council - West

1-6

Page 27: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

(Rev. 08/06/14)

LIST OF SUBCONTRACTORS (continued)

Subcontractor Name, Business Address, Telephone Number, and Contact Person

State Contractor’s License Number and Exp. Date

Certification Agency and Certification # (1)

Dollar Value of Subcontract

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date:

MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work:

Bid Item Nos.

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date:

MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work:

Bid Item Nos.

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date:

MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work:

Bid Item Nos.

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date:

MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work:

Bid Item Nos.

License Number:

LA / CT / SCMSDC MTA / WBEC-West

$

Cert #

Expiration Date:

MBE WBE SBE

EBE DVBE

Expiration Date:

Gender/Ethnicity:

Description of work:

Bid Item Nos.

(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration CT - State of California, Department of Transportation (Caltrans) MTA - Los Angeles County Metropolitan Transportation Authority SCMBDC - Southern California Minority Business Development Council, Inc. WBEC-West - Women’s Business Enterprise Council - West

Bidders must photocopy this page if additional subcontractors are to be listed. 1-7

Page 28: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

(Rev. 08/06/14)

LIST OF SUBCONTRACTORS (continued)

VENDOR AND/OR SUPPLIER AND BROKER PARTICIPATION RECOGNITION

The bidder must list herein names of vendors and/or suppliers and brokers and the dollar amounts for which the bidder has obligated itself (list manufacturers on page 1-6 or 1-7).

Vendor/Supplier/Broker Name, Business Address, Telephone number, and Contact Person

Certification Agency and Certification # (1)

Supplier/Broker Subcontract Information

LA / CT / SCMSDC MTA / WBEC-West

Total Dollar Amount of Subcontract

Cert #

$

MBE WBE SBE EBE DVBE

Dollar Amount Applicable Toward MBE/WBE/SBE/EBE/DVBE/MSM Participation Levels (2) (3)

Exp.:

Description of material/service rendered:

Gen./Eth.:

$

LA / CT / SCMSDC MTA / WBEC-West

Total Dollar Amount of Subcontract

Cert #

$

MBE WBE SBE EBE DVBE

Dollar Amount Applicable Toward MBE/WBE/SBE/EBE/DVBE/MSM Participation Levels (2) (3)

Exp.:

Description of material/service rendered:

Gen./Eth.:

$

LA / CT / SCMSDC MTA / WBEC-West

Total Dollar Amount of Subcontract

Cert #

$

MBE WBE SBE EBE DVBE

Dollar Amount Applicable Toward MBE/WBE/SBE/EBE/DVBE/MSM Participation Levels (2) (3)

Exp.:

Description of material/service rendered:

Gen./Eth.:

$

(1) Specify Certifying agency: LA - City of Los Angeles, Bureau of Contract Administration CT - State of California, Department of Transportation (Caltrans) MTA - Los Angeles County Metropolitan Transportation Authority

SCMBDC - Southern California Minority Business Development Council, Inc. WBEC-West - Women’s Business Enterprise Council - West

(2) MBE/WBE/SBE/EBE/DVBE/MSM participation credit for a vendor and/or supplier is LIMITED TO 60% of the amount paid, unless the

vendor/supplier manufactures or substantially alters the materials/supplies. Multiply the “Total Dollar Amount of Subcontract” by 0.6 to calculate the “Dollar Amount Applicable Toward…Participation Levels” if applicable.

(3) MBE/WBE/SBE/EBE/DVBE/MSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service.

Multiply the “Total Dollar Amount of Subcontract” by the broker’s commission percentage.

BIDDER’S FAILURE TO ACHIEVE THE MSM PERCENTAGE MAY RESULT IN THE BOARD OF PUBLIC WORKS DECLARING THE BID NON-RESPONSIVE.

_____________________________________________ _____________________ ______________ NAME & SIGNATURE OF PERSON COMPLETING PAGES 1-6 THROUGH 1-8 TITLE TELEPHONE NO. 1-8

Page 29: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Ver. 7/03/06

Submit with Bid

CERTIFICATION OF COMPLIANCE WITH CHILD SUPPORT OBLIGATIONS The undersigned hereby agrees that will: Name of Business 1. Fully comply with all applicable State and Federal employment reporting requirements for its employees. 2. Fully comply with and implement all lawfully served Wage and earnings Assignment Orders and Notices of

Assignment. 3. Certify that the principal owner(s) of the business are in compliance with any Wage and Earnings Assignment

Orders and Notices of Assignment applicable to them personally. 4. Certify that the business will maintain such compliance throughout the terms of the contract. 5. This certification is a material representation of fact upon which reliance was placed when the parties entered

into this transaction 6. The undersigned shall require that the language of this Certification be included in all subcontracts and that all

subcontractors shall certify and disclose accordingly. Upon signing below, the bidder by his/her signature affixed hereto declares under penalty of perjury that he/she has read the Child Support Assignment Orders contained in the City's Ordinance No. 172401 and accepts all the City's requirements contained therein throughout the duration of this project.

a Signature Title

a Company Name

a Date

1-9

Page 30: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Equal Benefits Ordinance

Bidders/Proposers 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 Bidders/Proposers shall complete and upload, the Equal Benefits Ordinance Affidavit

(two (2) pages) available on the City of Los Angeles’ Business Assistance Virtual

Network (BAVN) residing at www.labavn.org prior to award of a City contract, the value

of which exceeds $5,000. The Equal Benefits Ordinance Affidavit shall be valid for a

period of three (3) years from the date it is first uploaded onto the City’s BAVN.

Bidders/Proposers do not need to submit supporting documentation with their bids or

proposals. However, the City may request supporting documentation to verify that the

benefits are provided equally as specified on the Equal Benefits Ordinance Affidavit.

Bidders/Proposers seeking additional information regarding the requirements of the

Equal Benefits Ordinance may visit the Bureau of Contract Administration’s web site at

http://bca.lacity.org.

Ver. 5/18/15

44813
Typewritten Text
1-10
44813
Typewritten Text
44813
Typewritten Text
Page 31: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Text Box
1-11a
Page 32: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Text Box
1-11b
Page 33: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Text Box
1-11c
Page 34: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Text Box
1-11d
Page 35: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

SDO RFP Language (Rev. 8/11) 1-12

Slavery Disclosure Ordinance Unless otherwise exempt, in accordance with the provisions of the Slavery Disclosure Ordinance, any contract awarded pursuant to this RFB/RFP/RFQ will be subject to the Slavery Disclosure Ordinance, Section 10.41 of the Los Angeles Administrative Code. All Bidders/Proposers shall complete and upload, the Slavery Disclosure Ordinance Affidavit (one (1) page) available on the City of Los Angeles’ Business Assistance Virtual Network (BAVN) residing at www.labavn.org prior to award of a City contract. Bidders/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.

Page 36: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ENHANCED ELECTRICAL SAFETY POLICY

1.1 The Requirement

The Board of Public Works Enhanced Electrical Safety Policy is applicable for all

projects with on-site electrical work estimated at $100,000.00 or more. See Proposal

Part I.

A. The key elements of the Enhanced Electrical Safety Policy are:

Requiring a minimum of 70 percent of all "Journeyman Wiremen" to be

graduates of a State of California Approved Electrical Apprenticeship

Program or hold a valid C-10 California Contractor's License issued by the

State of California.

Requiring a minimum of 20 percent of the jobsite electrical workers to be

OSHA 10-our General Industry Safety and Health Certified.

Requiring at least one jobsite electrical worker to be OSHA 30-hour General

Industry Safety and Health Certified.

B. The Contractor is required to certify their compliance. The Contractor shall

complete and sign BCA Form 168 and submit with their Bid Proposal. Failure

to sign and submit BCA Form 168 may result in the contractor's bid being

deemed non-responsive.

To guarantee that required levels of compliance are maintained, the

Contractor is required to submit the BCA Form 168 to the Project Inspector

prior to commencing work and at any time there are significant changes to

staffing levels performing electrical work for the duration of the project.

C. Electrical Work is defined as placement, installation, erection, or connection

of any electrical wires, fixtures, appliances, apparatus, raceways, conduits,

solar photovoltaic cells, or any part thereof, which generates, transmits,

transforms, or utilizes electrical energy in any form for any purpose,

regardless of voltage.

D. Electrical Work is to be performed by Journeyman Electrician,

Transportation System Electrician, Transportation System Technician, or

Apprentices currently being trained in a California Approved Electrical

Apprenticeship Program under the supervision of a Journeyman electrician.

1-13a

Page 37: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

1-13b

Page 38: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

-

44813
Typewritten Text
1-14a
44813
Typewritten Text
Dept. of Public Works/Bureau of Street Lighting
Page 39: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Administrative Code § 10.40.1

(h) ’”City Financial Assistance Recipient” means any person who receives from the City discrete financial assistance in the amount of One Hundred Thousand Dollars ($100,000.00) or more for economic development or job growth expressly articulated and identified by the City, as contrasted with generalized financial assistance such as through tax legislation.

Categories of such assistance shall include, but are not limited to, bond financing, planning assistance, tax increment financing exclusively by the City, and tax credits, and shall not include assistance provided by the Community Development Bank. City staff assistance shall not be regarded as financial assistance for purposes of this article. A loan shall not be regarded as financial assistance. The forgiveness of a loan shall be regarded as financial assistance. A loan shall be regarded as financial assistance to the extent of any differential between the amount of the loan and the present value of the payments thereunder, discounted over the life of the loan by the applicable federal rate as used in 26 U.S.C. Sections 1274(d), 7872(f). A recipient shall not be deemed to include lessees and sublessees.

Los Angeles Administrative Code § 10.37.1

(l) “Public lease or license”.

(a) Except as provided in (l)(b), “Public lease or license” means a lease or license of City property on which services are rendered by employees of the public lessee or licensee or sublessee or sublicensee, or of a contractor or subcontractor, but only where any of the following applies:

(1) The services are rendered on premises at least a portion of which is visited by substantial numbers of the public on a frequent basis (including, but not limited to, airport passenger terminals, parking lots, golf courses, recreational facilities); or

(2) Any of the services could feasibly be performed by City employees if the awarding authority had the requisite financial and staffing resources; or

(3) The DAA has determined in writing that coverage would further the proprietary interests of the City.

(b) A public lessee or licensee will be exempt from the requirements of this article subject to the following limitations:

(1) The lessee or licensee has annual gross revenues of less than the annual gross revenue threshold, three hundred fifty thousand dollars ($350,000), from business conducted on City property;

(2) The lessee or licensee employs no more than seven (7) people total in thecompany on and off City property;

(3) To qualify for this exemption, the lessee or licensee must provide proof of its gross revenues and number of people it employs in the company’s entire workforce to the awarding authority as required by regulation;

(4) Whether annual gross revenues are less than three hundred fifty thousand dollars ($350,000) shall be determined based on the gross revenues for the last tax year prior to application or such other period as may be established by regulation;

(5) The annual gross revenue threshold shall be adjusted annually at the skame rate and at the same time as the living wage is adjusted under section 10.37.2 (a);

(6) A lessee or licensee shall be deemed to employ no more than seven (7) people if the company’s entire workforce worked an average of no more than one thousand two-hundred fourteen (1,214) hours per month for at least three-fourths (3/4) of the time period that the revenue limitation is measured;

(7) Public leases and licenses shall be deemed to include public subleases and sublicenses;

(8) If a public lease or license has a term of more than two (2) years, the exemption granted pursuant to this section shall expire after two (2) years but shall be renewable in two-year increments upon meeting the requirements therefor at the time of the renewal application or such period established by regulation.

44813
Typewritten Text
1-14b
Page 40: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

IRAN CONTRACTING ACT OF 2010 COMPLIANCE AFFIDAVIT ����������� ������������������������������������

��������������������� �������������������������� ��������!��������������������������������� ���"�������������#����!�$��%� ��� �� ������������ ��� ����������� ����� ������� �� �&���"��� ����&������ �������"��� ����� �'�� �"� �������������� ��'� ����� ��� ������ ��(��� �������� (���� � ����� �������� ��� ������ ��� ��&����� ��� ��� "������ ��������)!'���'�������"��������#����*����%� �������(���+����������&���"�������&����������,�������������������-�

!% � ������� �&����� ������ ���� &����� ��� �(��.�"�������� ����� �)��'���'����� ��"����������� �.� ������ ��� ��'��� ������&�������������� ��$ �������� ������� ��/��'������ ���� ���� ������� �����"��������������� ���� �����������������$ �������� ������'�����������.������������0�or

�% ������������ ������������ � ����� �������� �������"�������������1��2%�%�%� #�!3�!��������4��� ���(��.�"����������� ��)��'���'�������"������������������������'����51���.����"��'��������������(���� ������������������&����������� ��&����� �� ����� ��.� ������ �� ��� ��� ���� ��������� �� �� ����� ������� �.� ��������� ���� 6����"��� ���7� �����&������67���� � ����������#����*����������������������������&���"�������&����������%

���������������������.���������������"������ �"����������������(������������(���������4������������'��������������not�����������������67��������������������� �������������������������������������not�����������&���"�������&�������������&��������������������������� ��������!�%��

California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts (PCC § 2205).

�����"��.�(���� ������� ��������� ��� ��� ��!�'� ���������� ������ ��&���� ���� &���� �� �������� ����� �����"�'�������.�8 ��������4�9����������������������8�9�������&�������'�����"�������ONE������������������(�����(%�

OPTION #1: CERTIFICATION �'� ��������������"��� ����('������.���������"�� �.�� ���� :��� ����4�� ��� ��������������������������������� ��������������������� ������������������('���������������������������������� ������������������(����not�������� ���67��������������������������&���"�������&�����������������not���������������� �����4�������(��.�"��������������)��'���'�������"���������������������������&���'����51���.����"��'���������������������&����(���� ������������������&��������������&����� ���������.������� ���������������������������� ���6�7�������������������������&���"�������&������ ����%�

Vendor Name/Financial Institution (printed) BTRC (or n/a)

By (Authorized Signature)

Print Name and Title of Person Signing

Date Executed City Approval (Signature) (Print Name)

OPTION #2: EXEMPTION � � ����������#����*����������'���� ���������.�"�.���"�������������������������� ��������������&���"�������&����������'�����������.�����������'������������������'�����������'�� �"���������������'����������'�����('������������������� ��� ��&����%� ����� �� ������ �� �������� ����� ���� ���������� ����(� ���� �������� �� �4�"����� ��"���� � �������������$ ��"��� ������������������� ��������!�'�������������������������� ������������"�����������������(�������������� "���������"�������������4�"���������&��%�

Vendor Name/Financial Institution (printed) BTRC (or n/a)

By (Authorized Signature)

Print Name and Title of Person Signing

Date Executed City Approval (Signature) (Print Name)

!�!1a

Page 41: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Iran Contracting Act of 2010 - Implementation and Processing Procedures

;&�&��(-�

���������������� ��������!����������������������������&���"�������&����������'���"�������'�� �"����������������'���������������(�����������(�����������.���������������&��������)!'���'������"��%�

����������������(�������������&���"�������&�����������������������������-�

!% ������������������&���������������&��������)��'���'������"������������.�����������'���� ������&����������������$ �������� ���������/��'������ ���� ����������� ����"��������������� ����������������������$ �������� ������'�����������.�����������0�;9

�% ������������������������������ ����������4������(��.�"�������������)��'���'������"�����������������������'����51���.����"��'��������������(���� ������������������&�������������&��������������.�����������������������������������������������.���������������������'�6����"������7�������&������67���������������������������&���"������&����������%

����������������������������"��������������)!'���'������"��������������.���������.�����������������������67��������������������� ���������������'������������.����not�����������&���"�������&������������.����������� �"����������Iran Contracting Act of 2010 Compliance Affidavit.�

�"���"�������<���������-�

� �������������������������6����"����������&�� ������)!'���'������"���" ���������� �"������ Iran Contracting Act of 2010 Compliance Affidavit�(����������������������%

� 2�������&��������������������'������(������ �����.����������"��������" ����&��(����� �"������������&��������"��������������� ���������/�����67����������� ���������������������������"����������(����� �����������������������%�������/��������67���������-����-==(((%��� "���%���%��%��&=�6=�������=��>����������>�� ��>������%���

�� ;��������&��(������"�����'��������������"��������(��������������������&����������(����� �����.?���������������������������(���������������'���� �������������������������������.������(������ �����.?��������"�����������������/�����%�

� �������&�������������(������ �����.�����������(������������&�� ������)!'���'������"��'� ���������������"������&��������'������(������ �����.�" �����"�����������&�� �����������������������&����������4�� ��������������%

.�$ ������������������������������ ��������!��"�.������������������������������������'�6����"������7�������&����'�;�����������������'������ ��'����������������;����������;@���%��%��&%�A��"������"����'�����(��������������;������������������(((%���%��%��&=��=9��� ���=�6����������%���4%���

!�!1�

Page 42: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Department of General Services Procurement Division 707 Third Street, Second Floor, West Sacramento, CA 95605 (916) 375-4400 (800) 559-5529 List Date: October 8, 2015

Entities Prohibited from Contracting with Public Entities in California per the Iranian Contracting Act, 2010

1. Ak Makina 2. Amona 3. Belaz 4. Belneftkhim 5. ChinaOil 6. CNPC (China National Petroleum

Corporation) 7. DK Tech Corporation 8. Grimley Smith Associates 9. Hyundai Heavy Industries 10. Indian Oil Corporation 11. Kingdream PLC 12. Naftiran 13. Oil and Natural Gas Corp (ONGC)

14. Oil India Limited 15. Petroleos de Venezuela 16. Shandong FIN CNC Machine Co.,

Ltd. 17. Sinohydro 18. Sinopec Corp 19. SK Energy 20. Snam Rete Gas 21. Unipec

If you have any questions regarding this list, please contact:

Office of Policies, Procedures and Legislation

[email protected]

44813
Typewritten Text
1-15c
44813
Typewritten Text
Page 43: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

BID PROPOSAL

PART II

Print and submit Part I & II pages one-sided only

Page 44: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ND/EEP/AA RFB/RFP Language (Rev. 05/15)

Nondiscrimination, Equal Employment Practices and Affirmative Action Program (Construction) Bidders/Proposers 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. Construction projects with the City of Los Angeles for which the consideration is $1,000 or more shall comply with the provisions of Los Angeles Administrative Code Section 10.8.3, Equal Employment Practices Provisions. All Bidders/Proposers shall complete and upload, the Non-Discrimination/Equal Employment Practices Certification (two (2) pages) available on the City of Los Angeles’ Business Assistance Virtual Network (BAVN) residing at www.labavn.org no later than the time when an individual Bid/Proposal is submitted. However, Bidders/Proposers with Certifications previously uploaded to BAVN and verified by the Office of Contract Compliance (OCC) do not need to re-submit. Construction projects with the City of Los Angeles for which the consideration is $5,000 or more shall comply with the provisions of Los Angeles Administrative Code Section 10.8.4 and 10.13, herewith referred to as the Affirmative Action Program. Bidders/Proposers are required to complete the City of Los Angeles Affirmative Action Plan (two (2) pages) and upload it to BAVN no later than the time when an individual Bid/Proposal is submitted. Bidders/Proposers opting to submit their own Affirmative Action Plan may do so by uploading it onto the City’s BAVN. Bidders/Proposers with Affirmative Action Plans previously uploaded to BAVN during the last year do not need to re-submit unless the approval is 30 days or less from expiration. Additionally, Bidders/Proposers must complete and submit with their bid, the “Anticipated Employment Utilization Report” on page 2-2 of this Bid Proposal, to effectuate the requirements of Los Angeles Administrative Code Section 10.13. The form can also be downloaded from the Bureau of Contract Administration web page at http://bca.lacity.org. Furthermore, subject subcontractors shall be required to submit the Non-Discrimination/Equal Employment Practices Certification, Affirmative Action Plan, and the Anticipated Employment Utilization Report to the successful Bidder/Proposer prior to commencing work on the contract. The subcontractors’ Non-Discrimination/Equal Employment Practices Certification(s), Affirmative Action Plan(s), and Anticipated Employment Utilization Report(s) shall be retained by the successful Bidder/Proposer and shall be made available to the Office of Contract Compliance upon request. The Non-Discrimination/Equal Employment Practices Certification is valid for a period of three (3) years, and the City of Los Angeles Affirmative Action Plan Affidavit is valid for a period of one (1) year, from the date each is first uploaded onto the City’s BAVN. Bidders/Proposers 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.

2-1

Page 45: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ANTICIPATED EMPLOYMENT UTILIZATION REPORT

�PRIME �SUB Contractor Project Title OCC File # Contractor Address City: State: E-mail:

CONSTRUCTION PROJECTS FOR WHICH THE CONSIDERATION IS $5,000 OR MORE As part of the Affirmative Action Plan your company must set forth anticipated minority, women, and all other staffing utilization by the contractor and all subcontractors on each project constructed by the City using those trades within the area of jurisdiction of the Los Angeles Building and Construction Trades Council within the City of Los Angeles in each work class and at all levels in terms of STAFF HOURS.

(Note: J - Journeyman, A - Apprentice, T - Trainee, F - Female, M - Male) (L.A. County Only) AFRICAN AMERICAN

(BLACK)

HISPANIC ASIAN / PACIFIC

ISLANDER AMERICAN INDIAN/ ALASKAN NATIVE

CAUCASIAN (NON-HISPANIC)

TOTAL EMPLOYEES

% MINORITY

GENDER

CRAFT J A T J A T J A T J A T J A T J A T J A T M F Brick Mason

Carpenters

Concrete Finishers

Construction Laborers

Electricians

Operator Engineers

Painters

Plasterers, Stucco Masons

Plumbers, Pipefitters

Sheet Metal Workers

Iron & Steel Workers

Roofers

Clerical

Supervisory

TOTAL

Employment statistics were obtained from: ���� Available Records ���� Visual Check ���� Other (Specify) Prepared by: Title: Date:

AAP-2 Form (6/11)

44813
Text Box
2-2
Page 46: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-1

PROPOSAL

(Pages LBPP-1 through LBPP-7)

BOARD OF PUBLIC WORKS REQUEST FOR BIDS - LOCAL BUSINESS PREFERENCE PROGRAM (LBPP)

Local Business Prime 8%

Or

Local Business Subcontractor (s)

Up to 5%

NOTE: Local Business Preference Program information and/or assistance may be obtained

through the City=s Office of Contract Compliance at [email protected].

Page 47: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-2

BOARD OF PUBLIC WORKS LOCAL BUSINESS PREFERNCE PROGRAM (LBPP) FOR USE ON CITY-FUNDED CONTRACTS GREATER THAN $150,000.00 A. General This program is subject to the policies and requirements established by the City Council and the City of Los Angeles Mayor’s Office. The City is committed to maximizing opportunities for local businesses, as well as encouraging local businesses to locate and operate in Los Angeles. It is the policy of the City to prevent unemployment, encourage an increase in local jobs, and create high road economic development. The Local Business Preference Program (LBPP) aims to benefit the City by increasing local jobs and expenditures within the private sector. The LBPP is set forth herein. Bidders should be fully informed of this program. Awarding Authorities shall opt out when the contract is funded by a grant or is federally funded and funding regulations prohibit the funding recipient from implementing the LBPP on the resulting contract. Secondly, the Awarding Authority can opt out of the program when full and open competition is limited because of a sole source vendor, provider, or supplier. Additionally, the Awarding Authority is entitled to determine at anytime that it is not in the City’s best interest to grant a Bid preference to a qualifying Local Business, Local Subcontractor, or Provisionally Qualified Local Business. Failure to comply shall result in investigations by the Bureau of Contract Administration/ Office of Contract Compliance (BCA/OCC) in its role as the Designated Administrative Agency. B. Participation Criteria for Local Business Preference Program To be eligible for participation in this program, the BCA/ OCC requires that the prospective local business submit an affidavit attesting as such on the Los Angeles Business Assistance Virtual Network (LABAVN) website. An affidavit form is available to be downloaded on the LABAVN website at http://www.labavn.org. Determination of qualification as a local business by any other entities, other than BCA/OCC, or by any other means other than submission of an affidavit on LABAVN shall not be accepted for purposes of participation in the LBPP. Affidavit forms are prioritized according to the date they are received. In cases where the affidavit was submitted prior to the bid deadline but has not been verified by BCA/OCC and the local business designation would result in a change of award recommendation, status as a local business will be based on the date it was submited. C. Definitions

1. "Awarding Authority" means any Board or Commission of the City, or any employee or officer of the City, except those of departments that control their own funds, authorized to award or enter into any Contract, as defined by Article 21, Section 1 of the Los Angeles Administration Code, on behalf of the City. The Proprietary Departments and

Page 48: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-3

the Departments of Recreation and Parks, Library and the Community Redevelopment Agency are strongly encouraged to adopt local preference programs consonant with the provisions of Article 21, Section 1.

2. “Contract” means a written agreement involving consideration in excess of $150,000.00

for the purchase of goods, equipment or services, including construction, by or for the benefit of the City or its residents.

3. “Contractor” means the person, business or entity awarded the Contract by the

Awarding Authority. 4. "Local Business" means a business entity that occupies work space within the County of

Los Angeles (County), is in compliance with all applicable licensing and tax laws, and can demonstrate one of the following: (1) it is headquartered in the County and physically conducts and manages all of its operations from a location within the County; (2) that at least 50 of its full time employees perform work within the boundaries of the County at least 60 percent of their total regular hours worked on an annual basis; or (3) that at least half of the full-time employees (50%) of the business work within the boundaries of the County at minimum of 60 percent of their total, regular hours worked on an annual basis.

a. A business entity with multiple locations within the County, can aggregate 50 of

its full time employees working at least 60% of their regular hours from its different locations within the County to qualify as a Local Business.

b. A business entity awarded a City contract under the LBPP, must carry out the

services of the contract using employees whose exclusive, primary working location is in Los Angeles County.

5. “Local Subcontractor” means a contractor that meets the same qualifications as a local

business. 6. “Provisionally Qualified Local Business” means a business entity that is yet to establish

operations within the County, and does not immediately qualify as a local business under the Los Angeles Administrative Code. However, the business is provisionally qualified as a local business because it is undertaking imminent steps to qualify as a local business as defined by Article 21, Section 10.47.3. No later than 30 days after the Awarding Authority notifies the bidder of it’s intent to award the contract to them, the Provisionally Qualified Local Business must demonstrate that it is a party to an enforceable, contractual right to occupy commercial space within the County, that its occupancy will commence no later than 60 days after the date on which the Contract with the City is executed, and can demonstrate that before the Contractor is scheduled to begin performance under the contract with the City, the Contractor will satisfy the requirements of Subsection C of Section 10.47.2.

Page 49: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-4

7. “Supplier” and/or “Regular Dealer” means a business that owns, operates, or maintains

a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. Additionally, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as previously described if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis.

D. Local Business Preference Program Participation Recognition

1. Qualifying contractors who participate in the LBPP by qualifying as a local business will

receive an 8% preference credit to their bid in excess of $150,000.00 or bid in excess of $1,000,000.00 if a Provisionally Qualified Local Business.

2. Qualifying contractors who participate in the LBPP but do not qualify as a local

business, but however are qualified because they identify a qualified local subcontractor to perform the work under the contract will receive up to a 5% preference credit to their bids/ proposals.

a. The Awarding Authority shall provide a 1% preference, up to a maximum of 5%, to the bid price for every 10% of the cost of the proposed work to be performed by the local subcontractor. This rule applies to a local subcontractor or local subcontractors; provided that the work performed is of a commercially useful purpose in execution of the contract and/or performed in the subcontractor’s normal course of business. The work performed and all costs of each local subcontractor or subcontractors should be clearly specified in the proposal.

3. Preferences shall only be awarded to a Local Business or Local Subcontractor when the

services provided under the contract are directly provided by its employees whose primary work location is in Los Angeles. Preferences shall only be awarded for equipment, goods or materials when the Local Business or Local Subcontractor acts as a supplier or dealer (not less than two thirds of the time), or designs, manufactures, or assembles the equipment, goods or materials (not less than two thirds of the time), at a business location in the County.

Page 50: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-5

4. A Provisionally Qualified Local Business who participates in the LBPP by qualifying as a local business will receive an 8% preference credit to its bids, as long as the proposed contract between the business and the City involves consideration valued at no less than $1,000,000 and has a term of no less than three (3) years.

a. To participate in the program a proposed Provisionally Qualified Local Business

must download and complete a Provisionally Qualified Local Business affidavit form at http://bca.lacity.org, which it shall attach and submit with its bid documents to the Awarding Department.

5. Once a Business asserting to be a Provisionally Qualified Local Business is notified by

the Awarding Department of its intent to award a contract, the Provisionally Qualified Local Business shall submit all of the following documentation: (1) an enforceable, contractual right to occupy commercial space within the County, which shall commence no later than 60 days after the date of the execution of the contract; (2) a business plan on its ability to become a Local business; (3) any other sufficient documentation required by BCA/OCC.

a. All required supporting documentation/ evidence demonstrating qualification

as a Provisionally Qualified Local Business must be submitted to BCA/OCC within 30 days of request.

6. A Provisionally Qualified Local Business shall loose its status as such when it fails to

fully comply as a local business by demonstrating that before the Contractor is scheduled to begin performance under the contract with the City, the Contractor will satisfy the requirements of Subsection C of Section 10.47.2.

7. Loss of status as a Provisionally Qualified Local Business is permanent; closure forbids a business from qualifying as a Provisionally Qualified Local Business in the future for purposes of biding on City Contracts.

8. In the event where a certified Local business, bids on a City contract, and is determined by the Awarding Department after the bid deadline to not qualify as a Local Business, the business will be eligible for a Local Subcontractor Preference of up to 5 percent, if it has identified a qualifying Local Subcontractor(s) to perform work under the contract.

a. The above exemption shall only apply where the non-compliance is an error or

mistake. It shall not apply to a business that intentionally or fraudulently claims to be a Local Business through misleading or false statements.

b. It is the responsibility of the business registered on LABAVN as a certified Local

Business to inform BCA via email at [email protected], that it no

Page 51: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-6

longer meets the certification criteria within 7days of the change. Failure to do so shall be construed as a misleading and/or false statement.

9. Upon receipt of information believed by the Awarding Authority to be reliable and

which indicates that the Local Business no longer qualifies as a Local Business for more than 60 days during the entire time of the Contract, the Awarding Authority shall withhold or recover funds from the Contractor in an amount that represents the value of the bid preference.

10. Upon receipt of information believed by the Awarding Authority to be reliable and

which indicates that the Local Subcontractor (s) no longer qualifies as a Local Business, providing the basis for a Local Subcontractor Preference and the Prime Contractor fails to replace the Subcontractor (s) with another Local Subcontractor (s) within 60 days of notification by the Awarding Authority. The Awarding Authority shall withhold or recover funds from the Contractor in an amount that represents the value of the bid preference.

11. The maximum bid preference for all qualifying local businesses, local subcontractor (s),

and provisionally qualified local businesses shall not exceed $1,000,000 for any bid. 12. A bid preference does not reduce the contract amount.

13. In the event that investigations reveal that a business fraudulently represents itself as a

Local Business for the purpose of gaining a preference under the LBPP, the business shall not be eligible for the Local Business status for up to five years from the date of disqualification. This will also apply to any business that has received a preference, but failed to maintain its Local Business qualification for a cumulative of 60 days during the entire time of the contract.

E. Complaints and Protests

1. All complaints and/or protests regarding qualifying local businesses, provisionally qualified local businesses, and local subcontractors claiming non-compliance by Awarding Authorities or a failure to maintain certification criteria, shall be made to the BCA/OCC either in writing or by email for further investigations. Complaints must be accompanied by some documentation which substantiates complainant’s allegations.

Submit complaints to:

By Mail

Office of Contract Compliance Bureau of Contract Administration

Department of Public works

Page 52: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

LBPPPublicWorksRFB (Rev. 07/08/2015) LBPP-7

1149 South Broadway, Suite 300 Los Angeles, CA 90015

By E-mail

[email protected]

Page 53: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

BID PROPOSAL

PART III

Page 54: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-1 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

PROPOSAL

PART III

(Pages 3-1 through 3-21)

BOARD OF PUBLIC WORKS BUSINESS INCLUSION PROGRAM (BIP) FOR A REQUEST FOR

BIDS (RFB)

Performance of a BIP outreach to Minority Business Enterprises (MBE), Women Business Enterprises (WBE),

Small Business Enterprises (SBE), Emerging Business Enterprises (EBE), Disabled Veteran Business Enterprises

(DVBE), and Other Business Enterprises (OBE) subcontractors must be completed on the Business Assistance

Virtual Network (BAVN), www.labavn.org.

All BIP outreach documentation must be submitted on the BAVN by 4:30 p.m. on the calendar day following the

date bids are received by the Board of Public Works.

Failure to submit the required documentation by 4:30 p.m. on the calendar day following

the date bids are received by the Board of Public Works will render the bid non-responsive.

The Board of Public Works anticipated levels of MBE, WBE, SBE, EBE, and DVBE

participation are listed in the Important Notice.

NOTE: BIP Outreach Program information and/or assistance may be obtained through the City's Bureau of

Contract Administration, Office of Contract Compliance by e-mail at [email protected].

Technical assistance in using the BAVN may be obtained through the e-mail link on the BAVN’s

website.

Page 55: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-2 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

TABLE OF CONTENTS

BOARD OF PUBLIC WORKS BUSINESS INCLUSION OUTREACH PROGRAM

INTRODUCTION PAGE

Cover 3-1

Table of Contents 3-2

PARAGRAPH

A. General 3-3

B. MBE/WBE/SBE/EBE/DVBE/OBE Participation 3-3

C. Definitions 3-3

D. BIP Outreach Documentation 3-7

E. Award of Contract 3-12

F. Subcontractors 3-12

G. Subcontractor Substitution 3-14

H. Submittal Documents 3-18

I. Sub-agreement Falsification 3-18

J. Final Subcontracting Report Submittal 3-18

FORMS

Subcontractors / Subcontractor Substitutions Form 3-20

Final Subcontracting Report Form 3-21

Page 56: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-3 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

BOARD OF PUBLIC WORKS BUSINESS INCLUSION PROGRAM (BIP) FOR USE ON CITY-

FUNDED CONSTRUCTION CONTRACTS

A. General

This project is subject to the City of Los Angeles, Department of Public Works BIP outreach

requirements which are to be followed by bidders on advertised Request for Bids. The Department is

committed to ensuring full and equitable participation by minority, women, small, emerging, disabled

veteran, and other sub-bid or subcontracting businesses in the provision of all goods and services to

the Department on a contractual basis. The BIP is set forth herein. Bidders shall be fully informed

concerning the requirements of this Program. Bidders are encouraged to use

MBE/WBE/SBE/EBE/DVBE firms whenever there is a need to subcontract portions of the work.

Failure to comply with the City’s BIP Outreach requirements will render the bid non-

responsive.

Additional information and/or assistance in implementing this program may be obtained through the

Bureau of Contract Administration, Office of Contract Compliance by e-mail at

[email protected].

B. MBE/WBE/SBE/EBE/DVBE/OBE Participation

The BIP outreach policy requires the bidder to make a “Good Faith Effort” to obtain sub-bid

participation by MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs which is anticipated by the Board of

Public Works to produce levels of participation as stated in the Important Notice.

C. Definitions

1. Minority or Women Business Enterprise (MBE or WBE): For the purpose of this program,

means a business enterprise that meets both of the following criteria:

a. A business that is at least 51 percent owned by one or more minority persons or

women, in the case of any business whose stock is held, at least 51 percent of the

stock is owned by one or more minority persons or women; and

b. A business whose management and daily business operations are controlled by one or

more minority persons or women.

2. Small Business Enterprise (SBE): For the purpose of this program, Small Business Enterprise

shall mean a business enterprise that meets the following criteria:

a. A business (personal or professional services, manufacturer, supplier, vendor) whose

three (3) year average annual gross revenues does not exceed $7 million.

b. A business (construction contractors) whose three (3) year average annual gross

revenues does not exceed $14 million.

Page 57: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-4 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

3. Emerging Business Enterprise (EBE): For the purpose of this program, Emerging Business

Enterprise shall mean a business enterprise whose three (3) year average annual gross

revenues does not exceed $3.5 million.

4. Disabled Veteran Business Enterprise (DVBE): For the purpose of this program, Disabled

Veteran Business Enterprise shall mean a business enterprise that meets the following

criteria:

a. A business that is at least 51 percent owned by one or more disabled veterans.

b. A business whose daily business operations must be managed and controlled by one

or more disabled veterans.

5. Other Business Enterprise (OBE): For the purpose of this program, means any business

which does not otherwise qualify or has not been certified as a Minority, Women, Small,

Emerging, and/or Disabled Veteran Business Enterprise.

6. Minority person: For the purposes of this program, the term "Minority person" means

African Americans; Hispanic Americans; Native Americans (including American Indians,

Eskimos, Aleuts, and Native Hawaiians); Asian Pacific Americans (including persons whose

origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines,

Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas); and

Subcontinent Asian Americans (including persons whose origins are from India, Pakistan and

Bangladesh).

7. Disabled Veteran: For the purpose of this program, the term “Disabled Veteran” shall mean a

veteran of the U.S. military, naval, or air services; the veteran must have a service-connected

disability of at least 10% or more, and the veteran must reside in California.

8. Certifications must be current on the date bids for the project are opened if recognition is

to be given towards MBE/WBE/SBE/EBE/DVBE participation on this project.

a. Certification as a Minority or Women Business Enterprise: An MBE/WBE must be

certified by 1) City of Los Angeles, Bureau of Contract Administration; 2) State of

California Department of Transportation (CalTrans); 3) Los Angeles County

Metropolitan Transportation Authority (Metro); 4) Any certifying agency that is a part

of the State of California, Unified Certification Program (CUCP) so long as the

certification meets all of the City of Los Angeles’ MBE/WBE certification

requirements; or 5) Southern California Minority Business Development Council, Inc.

(SCMBDC) for MBE certifications only.

Applications for certification and directories of MBE/WBE certified firms are

available at the following locations:

Page 58: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-5 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

1. City of Los Angeles

Office of Contract Compliance, 1149 S. Broadway, Suite 300, Los Angeles,

CA 90015 Telephone: (213) 847-2684 Fax: (213) 847-2777

Internet address: http://bca.lacity.org

2. CalTrans

State of California, Department of Transportation, Civil Rights Group,

1823 14th

Street, Sacramento, CA 95814

Telephone: (916) 324-1700 To order a directory, call (916) 445-3520

Internet address: http://www.dot.ca.gov/hq/bep/

3. Los Angeles County Metropolitan Transportation Authority

Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012

Telephone: (213) 922-2600 Fax: (213) 922-7660

Internet address: http://www.mta.net

4. Southern California Minority Business Development Council, Inc. (for a fee)

800 W. 6th

Street, Suite 850, Los Angeles, CA 90017

Telephone: (213)689-6960 Fax: (213) 689-1707

Internet address: www.scmbdc.org

b. Certification as a Small or Emerging Business Enterprise: An SBE must be certified by

either: 1) City of Los Angeles, Bureau of Contract Administration; or 2) State of

California, Office of Small Business & Disabled Veterans Business Enterprise Services

so long as the certification meets al of the City of Los Angeles’ SBE and EBE

certification criteria.

Note: The State of California does not offer EBE certifications. For the purposes of this

program, the State’s Microbusiness certification will be considered synonymous with

the City’s EBE certification.

c. Certification as a Disabled Veteran Business Enterprise: A DVBE must be certified by

State of California, Office of Small Business & Disabled Veterans Business Enterprise

Services.

9. Business Inclusion Program Outreach Documentation: The bidder must take affirmative steps

prior to bid opening to ensure that a maximum effort is made to recruit sub-

bidder/subcontractors. Minority, women, small, emerging, disabled veteran owned and

controlled businesses must be considered along with other business enterprises whenever

possible as sources of supplies, construction and other services. The required affirmative steps

for BIP Outreach documentation are outlined in Paragraph D herein. The BIP Outreach

documentation must be submitted as described in Paragraph D herein. Failure to submit the

BIP Outreach documentation as described will render the response non-responsive.

10. Subcontract: For the purpose of this program, the term "Subcontract" denotes an agreement

Page 59: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-6 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

between the prime Contractor and an individual, firm or corporation for the performance of a

particular portion(s) of the work which the prime Contractor has obligated itself.

11. Subcontractor: An individual, firm, or corporation having a direct contract with the contractor

for the performance of a part of the work which is proposed to be constructed or done under

the contract or permit, including the furnishing of all labor, materials, or equipment.

12. Vendor and/or supplier: A firm that owns, operates or maintains a store, warehouse, or other

establishment in which the materials or supplies required for the performance of the contract

are bought, kept in stock, and regularly sold to the public in the usual course of business. The

firm must engage in, as its principal business, and its own name, the purchase and sale of the

products in question. A vendor and/or supplier of bulk items such as steel, cement, stone and

petroleum products need not keep such products in stock, if it owns or operates distribution

equipment.

13. Manufacturer: A firm that operates or maintains a factory or establishment that produces on

the premises the materials or supplies obtained by the contractor.

14. Broker: A firm that charges for providing a bona fide service, such as professional, technical,

consultant or managerial services and assistance in the procurement of essential personnel,

facilities, equipment, insurance or bonds, materials or supplies required for performance of the

contract. The fee or commission is to be reasonable and not excessive as compared with fees

customarily allowed for similar services.

15. Participation Recognition: This applies to recognition as an MBE, WBE, SBE, EBE, DVBE,

and OBE.

a. All listed MBE, WBE, SBE, EBE, and/or DVBE firms must be certified as defined

under Paragraph C, Definitions, Item 8, on the date bids for the project are opened

before credit may be allowed toward the respective MBE, WBE, SBE, EBE, and/or

DVBE participation level.

b. Work performed by a MBE, WBE, SBE, EBE, and/or DVBE prime contractor will not

be a consideration when determining a prime contractor’s BIP Outreach. The prime

contractor will be required to make a BIP Outreach to obtain certified MBEs, WBEs,

SBEs, EBEs, and DVBEs through subcontracting or materials and supplies acquisition

to reach anticipated participation levels.

c. A listed MBE, WBE, SBE, EBE, DVBE, and/or OBE firm must perform a

commercially useful function, i.e., must be responsible for the execution of a distinct

element of the work and must carry out its responsibility by actually performing,

managing and supervising the work.

d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be

paid to the vendor for such materials/supplies in computing the levels of MBE, WBE,

Page 60: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-7 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

SBE, EBE, DVBE, and OBE participation, unless the vendor manufactures or

substantially alters the materials/supplies.

e. MBE and/or WBE credit shall not be given to a Joint Venture partner listed as a

subcontractor by a Joint Venture bidder.

f. MBE, WBE, SBE, EBE, and/or DVBE credit for brokers required for performance of

the contract is limited to the reasonable fee or commission charged, as not considered

excessive, as compared with fees customarily allowed for similar services.

g. A firm which qualifies as both a MBE and a WBE will be credited as either MBE

participation or as WBE participation, but will not be credited for both. However, a

MBE and/or WBE firm may also receive SBE, EBE and/or DVBE credit if so

qualified.

h. A SBE, EBE, DVBE prime contractor shall receive pledged participation credit for the

work performed by its own workforce.

i. A bid-listed subcontractor, vendor, supplier, manufacturer, or broker that becomes a certified

MBE, WBE, SBE, EBE and/or DVE after contract award will be credited towards the achieved

participation levels for any work performed after the certification date.

D. BIP Outreach Documentation

It is the policy of the City of Los Angeles to provide Minority Business Enterprises (MBEs), Woman

Business Enterprises (WBEs), Small Business Enterprises (SBEs), Emerging Business Enterprises

(EBEs), Disabled Veteran Business Enterprises (DVBEs), and Other Business Enterprises (OBEs) an

equal opportunity to participate in the performance of City contracts. In order to maximize this

participation while minimizing the administrative impact on city staff and bidders alike, the Mayor’s

Office has developed a Business Inclusion Program (BIP). The BIP requires City departments to set

anticipated participation levels based on the opportunities presented in their advertised contracts and

department’s achievement of its annual goals. A bidder's BIP Outreach to MBEs, WBEs, SBEs,

EBEs, DVBEs, and OBEs shall be determined by their compliance with the following BIP Outreach

process which will be performed on the City’s Business Assistance Virtual Network (BAVN). The

BAVN can be accessed at www.labavn.org. Failure to meet the anticipated MBE, WBE, SBE, EBE,

and/or DVBE participation levels will not by itself be the basis for disqualification or determination of

noncompliance with this policy. However, failure to comply with the BIP Outreach

documentation requirements as described in this section will render the bid non-responsive and

will result in its rejection. Compliance with the BIP Outreach requirements is required even if the

bidder has achieved the anticipated MBE, WBE, SBE, EBE, and DVBE participation levels.

Adequacy of a bidder's BIP Outreach will be determined by the Board after consideration of the

indicators of BIP Outreach as set forth below.

Any technical difficulties while utilizing the BAVN should be reported immediately using the

following steps:

Page 61: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-8 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

1. Email BAVN Support at [email protected].

2. Email Bureau of Contract Administration, Business Inclusion Section (BIS) at

[email protected].

3. If you are not contacted within 15 minutes during normal City working hours (7:00 a.m. to

4:30 p.m. Monday-Friday), call 213-847-2605 and ask for an SOE Analyst to assist you.

If the above procedures are not followed as stipulated, incomplete outreach and/or incomplete

documentation may not be accepted.

Each indicator (2-7) is evaluated on a pass/fail basis. All indicators (2-7) must be

passed to be deemed responsive. Only BIP Outreach documentation submitted under

the bidders name will be evaluated. Therefore, submission by a third party will result

in the bidder being deemed non-responsive. BIP Outreach may be completed by any Joint

Venture member on behalf of the Joint Venture or under the name of the Joint Venture.

1

LEVEL OF ANTICIPATED MBE, WBE, SBE, EBE, and DVBE PARTICIPATION

The bidder has performed a BIP Outreach in an attempt to obtain sub-bid/subcontract participation by

MBEs, WBEs, SBEs, EBEs, DVBEs and OBEs which could be expected by the Board to produce a

reasonable level of participation by interested business enterprises, including the MBE, WBE, SBE,

EBE and DVBE anticipated percentages set forth in the Important Notice and to have the bidder meet

the subcontracting expectations for the project.

Required Documentation: No documentation is required from the bidder.

2

ATTENDED PRE-BID MEETING

The bidder attended the pre-bid meeting scheduled by the Project Manager to inform all bidders of the

requirements for the project for which the contract will be awarded. This requirement may be waived if

the bidder certified it is informed as to those project requirements and has participated in a City-

sponsored or City-approved matchmaking event in the prior 12 months.

Required Documentation: An employee of the bidder’s company must attend the pre-bid meeting

scheduled for this project. Credit may not be given if the employee arrives late or fails to sign the pre-

bid meeting attendance roster. This requirement will be waived if the bidder certifies in writing that it

is informed as to the BIP Outreach requirements for the project and has participated in a City-sponsored

or City-approved matchmaking event in the prior 12 months as is evidenced by the event attendance

documents.

Note: If the RFB states that the pre-bid meeting is mandatory, then attendance at the pre-bid meeting is

the only way to pass this indicator.

3

SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS

The bidder has identified the minimum number, as determined by the Department, of specific items of

Page 62: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-9 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

work that will be performed by sub-bidders/subcontractors. This will ensure an opportunity for

subcontractor participation among MBEs, WBEs, SBEs, EBEs, DVBEs and OBEs.

Required Documentation: Outreach via e-mail in the selected work areas. This outreach must be

performed using the BAVN’s BIP Outreach system. The outreach must be to potential MBE, WBE,

SBE, EBE, DVBE, and OBE sub-bidders/subcontractors who are currently registered on the BAVN.

Failure of the bidder to outreach in all of the work areas selected by the City as potential subcontracting

work areas may result in the bid being deemed non-responsive.

Note: City staff will access the BAVN and verify compliance with this indicator after the BIP Outreach

submission deadline.

4

WRITTEN NOTICES TO SUBCONTRACTORS

All notifications must be provided utilizing BAVN, and made not less than fifteen (15) calendar days

prior to the date the Prime Bid/Proposal is required to be submitted to the Board of Public Works. In

all instances, bidders must document that invitations for subcontracting bids were sent to available

MBEs, WBEs, SBEs, EBEs, DVBEs and OBEs for each item of work to be performed.

Required Documentation: E-mail notification in each of the selected work areas to available MBEs,

WBEs, SBEs, EBEs, DVBEs and OBEs for each anticipated work area to be performed. The

notification must be performed using the BAVN’s BIP Outreach system. The notification must be to

potential sub-bidders/subcontractors currently registered on the BAVN. If the bidder is aware of a

potential subcontractor that is not currently registered on the BAVN, it is the bidder’s responsibility to

encourage the potential subcontractor to become registered so that the bidder can include them as part

of their BIP Outreach. Notifications must contain areas of work selected to be subcontracted, City of

Los Angeles project name, name of the bidder, and contact person's name, address, and telephone

number. Bidders are required to send notifications to a sufficient number of MBE, WBE, SBE, EBE,

DVBE and OBE firms in each work area chosen, as determined by the City. What is considered

sufficient will be determined by the total number of potential subcontractors in each specific work

item at the time the contracting opportunity was uploaded to the BAVN.

The City will determine each work area by the North American Industry Classification System

(NAICS) code. The following table shows the sufficient number of MBE, WBE, SBE, EBE, DVBE

and OBE subcontractors that need to be notified for each work area.

# of Subcontractors in NAICS Code % Prime Must Notify Number Prime Must

Notify

1-10 100% 1-10

11-20 80% 9-16

21-50 60% 13-30

51-100 40% 21-40

101-200 25% 26-50

>200 10% 20+

Page 63: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-10 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

A bidder’s failure to utilize this notification function will result in their bid being deemed non-

responsive.

Note: Bidders will not be able to utilize the BAVN’s BIP Outreach notification function if there are

less than fifteen (15) calendar days prior to the bid submittal deadline. In utilizing the BAVN’s

notification function, bidders will receive a message if they have failed to outreach to a sufficient

number of firms when they go to view their summary sheet. By “double clicking” on a red box

containing “0*” the prime contractor will be taken to a list of firm(s) that will allow them to meet this

requirement, so long as the notification deadline has not passed. If a prime contractor is not finding

firms of a certain type of certification status when performing their notification search under the six (6)

digit NAICS code, the prime contractor will need to expand their search to the five (5) digit code (i.e.:

If none are listed under 236210 – Industrial Building Construction, then search under 23621 –

Industrial Building Construction.) Bidders will be given an opportunity to include their own

customized statements when utilizing the notification function. However, the City will take into

consideration the wording and may deem a bidder non-responsive if the wording is perceived to

seriously limit subcontractor responses. City staff will access the BAVN and verify compliance with

this indicator after the bid submission deadline. Bidders are encouraged to print their BIP Outreach

summary sheet prior to logging out as documented proof of their progress. In case of technical error,

please follow the process for reporting these errors as outlined in Section D.

5

PLANS, SPECIFICATIONS AND REQUIREMENTS

The bidder provided interested sub-bid enterprises/subcontractors with information about the plans,

specifications and requirements for the selected sub-bid/subcontracting work.

Required Documentation: Include in Indicator No. 4, information detailing how, where and when the

bidder will make the required information available to interested subcontractors. The notification

must be performed using the BAVN’s BIP Outreach system.

Note: At the time a bidder utilizes the BAVN’s BIP Outreach notification function, the required

information will automatically be included in the notification. Bidders will not be able to utilize the

BAVN’s BIP Outreach notification function if there are less than fifteen (15) calendar days prior to the

bid submittal deadline. City staff will access the BAVN and verify compliance with this indicator

after the bid submittal deadline.

6 NEGOTIATE IN GOOD FAITH

The bidder has responded to every unsolicited offer sent by a Registered Subcontractor using BAVN and

has evaluated in good faith bids or quotes submitted by interested MBEs, WBEs, SBEs, EBEs, DVBEs,

and OBEs. Bidders must not unjustifiably reject as unsatisfactory a bid or quote offered by a Registered

Subcontractor, as determined by the Board. The bidder must submit a list of all subcontractors for each

item of work, including dollar amounts of potential work for MBEs, WBEs, SBEs, EBEs, DVBEs, and

OBEs, and a copy of any and all bids or quotes received. This list must include an explanation of the

Page 64: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-11 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

evaluation that lead to the bid or quote being rejected and the explanation must have been

communicated to the subcontractor using BAVN.

Required Documentation:

a) An online Summary Sheet organized by work area, listing the following:

1) The bids and/or quotes received;

2) The name of the subcontractor who submitted the bid/quote;

3) The dollar amount of the bid/quote;

4) A brief reason given for selection/non-selection as a subcontractor;

5) The subcontractor selected for that work area.

b) Copies of all MBE, WBE, SBE, EBE, DVBE, and OBE bids or quotes must be submitted through the

BAVN to the “BIP Supporting Documents” section of the Summary tab prior to the bidder being

awarded the contract.

The bidder will be given a choice of responses to indicate 1) No Response received; 2) Response

received; but no subcontractor bid submitted; or 3) Submit Bid and include bid amount.

The bidder will be able to choose a preselected reason for selection/non-selection, but may also need to

include further explanation in the notes section of the online Summary Sheet. If the bidder elects to

perform a work area with its own forces and they received a sub-bid, they must include a bid that shows

their own costs for the work. Also, if the bidder is not a Local Business Enterprise (LBE), but wants to

participate in the Local Business Preference Program (LBPP) by utilizing Local Business Enterprise

subcontractors as prescribed in the LBPP requirements of the bid proposal documents, a subcontractor’s

LBE status can be considered a reason for selection over a non-LBE subcontractor. All bids received,

regardless of whether or not the bidder outreached to the subcontractor, must be submitted and

included on the on-line Summary Sheet. To that extent, the City expects the bidder to submit a bid

from each subcontractor listed on the online Summary Sheet. All potential subcontractors with whom

the bidder has had contact outside of the BAVN must be documented on the online Summary

Sheet.

The Summary Sheet must be performed and all bids and quotes submitted using the BAVN’s BIP

Outreach system by 4:30 p.m. on the first calendar day following the day of the bid submittal deadline.

If a bid is submitted by a sub-bidder/subcontractor that is not registered with the BAVN, the contractor

is required to add that firm to their online Summary Sheet. A bidder’s failure to utilize the BAVN’s

Summary Sheet function will result in their bid being deemed non-responsive.

Note: City staff may request copies of all of the bids received from sub-bidders/subcontractors as part

of the BIP Outreach evaluation process. Bidders will not be able to edit their Summary Sheet on the

BAVN’s BIP Outreach Summary Sheet function after 4:30 p.m. on the first calendar day following the

day of the bid submittal deadline. City staff will access the BAVN and verify compliance with the

summary sheet provision of this indicator after the bid submittal deadline. Contractors are required to

have each one of their bid-listed subcontractors registered on the BAVN prior to the bidder being

awarded the contract. In case of technical error, bidders must follow the process for reporting these

errors as outlined in Section D.

Page 65: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-12 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

7

BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE

Each notification by the bidder shall also include an offer of assistance to interested potential MBEs,

WBEs, SBEs, EBEs, DVBEs, and OBEs in obtaining bonds, lines of credit, and insurance required by

the Awarding Authority or bidder.

Required Documentation: Include in Indicator No. 4, information about the bidder's efforts to assist

with bonds, lines of credit and insurance. The notification must be performed using the BAVN’s BIP

Outreach notification system.

Note: At the time a bidder utilizes the BAVN’s BIP Outreach notification function, the required

information will automatically be included in the notification. Bidders will not be able to utilize the

BAVN’s BIP Outreach notification function if there are less than fifteen (15) calendar days prior to the

bid submittal deadline. Bidders will be given an opportunity to include their own customized statements

when utilizing the notification function. However, the City will take into consideration the wording and

may deem a bidder non-responsive if the wording is perceived to seriously limit subcontractor responses

or is deemed contrary to the intent of this indicator. City staff will access the BAVN and verify

compliance with this indicator after the bid submittal deadline.

The bidders shall submit completed BIP Outreach documentation either via the BAVN’s BIP Outreach

system or prior to being awarded the contract, as specified for each indicator. The Board in its review of

the BIP Outreach documentation may request additional information to validate and/or clarify that the

BIP Outreach submission was adequate. Any additional information submitted after the specified

deadline will be treated at a higher level of scrutiny and may require third party documentation in order

to substantiate. Such information shall be submitted promptly upon request by the Board.

E. Award of Contract

The Board reserves the right to reject any and all bids. The award of a contract will be to the lowest

responsive, responsible bidder whose proposal complies with all requirements prescribed herein. This

includes compliance with the required BIP Outreach requirements. A positive and adequate

demonstration to the satisfaction of the Board that a BIP Outreach to include MBE, WBE, SBE, EBE,

DVBE and OBE subcontractors’ participation was made is a condition for eligibility for award of the

contract. Contractors are required to have each one of their subcontractors register on the BAVN prior to

the award of the contract.

In the event that the Board considers awarding away from the apparent low bidder because of the

bidder’s failure to supply adequate BIP Outreach documentation, the Board shall afford the bidder an

opportunity to present further evidence to the Board prior to a public hearing of the bidder’s BIP

Outreach.

F. Subcontractors

In addition to the requirements set forth in the provisions pertaining to the listing of subcontractors,

the following shall apply for the purpose of this project:

Page 66: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-13 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

1. All Subcontractors who will be working on the Project shall be approved in writing by the

Inspector acting on behalf of the Board of Public Works prior to any work being performed by

said subcontractor, regardless of the dollar amount of work to be performed, and whether or not

they were listed in the original bid.

A. For the purpose of Subcontractor approval and/or substitution, Inspector shall mean

the SRI Section of the General Services Division of the Bureau of Contract Administration.

No other entity, including, but not limited to, the Project Engineer, Program Manager, or

Construction Manager, is authorized to grant either initial approval of Subcontractor(s) or

Subcontractor substitution(s).

2. Any reduction, increase, or other change to any Subcontract amount without prior approval of

the Inspector is considered an Unauthorized Subcontractor Substitution and is subject to a

penalty of ten (10) percent of the Subcontract amount, whether bid-listed or not. A subcontract

dollar value increased or reduced as the result of a Change Order issued by the Engineer to add

or delete from the original scope of work shall not be subject to a penalty for an Unauthorized

Subcontractor Substitution.

A. A penalty in the amount of ten (10) percent of the subcontract amount will be assessed for

each subcontractor when it is found the Contractor did not pay the entire Bid-listed and/or

approved dollar amount of the respective subcontractor and there has been no approval by

the Inspector for a reduction in the subcontract dollar amount.

B. In the event it is found that the Contractor did not pay any of the Bid-listed and/or approved

dollar amount of a subcontract without a change in scope of the original Contract, which

resulted in a deletion of the subcontract work, a Change Order to the contract shall be issued

deleting the unpaid dollar amount of the subcontract. In addition, the Contractor shall be

penalized ten (10) percent of the subcontract amount and the City may impose sanctions as a

result of such action.

3. If the contractor fails to specify a Subcontractor, or if the Contractor specifies more than one

Subcontractor for the same portion of Work to be performed under the contract in excess of

one-half or 1 percent of the Contractor’s total original bid or $10,000.00, whichever is greater,

the Contractor agrees that it is fully qualified to perform that portion of work itself, and that it

shall perform that portion itself.

4. Subletting or subcontracting of any portion of the Work with a total value of more than ½ of 1

percent of the Contractor’s total original bid, or $10,000.00, whichever is greater, for which no

Subcontractor was designated in the original Bid will be permitted only in cases of public

emergency or necessity, and then only after a finding reduced to writing as a public record of the

Inspector setting forth the facts constituting the emergency or necessity.

5. All requests for approval of Subcontractors must contain the following information:

A. Project Name

B. Project Work Order Number

C. Subcontractor’s Name

D. Subcontractor’s Business Address

Page 67: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-14 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

E. Subcontractor’s Business Phone Number

F. Subcontractor’s Status (MBE, WBE, SBE, EBE, DVBE, OBE)

G. Subcontractor’s State of California Contractor License Number

H. Subcontractor’s City of Los Angeles Business Tax Receipt Certificate Number

I. Dollar Amount of Work to be performed

J. Description of Work to be performed

6. No Bid-listed Subcontractor will be approved for a dollar amount of work less than that

specified in the original Bid.

7. Failure to obtain approval of the Inspector in writing prior to each Subcontractor performing

work on the project may result in suspension of work by that subcontractor, removal of work

performed by the unapproved subcontractor, a penalty of ten (10) percent of the unapproved

subcontract amount, and possible sanctions against the contractor.

8. The contractor shall set forth in its bid the following: The name, location of the place of

business, telephone number, California State Contractor’s License Number, and dollar amount

of each Subcontractor who will perform work, labor, service, and/or supply specifically

fabricated materials or equipment in an amount in excess of one-half of 1 percent of the

contractor’s total bid, or $10,000.00, whichever is greater, and for all subcontractors listed in

order to meet the MSM of this project.

9. It shall be considered an Illegal Subcontractor Substitution for anyone other than the bid-listed

or approved subcontractor(s), including the prime contractor, to perform any portion of the work

designated to be performed by said subcontractor without prior approval of the Inspector acting

on behalf of the Board of Public Works. An Illegal Subcontractor Substitution is subject to a

penalty of ten (10) percent of the subcontract amount, whether bid listed or not.

10. Failure of the Contractor to request and obtain approval from the Inspector for a reduction in

either a Bid-listed Subcontract amount or the Subcontract amount of a Subcontractor added

after the date of the original Bid will result in a penalty of ten (10) percent of the Subcontract

amount and possible sanctions against the Contractor.

11. Additional Subcontractors may be added after the time of the original Bid. The dollar value of

Work to be performed by any additional subcontractor(s) may not be greater than ½ of 1 percent

of the Contractor’s original total Bid, or $10,000.00, whichever is greater, unless the

Subcontractor will be performing Work added by Change Order causing changes or deviations

from the original Contract. Subcontractors approved to work on the project following the date

of the original Bid will not be counted toward the MSM requirement of the project.

A. No approval(s) for additional Subcontractor(s) will be granted which will result in the Prime

Participation Level falling below that required by the original Contract.

G. Subcontractor Substitution

In addition to the requirements for obtaining approval of all subcontractors prior to their working

on the project, the following shall apply regarding substitution of any subcontractor, whether Bid-

listed or not, during construction:

Page 68: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-15 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

It is considered a substitution if anyone other than the Bid-listed and/or approved Subcontractor(s),

including the Contractor, performs any portion of the work designated to be performed by said

Subcontractor, or if the contractor reduces the dollar amount of any subcontractor without written

approval of the Inspector.

All substitutions of Subcontractors, whether bid-listed or approved after the date of the original

Bid opening, shall be approved in writing by the Inspector acting on behalf of the Board of Public

Works prior to any Work being performed by the substituting Subcontractor.

Failure to obtain approval for any Subcontractor substitution, regardless of the dollar amount of

the work performed, may result in rejection of the affected work, a penalty of ten (10) percent of

the subcontract amount, and possible sanctions against the contractor.

There shall be no decrease in dollar value of Work to be performed by Subcontractor(s) approved

as a substitute for any Subcontractor, whether Bid-listed or approved after the original date of Bid

opening, without a change in scope of the Work to be performed by the originally Bid-listed or

approved Subcontractor. Written evidence of a change of scope must be provided by the Engineer

prior to approval of a change in dollar value of a Subcontractor either Bid-listed or approved after

the original date of Bid opening.

1. A Contractor whose Bid is accepted may not:

A. Reduce the dollar amount of any subcontractor without the written approval of the

Inspector.

B. Substitute any person as Subcontractor in place of a subcontractor listed in the original bid

or approved to work on the project after award, except that the Inspector, acting on behalf

of the Board, may consent to the substitution of another subcontractor for one of the

following situations:

a. When the subcontractor listed in the original bid or proposal or approved after award

after having had a reasonable opportunity to do so fails or refuses to execute a written

contract, when that written contract, based on the general terms, conditions, plans and

specifications for the project involved or the terms of that subcontractor’s written bid,

is presented to the subcontractor by the contractor.

b. When the subcontractor becomes bankrupt or insolvent.

c. When the subcontractor fails or refuses to perform its subcontract.

d. When the subcontractor fails or refuses to meet the bond requirements of the

contractor.

e. When the contractor demonstrates to the Inspector’s satisfaction that the name of the

subcontractor was listed as the result of an inadvertent clerical error.

f. When the subcontractor is not licensed pursuant to the State of California Contractor’s

Page 69: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-16 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

License Law to perform the work designated.

g. When the subcontractor refuses to obtain a City of Los Angeles Business Tax Receipt

Certificate (BTRC).

h. When the Inspector concurs with the contractor that the work being performed by the

subcontractor is unsatisfactory and not in substantial accordance with the Contract

Documents, or the subcontractor is delaying or disrupting progress of the work.

i. When the subcontractor fails to submit an Affirmative Action Plan acceptable to the

Inspector.

j. When the Board determines the subcontractor is not a responsible contractor.

C. Permit a subcontract to be voluntarily assigned or transferred, or allow it to be performed by

anyone other than the original subcontractor listed in the original bid or approved to perform

that portion of work after award, without the consent of the Inspector.

D. Other than in the performance of Change Orders causing changes or deviations from the

original contract, sublet or subcontract any portion of the work in excess of 1 half of 1

percent of the contractor’s total original bid as to which its original bid did not designate a

subcontractor.

2. A request for substitution of any Subcontractor, whether Bid-listed or not, must be made in

writing to the Inspector, and must include letter(s) of explanation as to the reason for the

requested substitution.

3. The Contractor shall conduct a Good Faith Effort prior to requesting any Subcontractor

substitution, regardless of the status (MBE, WBE, SBE, EBE, DVBE, OBE) of the

Subcontractor being substituted for.

A. The Contractor shall contact some of each of the following: certified MBE, certified WBE,

certified SBE, certified EBE, certified DVBE, and OBE sub-bid prospects from each trade

for which sub-bid/subcontracting work is available, and document the following for

submittal to the Special Research and Investigation Section of the General Services

Division of the Bureau of Contract Administration along with all other required

documentation:

a. The name of the company contacted, the contact person, telephone number, date and

time of contact.

b. Response for each item of work that was solicited, including dollar amount(s).

c. Reason for selection or rejection of each sub-bid prospect.

d. In the event the Contractor is unable to find certified MBE, certified WBE, certified

SBE, certified EBE, certified DVBE and/or OBE sub-bid prospects (first from the BIP

Outreach Summary Sheet, then from other outreach methods) for each trade, the

Page 70: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-17 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

Contractor is advised to contact the Office of Contract Compliance (OCC) by email at

[email protected] for assistance prior to certifying under penalty of perjury that it

was unable to fully meet this requirement.

B. In the event that a subcontract is reduced due to a project change that will not be specified

in a Change Order, the Contractor shall request approval for reducing the Subcontract by

submitting the following:

a. The name of the company for which the reduction in the Subcontract amount is

requested and the dollar amount of the requested reduction.

b. The reason for the reduction. Specific details of the reason for the requested reduction

are required in order for the request to be considered.

C. All documentation shall be submitted to the Inspector of Public Works for review by the

Special Research and Investigation Section of the General Services Division of the Bureau

of Contract Administration.

a. Failure to provide all required information will result in rejection of the Substitution

request until such time as all information is submitted.

D. The information required for requesting substitution of any Subcontractor, whether Bid-

listed or approved after the original date of Bid opening is:

a. Project Name

b. Project Work Order Number

c. Original Subcontractor’s Name

d. Original Subcontractor’s Business Address

e. Original Subcontractor’s Business Phone Number

f. Original Subcontractor’s Status (MBE, WBE, SBE, EBE, DVBE, OBE)

g. Letter of withdrawal from original Subcontractor (when applicable)

h. Letter of explanation from the Prime Contractor stating reason(s) for request

i. Substituting Subcontractor’s Name

j. Substituting Subcontractor’s Business Address

k. Substituting Subcontractor’s Business Phone Number

l. Substituting Subcontractor’s State of California Contractor’s License Number

m. Substituting Subcontractor’s Status (MBE, WBE, SBE, EBE, DVBE, OBE)

n. Substituting Subcontractor’s City of Los Angeles Business Tax Receipt Certificate

Number (BTRC)

o. Dollar amount of Work to be performed by substituting Subcontractor

p. Description of Work to be performed by substituting Subcontractor

q. Good Faith Effort Documentation

4. Penalties:

A Contractor violating any provision(s) of this subsection shall be deemed in violation of the

Contract, and the Board at its discretion may:

Page 71: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-18 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

A. Cancel the Contract.

B. Assess the Contractor a penalty of not more than ten (10) percent of the amount of the

Subcontract(s) involved.

5. Potential Penalties:

At the end of each construction project, before calculation of any actual final subcontracting

penalties, the City will withhold as disputed funds 15% of all subcontract(s) that appear to be in

violation of any subcontracting provision of the project, and 15% of all subcontract(s) which

performed work on the project without, or prior to, approval by the Inspector.

H. Submittal Documents

1. List of Subcontractors: Bidders will submit with their Bid the List of Subcontractors. The

Bidder shall list the name, business address, business telephone, contact person and a

description of work or supplies to be provided by each of the firms which will perform more

than ½ of 1 percent, or $10,000, whichever is greater, of the original Bid amount on the

project. This list is considered the bidder’s list of subcontractors that will be utilized on the

project, and bidders are expected to use the firms, for the total dollar amounts, listed on the

List of Subcontractors.

2. Subcontractors/Subcontractor Substitutions: Bidders will be required to submit this form prior

to contract award. The bidder shall complete, sign, and submit this form to the Bureau of

Contract Administration, Office of Contract Compliance. A request for this form by City staff

should not be construed as a recommendation for award. This form is a summary of the

requirements listed under Section F. Subcontractors, and Section G. Subcontractor

Substitutions, and does not supersede any of the procedures or requirements listed in those

sections.

I. Sub-agreement Falsification

Falsification or misrepresentation of a sub-agreement as to company name, contract amount and/or

actual work to be done by the sub-bidder/subcontractor will result in sanctions set forth in provisions

pertaining to listing of subcontractors.

J. Final Subcontracting Report Submittal

The Contractor must submit the Final Subcontracting Report, attached as page 3-19, to the Bureau of

Contract Administration, Office of Contract Compliance, Business Inclusion Section, within fifteen

(15) calendar days after the issuance of the Statement of Completion by the Bureau of Contract

Administration. Failure to comply will result in the assessment of liquidated damages in the amount

of $100.00 per day by the Board of Public Works.

Page 72: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-19 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

SUBCONTRACTORS / SUBCONTRACTOR SUBSTITUTIONS (MUST BE SUBMITTED PRIOR TO AWARD OF A CONTRACT)

Project Name _________________________________________________________________________

Work Order Number ___________________________________________________________________

Contractor ___________________________________________________________________________

Acceptance by the City of Los Angeles Board of Public Works of this Contractor’s Bid does not indicate

automatic approval of the subcontractor(s) listed in the Bid-proposal.

By acknowledging with the signature of an authorized representative below, the Contractor understands

that it must obtain approval for all Subcontractors, at all levels, whether Bid-Listed or not, from the SRI

Section of the General Services Division of the Bureau of Contract Administration (BCA) prior to the

Subcontractor(s) performing any work on this project.

The Contractor understands that no entity other than the SRI Section of BCA has the authority to approve

either an original request for approval or request for substitution of any subcontractor(s).

The Contractor further understands that Subcontractors approved for work on any other project for the

City of Los Angeles does not constitute approval to work on this project also, and that there are no

“blanket approvals” of Subcontractors for this, or any other, project.

The Contractor also understands that it may not substitute any Subcontractor, at any level, whether Bid-

listed or not, without the approval of the SRI Section of BCA acting on behalf of the Board of Public

Works.

The Contractor understands and acknowledges that there shall be a penalty assessed of no more than ten

(10) percent of the subcontract amount of each Subcontractor for any of the following:

1. Failure to obtain approval for any Subcontractor(s), at any level, whether Bid-listed or not, from the

SRI Section of BCA prior to the subcontractor(s) beginning work on the project.

2. Performing the work of any subcontractor(s) at any level, whether Bid-listed or not, without the

approval of the SRI Section of BCA.

3. Reducing the Bid-listed and/or approved dollar amount of work to be performed by any

Subcontractor(s), at any level, whether Bid-listed or not, for any reason, without the approval of the

SRI Section of BCA.

4. Substituting for any Subcontractor(s), at any level, whether Bid-listed or not, without the approval of

the SRI Section of BCA acting on behalf of the Board of Public Works.

5. Assigning the work of any Subcontractor(s), at any level, whether Bid-listed or not, to anyone other

than said Subcontractor, without the approval of the SRI Section of BCA.

___________________________________ __________________________________ Authorized Contractor Representative (Print Name) Authorized Contractor Representative Signature

__________________________________________

Date

Page 73: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

3-20 Public Works Construction – BAVN BIP (Rev. 1/28/2016)

FINAL SUBCONTRACTING REPORT (SUBMIT WITHIN 15 DAYS OF ISSUANCE OF THE STATEMENT OF COMPLETION)

Project Title: Work Order No.: Contact Name: ________________________

Contractor: Address: _________________________________________________________________

Name, Address and Telephone # of Bid-listed

Subcontractor/Supplier/Trucker

Description of

Work

MBE/WBE

SBE/EBE

DVBE/OBE

Original $

Amount

Final $

Amount

Reason For Discrepancy

(Change Order Nos. and $)

I certify that the above information is complete and correct.

_______________ Signature Title Telephone Number Date

For City of Los Angeles use only:

Final $ Amounts % Achieved % Pledged Final $ Amounts % Achieved % Pledged

Final Contract $

MBE $

Final Contract $

EBE $

WBE $ DVBE $

SBE $ OBE $

Final Contract $ Total Cash Allowances Paid to Contractor $

Final Contract less Cash Allowances Paid to Contractor $ MSM $

Page 74: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

BID PROPOSAL

PART IV

Page 75: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS

4-1

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

PROPOSAL - PART IV

GENERAL INSTRUCTIONS AND INFORMATION FOR BIDDERS

1. INSTRUCTIONS TO BIDDERS

a. Submit your bid in a sealed envelope addressed to the Board of Public Works, 200 N. Spring Street, Room 355, Los

Angeles, California, 90012. All envelopes must show the project title and the bidder's name and address, with "BID

ENCLOSED" indicated in bold letters, and must be received at the above address not later than the time and date

designated on Page 1-1 of the bid proposal. Bidders shall use a separate sealed envelope for each bid submitted. Bidders

are invited to be present for opening of bid proposals at the above address, at the time indicated on page 1.1. No

facsimile, telegraphic or telephonic bids, or telegraphic modifications of bids will be accepted. All supplemental material

submitted by a bidder, except for the BIP Outreach Documentation, shall be submitted at the same address as the bid.

b. State in numerical figures the unit prices, lump sum prices and extensions for item totals as indicated. These shall be the

prices for which you propose to supply all materials and services and perform all work required by the contract

documents; including, but not limited to, plans, specifications and addenda. All items described are to be construed as

complete and in place.

c. Fill in all indicated blanks on the Schedule of Work and Prices. Initial all changes. Any omission(s) will render the

proposal irregular and may cause its rejection, unless the omission(s) can be calculated by the City in accordance with d.

or e. below.

d. Both the Unit Price and Item Total must be entered for each bid item listed on the Schedule of Work and Prices. The

amount of your bid for this proposal shall be a sum of the Item Totals for all bid items. If Unit Prices are left blank and/or

Item Totals are left blank, such omissions will be evaluated in the manner set forth below:

1) In the situation when the Unit Price is left blank, but the Item Total for that item is shown, the Unit Price will be

calculated by dividing the Item Total for the item by the number of units.

2) In the situation when the Unit Price is listed, but the Item Total for that item is left blank, the Item Total price

for the item will be calculated by multiplying the Unit Price by the number of units.

3) In the situation when the Item Total for one item is left blank and the Unit Price for that same item is also left

blank, and all other Item Totals and the Total Bid Amount have been filled in, then the value of that Item Total

will be calculated by totaling all Item Totals and subtracting their value from the Total Bid Amount. Thereafter

the Unit Price can be calculated as described in d.1, above, if necessary.

4) In the situation when more than one Item Total is left blank and the value of the blank items cannot be

calculated in the manner described in d.2, above, the bid shall be found to be irregular and rejected as non-

responsive.

5) In the situation when only the Total Bid Amount for the project is left blank, and/or, if in addition, any lump

sum total for an item(s) is left blank, but is capable of calculation as described in d.2, above, and/or, if in

addition the Unit Price of any item(s) is left blank, but is capable of calculation as described in d.1, above, then

the Total Bid Amount will be calculated by the City.

e. In case of discrepancy between the Unit Price and the Item Total for a bid item, the Unit Price shall prevail. However, if

the Unit Price or the Item Total is ambiguous, unintelligible, and/or identical to the entry in the Item Total column, or

uncertain for any cause, then both Unit Price and the Item Total shall be considered by the City as a blank and calculated

as described in d.1, d.2, d.3, or d.5, above, whenever possible. Should more than one Item Total be ambiguous,

unintelligible, and/or identical to the entry in the Unit Price column, then the provisions of d.4, above, shall govern.

f. In the situation of a lump sum basis bid item, when such bid item is the only bid item on the Schedule of Work and

Prices, the Total Bid Amount shall prevail in all cases. The Total Bid Amount shall be shown in figures and also spelled

out (in words). If any discrepancy exists between the price in figures and the price spelled out for the Total Bid Amount,

the spelled out price shall prevail. If there is a discrepancy between the Total Bid Amount shown in figures and the price

Page 76: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-2

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

spelled out is ambiguous, unintelligible or omitted, then the bid shall be found to be irregular and rejected as non-

responsive.

g. By submitting a bid for this project, the City will presume that the bidder has: (1) personally visited the site where the

work is to be performed and the vicinity surrounding the site where the work is to be performed prior to submitting its bid

to the City; and (2) ascertained the existence of any surface or subsurface conditions affecting the cost of the work.

Based upon this presumption, the bidder cannot raise or claim any additional compensation for any surface or subsurface

conditions affecting the cost of the work which were obvious had the bidder visited the site where the work was to be

performed and the vicinity surrounding the site where the work was to be performed.

h. Do not change the wording on any pre-printed dollar amounts on the Schedule of Work and Prices. Any additions,

deletions, conditions, limitations, provisions or unbalanced bid by the bidder will render the proposal irregular and may

be rejected as non-responsive.

i. A pre-printed Unit Price or Item Total on the Schedule of Work and Prices is considered an allowance or fixed cost at the

time of bid. The City will use the pre-printed amounts in computing the final Total Bid Amount.

j. The City reserves the right to recalculate all Total Bid Amounts. If the City’s recalculation results in any amount that is

different from the Total Bid Amount submitted by any bidder, the City's calculations shall prevail.

2. BID PROTEST PROCEDURES - The purpose of these procedures is to provide a method for resolving, prior to award, protests

regarding the award of construction contracts by the City, by and through its Board of Public Works. These procedures are for the

benefit of the City and are not intended to establish an administrative requirement which must be exhausted by the protesting

bidder prior to pursuing any legal remedy which may be available. For this reason, no bidder 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 bidder 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.

a. A protest relative to a particular bid must be submitted in detail and in writing and postmarked within 14 calendar days

after the receipt of bids. The day of the bid receipt 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, officially signed and dated, 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) 978-0262.

d. Prime Contractors are requested to advise their potential Subcontractors of this protest period policy. Furthermore,

protests against a Prime Contractor by a Subcontractor with a direct financial interest which may 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 bidder(s) who appears to have a substantial and

reasonable prospect of receiving an award if the protest is denied or sustained.

f. Protests from agencies concerned with contract compliance matters may be considered by the Board of Public Works

beyond the protest period. These protests will receive due consideration if the agency submits the protest in a timely

period and such protest affects a bidder who appears to have a substantial and reasonable prospect of receiving an award

if the protest is denied or 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.

Page 77: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-3

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

3. BID PACKAGE – Complete sets of bid documents, including all addenda, if issued, are available to interested parties for

downloading through the City of Los Angeles (CLA) Business Assistance Virtual Network (www.labavn.org).

Make sure to download all documents listed under “Scope of Work Documents” and “Additional Documents” near the bottom of

the project page. These are the documents that you will use to submit your bid for this project. It shall be the bidder’s

responsibility to verify that it has a complete set of bid documents, including all addenda, prior to bid.

If any bidders have any questions in regards to obtaining the bid documents for this project from the CLA Business Assistance

Virtual Network (www.labavn.org), Email the ITA Division at [email protected].

Bidders are advised that the Board of Public Works has not authorized any other agency, internet service, or plan room distributor

other than the City of Los Angeles Business Assistance Virtual Network (www.labavn.org) to distribute or sell bid documents for

this project. Bidders are therefore further advised that submission of a bid on documents other than those obtained from the City of

Los Angeles Business Assistance Virtual Network may cause the bid to be deemed non-responsive.

4. STANDARD SPECIFICATIONS AND STANDARD PLANS - The Standard Specifications for Public Works Construction

(AKA “Green Book”) may be purchased from a technical bookstore, i.e. Building News, Inc. (BNI), 10801 National Blvd., Los

Angeles, CA 90064, or BNI, 1612 S. Clementine St., Anaheim, CA 92802, telephone (714) 517-0970. The “Brown Book”

(additions and amendments to the Green Book) may be viewed at: http://eng.lacity.org/techdocs/speclibrary/index.htm; click on

the “Technical Info” tab, then the “Specifications Library” link.

5. CONTRACTOR'S LICENSE - Any bidder who submits a bid to the Board of Public Works must be properly licensed by the

California State Contractors' License Board. Such license must be active and in good standing.

6. BID REJECTION - The Board of Public Works (Board) reserves the right to reject any or all bids and to waive any irregularities

or informalities in any bid or in the bidding and to make awards in the best interest of the City.

7. BID WITHDRAWALS - After bids have been opened and declared, no bid shall be withdrawn, except with the consent of the

Board of Public Works and only then if a bidder can demonstrate to the satisfaction of the Board that a mistake was made in

accordance with the following:

a. The bidder gave the Board written notice of the mistake within five working days after the opening of the bids, specifying

in the notice in detail how the mistake occurred.*

b. The mistake made the bid materially different than the bidder intended it to be.

c. The mistake was made in filling out the bid and not due to an error in judgment or to carelessness in inspecting the site of

the work, or in reading the plans or specifications.

d. Supporting documentation, including original material, is submitted with the request to withdraw notice to the Board.

Should additional clarification information and/or documentation be necessary, the bidder must respond to the request

within two (2) working days after receiving notification from the Board of the need for such information and/or

documentation.

e. Mistakes involving substitution of the listed Subcontractors are detailed elsewhere in these specifications under

Subletting and Subcontractors.

f. The bidder acknowledges that should their request to withdraw be granted by the Board, it is with the understanding that

the Board will not accept a bid from them on this project should there be a need to rebid it.

*(All written notices to the Board of Public Works shall be addressed to: Mr. Fernando Campos, Executive Officer, Board of

Public Works, 200 N. Spring St., Room 355, Los Angeles, CA 90012.

Page 78: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-4

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

8. SIGNATURE SHEET AND AFFIDAVIT (PAGE 1-4) - Each proposal must have thereon, or attached thereto, the affidavit of

the bidder that such proposal is genuine, and not sham or collusive, or made in the interest or in behalf of any person not therein

named; and that the bidder has not directly, or indirectly, induced or solicited any other bidder to put in a sham bid, or any other

person, firm or corporation to refrain from bidding; and that the bidder has not in any manner sought, by collusion, to secure for

himself an advantage over any other bidder.

Any bid not accompanied by, or which is made without such affidavit, or in violation thereof, will not be considered and is rejected

as a matter of law. If the bidder is a corporation, said affidavit must be signed by a duly authorized officer or

officers of the corporation in accordance with d. below. Any bidder making a false affidavit may be excluded from future

bidding.

Proper Required Signature(s) for Bidder (Note - Failure to provide the proper required signature(s) for contract documents with

bid may render the bid non-responsive):

a. Individual (Individual DBA [Name of Company] Etc.,): Individual must sign.

b. Partnership: One general partner must sign.

c. Joint Venture: All joint venturers must sign, by an individual authorized to sign for each joint venturer.

d. Corporation: 1) Two signatures: One by chairman of Board of Directors, President, or a Vice President and one by

Secretary, Assistant Secretary, Chief Financial Officer or an Assistant Treasurer.

2) One signature: An authorized officer or agent may sign for on behalf of a corporation; provided, the

City is furnished a certified copy of the Board of Directors Resolution or minutes of the Board of

Directors meeting authorizing such person to execute the documents on behalf of the corporation.

This certified copy must be certified by the Secretary or Assistant Secretary of the

Corporation and the signature of the Secretary or Assistant Secretary must be affirmed

by a notary jurat.

9. BID GUARANTEE AND BOND - Each bid must be accompanied by a check certified by a bank with an office in the City of Los

Angeles and insured by the FDIC, or a cashier's check issued by a bank insured by the FDIC and with an office in the City of Los

Angeles, payable to the order of said city, for an amount not less than 10 percent of the aggregate sum of the bid, or by a bid bond

issued by a corporate surety authorized to issue such bonds in the State of California and listed by the Department of the Treasury,

Financial Management Service, Circular 570 of Corporate Sureties Acceptable on Federal Bonds, and so payable as a guarantee

that the bidder will enter into the proposed contract if the bidder is awarded the contract. The Board of Public Works requires that

a forfeiture bid bond be submitted with all bids. Therefore, if the City’s bid form is not used, the bidder must ensure that the bond

submitted allows for the forfeiture of 10% of the bid amount in the event the selected bidder fails to go forward with the project. If

the bond requires the City to show damages, or restricts the recovery of 10% of the bid in any way, the bid will not be accepted.

The Bid Bond must be signed by both the bidder (see note 8 for proper required signature(s) for bidders) and the Surety

and the signature of the Surety must be notarized. Failure to provide proper required signature(s) with bid may render the bid

non-responsive. The bid guarantee shall be effective for a period of three months from the date bids are opened and declared.

Forfeiture shall not preclude recovery of any sum over and above the amount posted or guaranteed, to which the City sustains

damage because of default. If the successful bidder executes the contract and furnishes all necessary bonds within five (5) days

after award, any check accompanying the successful bid will be returned. Checks accompanying unsuccessful bids will be returned

upon award and execution of the contract or upon expiration of three (3) months from date of bid opening, whichever occurs first.

If a Bid Bond is submitted on a form other than Page 1-5 in the proposal, the bond may not be acceptable.

The successful bidder shall also provide two good and sufficient surety bonds after notification of award. The Payment Bond and

Performance Bond shall each be for 100 percent of the contract price (See Note 11 below).

NOTE: Bonds may also be obtained from an insurance company with a Certificate of Authority from the California Insurance

Commissioner authorizing the company to write surety insurance within the State of California.

Page 79: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-5

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

10. AWARD OF CONTRACT - Bids shall not be withdrawn after they are opened and declared except as noted in Item 7, above.

Bids shall be subject to acceptance by the Board of Public Works for a period not to exceed three (3) months. Award of contract

will be to the lowest responsible, responsive bidder whose proposal complies with all the requirements prescribed in the bid

documents.

11. CONTRACT EXECUTION - The successful bidder shall provide two good and sufficient surety bonds. The Payment Bond and

Performance Bond shall each be for 100% of the contract price. It is the intention of the Board of Public Works to issue a Notice

to Proceed for this project as expeditiously as possible. Therefore, it is requested that acceptable bonds and insurance documents

be submitted within five (5) working days after award to the Executive Officer of the Board of Public Works, 200 N. Spring St.,

Room 355, Los Angeles, CA 90012. If the successful bidder fails to enter into the awarded contract and to supply the necessary

faithful performance bond within thirty days after the award, then the sum posted in cash or by certified or cashier's check or

guaranteed by the bid bond is forfeited to the City.

12. COMMENCEMENT AND COMPLETION OF WORK - The work must be completed within the allowed number of days

specified on Page 1-1 of this proposal. Unless otherwise provided, the contract time shall commence upon the date of issuance of

the Notice to Proceed. The contract duration includes time necessary for the contractor to mobilize for the project.

13. BOND ASSISTANCE PROGRAM LOS ANGELES (BAP LA) – Administered by the Office of the City Administrative

Officer, Risk Management, for all City departments, the BAP LA is designed to assist in removing the barriers of surety bonding

by providing technical and administrative assistance to local, small and minority businesses who would not otherwise be able to

provide, on their own, the necessary bid, payment, and performance bonds to successfully bid and compete for City business

opportunities.

For information on the BAP LA please contact Paulette Williams, Merriwether and Williams Insurance Services, at (213) 258-

3000 or online at www.imwis.com, or go to the City’s Risk Management website at http://www.lacity.org/cao/risk.

14. SUBMISSION OF FORMS TO THE CITY'S OFFICE OF CONTRACT COMPLIANCE:

a. Certified weekly payroll records shall be submitted, to the City's Office of Contract Compliance by the Prime Contractor

and all Subcontractors performing work on the project, regardless of dollar amount or type of contract. These payroll

records shall be submitted to the Office of Contract Compliance, 1149 S. Broadway, Suite 300; Los Angeles, CA 90015.

b. “Monthly Subcontracting/Trucking Verification” shall be submitted monthly for all time worked on the project.

c. “Enhanced Electrical Safety Verification”, when required by the specifications, shall be submitted prior to the start of any

electrical work at the jobsite.

These forms are included in this bid package, but can be supplied to the successful bidder upon request to the Office of Contract

Compliance. The period covered shall be from the time work starts until all work is completed on the project. Failure to submit

said certified payrolls on time may result in the withholding of progress or retention payments to the Prime Contractor and the

assessment of penalties as set forth in the California Labor Code.

15. PREVAILING WAGES - Any contract awarded hereunder will require the Contractor to comply with the provisions of the Labor

Code of the State of California, relating to Public Works wages. These provisions require the Contractor to pay not less than the

"General Prevailing Wage Rates" to all workers employed in the execution of the contract and to post a copy of the "General

Prevailing Wage Rates" at the job-site, in a conspicuous place available to all employees and applicants for employment.

The "General Prevailing Wage Rates" shall be those rates as determined by the Director of the Department of Industrial Relations

of the State of California. Copies of these rates are on file in the Office of Contract Compliance, Bureau of Contract

Administration, telephone (213) 847-1922.

Page 80: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-6

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

Information regarding prevailing wage rates may be obtained from the Division of Labor Statistics and Research, Prevailing Wage

Unit, P.O. Box 420603, San Francisco, CA 94142, Telephone (415) 972-8628, Fax (415) 972-8640.

The following categories are covered under prevailing wage laws:

. Offsite truck hauling;

. Geotechnical/geological work;

. Inspection; and

. Testing work;

16. JOBSITE WORKERS

a. Apprentices and “Journeymen”

i. All apprentices must be registered in a State of California Approved Apprenticeship Program.

ii. The use of “journeymen” must comply with all State of California labor laws.

b. Projects Requiring Enhanced Electrical Safety Policy

The Board of Public Works Enhanced Electrical Safety Policy is applicable for all projects with on-site electrical

work estimated at $100,000.00 or more.

1. The key elements of the Enhanced Electrical Safety Policy are:

Requiring a minimum of 70 percent of all “Journeyman Wiremen” to be graduates of a State of California

Approved Electrical Apprenticeship Program or hold a valid C-10 California Contractor’s License issued

by the State of California.

Requiring a minimum of 20 percent of the jobsite electrical workers to be OSHA 10-hour General Industry

Safety and Health Certified.

Requiring at least one jobsite electrical worker to be OSHA 30-hour General Industry Safety and Health

Certified.

2. The Contractor is required to certify their compliance. The Contractor shall complete and sign BCA Form

168 and submit with their Bid Proposal.

3. Electrical Work is defined as placement, installation, erection, or connection of any electrical wires,

fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells, or any part thereof, which

generates, transmits, transforms, or utilizes electrical energy in any form for any purpose, regardless of

voltage.

4. Electrical Work is to be performed by Journeyman Electrician, Transportation System Electrician,

Transportation System Technician, or Apprentices currently being trained in a California Approved

Electrical Apprenticeship Program under the supervision of a Journeyman electrician.

17. FINANCIAL LIABILITY (Gen Cond 00300 - 4/12/95)

The City's liability under this Contract shall not exceed the City's appropriation to fund the Contract at the time of Contract award.

However, if the City shall appropriate funds for any successive years, the City's maximum liability shall not exceed the extent of

such appropriations, subject to the terms and conditions of this Contract.

Page 81: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-7

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

18. GUARANTY/WARRANTY (Gen Req 01611 - 9/8/14)

THE REQUIREMENT

A. The CONTRACTOR shall and does hereby warrant and guaranty that all work executed under this Contract will be free

from defects of materials and workmanship for a period of one (1) year from the date of Final Field Acceptance of the

project as evidenced by the issuance of a “Statement of Completion” by the Inspector, except certain specific items of

Work, materials and equipment requiring a guaranty or warranty for a greater period of time as may be required

elsewhere in the Contract Documents. In the event, however, that portions of the Work are sufficiently complete to allow

use or occupancy by the CITY in the manner and for the purposes intended prior to final completion and acceptance of

the project, the guarantee period will commence on the date shown on the Statement of Partial Completion.

B. The CONTRACTOR hereby agrees to indemnify and save harmless the CITY, and their officers, agents and employees

against and from all claims and liability arising from damage and injury due to said defects. The CONTRACTOR shall

repair or replace, at no cost to the CITY, any and all such defective Work and all other Work damaged thereby, which

becomes defective during the term of the above-mentioned guaranties and warranties.

C. Within thirty (30) calendar days prior to completion of all Work the CONTRACTOR shall submit to the CITY original

copies of all manufacturers’ product guaranties and warranties covering all supplied and installed equipment and, where

applicable, systems.

D. In addition to the requirements of INSURANCE, Contract Bonds, of the GENERAL CONDITIONS, it shall be

understood that the Surety for the faithful performance bond, submitted in conformance with the terms of the Contract for

this project, is liable on its bond for all obligations of the CONTRACTOR including guaranty provisions. The

“Performance Bond” shall remain in effect until the end of the guarantee period.

E. The CONTRACTOR shall, within twenty-four (24) hours of notice from the ENGINEER of any Work not in accordance

with the requirements of the Contract, or any defects in the Work, commence and prosecute with due diligence all work

necessary to fulfill the terms of this Section and to complete the Work within a period of time as approved by the

ENGINEER. The CONTRACTOR shall notify the ENGINEER of the repair schedule before commencing the repairs

and notify the ENGINEER to arrange for inspection. The CONTRACTOR shall submit a written report of the defect and

methods of correction. In the event of failure by the CONTRACTOR and/or its surety to respond to the notice or to

complete the Work required by this Section within the time specified, the CITY shall proceed to have such Work done at

the CONTRACTOR's expense. The CONTRACTOR or its Surety shall promptly reimburse the CITY all direct and

indirect cost associated with performing this Work.

F. Repairs, replacements or changes made under the requirements of this Section shall be warranted for the specified

guarantee period, but no less than one year, beginning on the date of acceptance of the repairs, replacements or changes.

19. CLAIMS AND PROTESTS (Gen Cond 00600 9/18/07)

A Claim that involves an extra, change, addition or deletion to the Work as set forth in Changes and Extra Work shall arise upon

issuance of a final decision of the Engineer denying, in whole or in part, a request for adjustment in the Contract Price or Contract

Completion Date; provided however, that failure to comply with the requirements of the articles for Changes and Extra Work or

Differing Site Conditions shall be conclusively deemed to constitute grounds to deny such Claim.

A Claim that does not involve an extra, change, addition or deletion to the Work may be asserted only if the Contractor shall

immediately and prior to performing the Work affected thereby give written notice to the Engineer and the Inspector of such

circumstances and of Contractor’s intention to file a Claim based thereon. Unless otherwise directed by the Engineer, the

Contractor shall proceed without delay to perform the Work and to conform to any order, instruction, or decision of the Engineer

with respect thereto.

Page 82: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-8

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

The Contractor shall, within twenty (20) calendar days after it first knew, or in the exercise of diligence and extreme care should

have known, of the circumstances giving rise to the Claim, file a written Claim with the Engineer, stating in detail all objections,

grounds and reasons therefor. The Contractor shall, upon instruction by the Engineer or the Inspector, provide, within ten (10)

days or such other time as agreed to between the Engineer, and the Contractor, any and all documents, records or other materials

identified by the Engineer or the Inspector as necessary for the resolution of the Contractor’s Claim.

Claims seeking time extensions shall be accompanied by such documentation as is required by “Contractor’s Construction

Schedule and Reports” of the General Requirements. Claims seeking recovery of compensation or adjustments to the Contract

Price, whether or not based on extras, changes, additions or deletions to the Work, shall be in the form of Change Order Cost

Quotations prepared in accordance with and subject to all of the requirements of “Change Orders” of the General Requirements,

including without limitation the prohibition on use of “total cost” and “modified total cost” methodologies.

Contractor waives all rights to assert any claims or seek any relief in the form of extensions of time or recovery of additional

compensation, costs, expenses, damages from the City that are not presented as a Claim in the manner specified and within the

time stated herein. Contractor further hereby agrees that in the interest of avoiding the additional expense and potential inequity of

piecemeal resolution of Claims, all decisions by Engineer shall be final and binding not only as to all matters asserted in the Claim,

but also as to all matters (including without limitation all rights to extensions of time and recovery of extra compensation, costs,

expenses and damages) not asserted in the Claim that were known to Contractor, or that could have been reasonably discovered by

Contractor in the exercise of diligence and extreme care, at the time of submission of the Claim and that are in any way related to

the subject matter of the Claim. All orders, instructions and decisions of the Engineer or the Inspector will be limited to matters

properly falling within their respective authority as specified in Authority of the Board, Engineer and Inspector.

The Contractor will be informed of the Engineer’s or the Inspector’s decision within thirty (30) days after the Contractor last

submits data pertinent to the Claim previously mentioned. In the case of a Claim that involves an extra, change, addition or

deletion to the Work as set forth in Changes and Extra Work, if the Contractor accepts the decision of the Engineer or Inspector,

then the Contractor and City shall enter into a Change Order adjusting the Contract Price and Contract Completion Date in

accordance with such decision. In case a Claim does not involve an extra, change, addition or deletion to the Work as set forth in

Changes and Extra Work and the Contractor accepts the decision of the Engineer or Inspector, then the Contractor and City shall

enter into a Change Order setting forth the terms of the decision and, if appropriate, its effect on the Contract Price or Contract

Completion Date. If the Contractor does not accept the decision of the Engineer or Inspector, it is recommended that further appeal

of the Engineer’s decision be conducted in accordance with the Issue Resolution Ladder, as defined in “Opportunity to Partner” of

the General Requirements. If the dispute cannot be settled, the Contractor must elevate the appeal to the Dispute Review Board (if

provided for under the terms of the General Requirements) or to the Board of Public Works (if the Contract Documents do not

provide for a Dispute Resolution Board) in writing within twenty (20) calendar days after receipt of the Engineer’s decision. The

Board shall afford the Contractor an opportunity to be heard and to offer evidence in support of its appeal. All determinations of

the Board with respect to Claims shall be final and binding.

In all matters concerning the validity, interpretation, performance, effect or otherwise of the Contract, the Federal regulations (if

and to the extent expressly incorporated by reference in the Contract Documents), the laws of the State of California, and the

Charter of the City of Los Angeles shall govern and be applicable. Pending final disposition of a Claim, the Contractor shall

proceed diligently with the performance of the Contract and in accordance with the previously mentioned decision.

Any Claim, including without limitation any Claim filed on behalf of or having its source in a claim by Subcontractor, Sub-

Subcontractor, or Supplier, at any tier, which the Contractor chooses to make to the City, shall be accompanied by the certification

language set forth below signed by a responsible managing officer of the Contractor’s organization, who has the authority to sign

Subcontracts or Purchase Orders on behalf of the Contractor, and who has personally investigated and confirmed the truth and

accuracy of the matters set forth in such certification. Submission of certification in accordance herewith is a condition precedent

to the City’s consideration of or decision on the Claim and to the filing and maintenance of any legal action or proceeding to

enforce or recover monies under such Claim. Failure to submit such a certification along with the Claim shall result in the Claim

being returned to the Contractor without any decision, and shall waive the Contractor’s right to pursue the Claim either on its own

behalf or on behalf of such Subcontractor or Supplier.

Page 83: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-9

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

I hereby certify under penalty of perjury that I am a managing officer of

(Contractor’s name) ___________________________________________________________________________

and that I have reviewed the Claim presented herewith on Contractor’s behalf and/or on behalf of

(Subcontractor’s/Supplier's name(s)) ______________________________________________________________

and that the following statements are true and correct:

1) The facts alleged in or that form the basis for the Claim are true and accurate; and,

2) Contractor does not know of any facts or circumstances, not alleged in the Claim, that by reason of their not being alleged

render any fact or statement alleged in the Claim materially misleading; and,

3) Contractor has, with respect to any request for money or damages alleged in or that forms the basis for the Claim, reviewed the

job cost records (including those maintained by Contractor and by any Subcontractor or Supplier, of any tier, that is asserting all

or any portion of the Claim) and confirmed with mathematical certainty that the losses or damages suffered by Contractor and /or

such Subcontractor or Supplier were in fact suffered in the amounts and for the reasons alleged in the Claim; and,

4) Contractor has, with respect to any request for extension of time or claim of delay, disruption, hindrance or interference

alleged in or that forms the basis for the Claim, reviewed the job schedules (including those maintained by Contractor and by any

Subcontractor or Supplier, of any tier, that is asserting all or any portion of the Claim) and confirmed on an event-by-event basis

that the delays or disruption suffered by Contractor and /or such Subcontractor or Supplier were in fact experienced for the

durations, in the manner, and with the consequent effects on the time and/or sequence of performance of the Work, as alleged in

the Claim; and,

5) Contractor has not received payment from City for, nor has Contractor previously released City from, any portion of the

Claim.

Signature: ________________________________________

Name: ________________________________________

Title: ________________________________________

Company: ________________________________________

Date: ________________________________________

No Claim by the Contractor shall be allowed if made after final payment under this Contract.

20. INDEMNIFICATION (Gen Cond 00316 - 10/17/01)

Except for the active negligence or willful misconduct of the City, the Contractor undertakes and agrees to defend, indemnify and

hold harmless, through legal counsel acceptable to the City, the City, and any and all of the City’s Boards, Officers, Agents,

Employees, Assigns, and Successors in Interest from and against all suits and causes of action, claims, losses, demands and

expenses, including, but not limited to, attorney's fees and cost of litigation, damage or liability of any nature whatsoever, arising

out of or related to the performance or nonperformance by Contractor or its Subcontractors, Sub-Subcontractors, or Suppliers, of

any tier, of any portion of the construction of the Project, including but not limited to Contractor’s negligent acts, errors,

omissions, breach of contract, breach of warranty (express or implied), or willful misconduct.

It is agreed that such defense and indemnity shall extend to the City’s Architect/Engineer or other Design Consultant providing

services under written agreement with the City covering any portion of the Project. Provided, however, that the Design Consultant

shall be solely responsible for the enforcement of any request made by said Consultant for indemnification or defense by the

Contractor. It is further provided that the City shall have no liability whatsoever for any failure of the Contractor to comply with

any request from the consultant for indemnity or defense.

It is further agreed that the defense and indemnity obligations of the Contractor under this Article shall not extend to the liability of

the Design Consultant or its agents, employees or subconsultants, arising as a result of such indemnitee's own active negligence,

errors or omissions or from (1) the preparation or approval of maps, Plans, opinions, reports, surveys, change orders, designs or

Specifications, or (2) the giving of or failure to give directions or instructions by the indemnitee provided that such giving or

failure to give is the primary cause of the damage or injury.

Page 84: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-10

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

21. INSURANCE (Gen Cond 00317 - 1/05/10)

These provisions apply unless otherwise noted.

A) GENERAL

During the term of this Contract and without limiting the Contractor’s indemnification of the City, the Contractor shall

provide and maintain at its own expense, insurance having the limits customarily carried and actually arranged by the

Contractor but not less than the amounts and types listed on the Insurance Requirements Form in these Contract Documents,

covering its operations hereunder subject to the following conditions as they may variously apply:

1) ADDITIONAL INSURED/ADDITIONAL INTEREST/LOSS PAYEE

The City, its Boards, Officers, Agents, and Employees shall be included as:

a) Additional Insureds in all required General Liability and Automobile Liability insurance.

b) Named Insureds in all required Owners and Contractors Protective Liability and Builder's Risk insurance policies.

c) Loss Payee As Its Interest May Appear in all required property, fidelity or Surety coverages.

2) INSURANCE APPROVAL

All insurance required hereunder shall conform to the City requirements established by Charter, ordinance or policy. Evidence of

insurance shall be approved by the Office of the City Administrative Officier, Risk Management, prior to commencement of any

Work or tenancy under this Contract in accordance with the Los Angeles Administrative Code.

3) ALTERNATIVE PROGRAMS

Alternative Risk Financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers and captive

insurance programs and self-insurance programs are subject to separate approval after the City has reviewed their financial

statements.

4) ADMITTED CARRIER/LICENSED CALIFORNIA BROKER

All Insurance must be provided by an insurer admitted to do business in California or written through a California-licensed surplus

lines broker or through an insurer otherwise acceptable to the City. Non-admitted coverage must also contain a Service of Suit

provision whereby the underwriters will submit as necessary to any court of competent jurisdiction in California and agree that all

matters arising thereunder will be determined in accordance with the law and practice of such court. It must further give the name

and address of the underwriter's agent for service of process located within California or must nominate the California Insurance

Commissioner as such agent.

5) PRIORITY OF COVERAGE

The Contractor’s insurance shall be primary and will not require contribution or shall be endorsed to effect these provisions.

6) CANCELLATION/REDUCTION IN COVERAGE NOTICE

With respect to the interest of the City, if an insurance company elects to cancel insurance before the stated expiration date, or

declines to renew in the case of a continuous policy, or materially reduces the coverage period by changing the retroactive date (if

any), or the extended discovery period (if any), or reduces the stated limits other than by impairment of an aggregate limit, or

materially reduces the scope of coverage which affects the City’s interest, the company will provide the City at least thirty (30)

calendar days (ten (10) calendar days of non-payment of premium) prior written notice of such election. Notice will be addressed

as follows: CAO-RISK MANAGEMENT, MAIL STOP 132, CITY HALL EAST 1240, 200 NORTH MAIN STREET, LOS

ANGELES, CA 90012-4190.

7) ACCEPTABLE EVIDENCE

The appropriate City Special Endorsement forms, contained in Volume 1 of these Contract Documents, are the preferred form of

evidence of insurance. Alternatively, the Contractor may submit two (2) certified copies of the policy or other evidence acceptable

Page 85: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-11

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

to the City Attorney containing language which complies with subparagraphs 1) through 6) above.

With respect to Professional Liability insurance, either a signed copy of the Policy Declarations Page or a letter from the

Contractor’s insurance broker certifying coverage, together with a thirty (30) day cancellation notice endorsement in favor of the

City as specified in subparagraph 6) will satisfy this requirement.

8) SEPARATION OF INSUREDS

Except with respect to the insurance company's limits of liability, each liability insurance policy shall apply separately to each

insured against whom a claim or suit is brought. The inclusion of any person or organization as an insured shall not affect any right

which such person or organization would have as a claimant if not so included.

9) RENEWAL

Once the insurance has been approved by City, evidence of renewal of an expiring policy may be submitted on a manually signed

renewal endorsement or certificate form. If the policy or carrier has changed, however, new evidence as specified in paragraphs 1)

through 8) above, must be submitted.

B) AGGREGATE LIMITS/REDUCTION IN COVERAGE

If any of the required insurance coverages contain annual aggregate limits, the Contractor must give the City written notice of any

pending claim or lawsuit which will materially diminish the aggregate within thirty (30) days of knowledge of same. Further, the

Contractor must take appropriate steps to restore the impaired aggregate limits or provide replacement insurance protection within

thirty (30) days of knowledge of same. The City may, at its option, specify a minimum acceptable aggregate for each line of

coverage required. The Contractor shall not make any substantial reductions in scope of coverage (e.g., elimination of contractual

liability or reduction of discovery period) which may affect the City’s protection without the City’s prior written consent.

C) MODIFICATION OF COVERAGE

The City reserves the right at any time during the term of this Contract to change the amounts and types of insurance required

hereunder by giving the Contractor ninety (90) calendar days advance written notice of such change. If such change should result

in substantial additional cost to the Contractor, the City agrees to negotiate additional compensation.

D) FAILURE TO PROCURE INSURANCE

The Contractor’s failure to procure or maintain required insurance or a self-insurance program during the entire term of this

Contract shall constitute a material breach of this Contract under which the City may immediately suspend or terminate this

Contract or, at its discretion, procure or renew such insurance to protect the City’s interests and pay any and all premiums in

connection therewith, and recover all monies so paid from the Contractor.

E) UNDERLYING INSURANCE

The Contractor shall be responsible for requiring indemnification and insurance as it deems appropriate from its consultants,

agents and Subcontractors, if any, to protect the Contractor’s and the City’s interests, and for ensuring that such persons comply

with any applicable insurance statutes. The Contractor is encouraged to seek professional advice in this regard.

F) WORKERS' COMPENSATION

By signing this Contract, the Contractor hereby certifies that it is aware of the provisions of Section 3700 et seq., of the Labor

Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in

accordance with the provisions of that Code, and that it will comply with such provisions at all such times as they may apply

during the performance of the Work pursuant to this Contract. A waiver of subrogation in favor of the City will be required when

Work is performed on City premises under hazardous conditions. The contractor's Worker's Compensation and Employer's

Liability insurance shall be endorsed accordingly.

Page 86: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-12

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

G) ALL RISK BUILDER'S RISK/INSTALLATION FLOATER

During the course of construction, the Contractor shall secure and maintain an All Risk Builder's Risk Insurance policy covering

loss, damage or destruction of property, including materials in transit and stored on and off site, in an amount equal to the value of

the construction and materials on hand. An Installation Risk or "Floater" Policy, written to cover only specific types of equipment

during construction, may be provided to cover damage to Work or high valued equipment or materials. Coverage shall remain in

force until the Work is completed and accepted by the City. Acceptable evidence of coverage shall be in the form of an

endorsement to the policy which names the City as a Named Insured and as Loss Payee As Its Interest May Appear.

H) TYPICAL COVERAGES REQUIRED

The coverages required in A above shall be at least as broad as:

1) General Liability: Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 00 01),

with an edition date prior to 2004. Coverage shall include protection for the City as additional insured with regard to

the completed operations hazard.

2) Automobile Liability: Insurance Services Office Form Number CA 00 01 (Ed. 1/87) covering Automobile Liability,

code 1 (any auto).

3) Professional Liability: If applicable, errors and omissions liability appropriate to the consultant's profession, with a

discovery period of not less than twelve (12) months after completion of Work or termination of Contract.

I) TYPICAL LIMITS OF LIABILITY

Unless otherwise specified in Form Gen. 146/IR, the Contractor shall maintain limits no less than:

1) General Liability: $1,000,000 per occurrence, $2,000,000 aggregate for bodily injury, and property damage. A separate

aggregate shall apply to completed operations.

2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage.

3) Employer's Liability: $1,000,000 per accident for bodily injury or disease.

4) Professional Liability: $1,000,000 per claim.

K) CONTRACT BONDS

Before the execution of the Contract by the Board, the Bidder shall file with the Board Surety bonds satisfactory to the Board in

the amounts and for purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue

such bonds in the State of California and secured through an authorized agent with an office in California. Bonds shall be issued by

a Surety who is listed in the latest revision of U.S. Department of Treasury Circular 570, is authorized to issue bonds in California,

and whose bonding limitation shown in said circular is sufficient to provide Bonds in the amount required by the Contract. The

Bidder shall pay all Bond premiums, costs, and incidentals. On Contracts estimated by the Engineer to be less than $2 million,

Bonds may be obtained from an insurance company with a Certificate of Authority from the California Insurance Commissioner

authorizing the company to write Surety insurance within the State of California.

Each Bond shall be signed by both the Bidder and the Surety, and the signature of the authorized agent of the Surety shall be

notarized. The Bidder shall provide two good and sufficient surety bonds. The "Payment Bond" (Material and Labor Bond) shall

be for not less than one hundred percent (100%) of the Contract Price, to satisfy claims of material suppliers and of mechanics and

laborers employed by it on the Work.

The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the Board, and until all

claims for materials and labor are paid, and shall otherwise comply with the California Civil Code.

The "Performance Bond" shall be for one hundred percent (100%) of the Contract Price to guaranty faithful performance of all

Work, within the time period prescribed, in a manner satisfactory to the Board, and that all materials and Workmanship will be

free from original or developed defects, and comply with requirements and guaranty specified in “Guaranty-Warranty”, section no.

18 of this section.

Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further

payments shall be deemed due or will be made under the Contract until a new Surety shall qualify and be accepted by the Board.

Changes in the Work, or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from

its obligations. Notice of such changes or extensions shall be waived by the Surety. In addition to the bonds detailed above, the

Contractor shall provide a guarantee bond as detailed in “Guaranty-Warranty”, section no. 18 of this section.

Page 87: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-13

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

Assistance in obtaining the City-required bid, payment and performance surety bonds is available through the City of Los Angeles

Bond Assistance Program at (213) 258-3000 or http://cao.lacity.org/risk/BondAssistanceProgram.pdf.

22. BUSINESS TAX REGISTRATION CERTIFICATES (Gen Cond 00219 - 11/21/01)

The Contractor represents that it has, or will obtain upon award, the Business Tax Registration Certificates (BTRC) required

by the Los Angeles City Business Tax Ordinance. The Contractor shall maintain, or obtain as necessary, all such Certificates

required of it under said Ordinance and shall not cause or allow any such Certificate to be revoked or suspended. The

Certificate may be obtained from the Office of Finance, http://finance.lacity.org/.

The City requires that all firms that have business activity within the City of Los Angeles to pay City business taxes.

Payments for goods or services will be withheld unless proof of tax compliance is provided to the City. All firms and individuals

that do business with the City will be required to provide a Business Tax Registration Certificate number or an exemption number

as proof of compliance with Los Angeles City business tax requirements in order to receive payment for goods or services.

The Tax and Permit Division of the City Office of Finance has the sole authority to determine whether a firm is covered by

business tax requirements.

23. CALIFORNIA STATE SENATE BILL NO. 854 (SB 854)

1. All contractors and subcontractors who bid, or work on a public works project must register with the state and pay

an annual fee of $300.00 to the Department of Industrial Relations (DIR). In order to register, contractors must

have valid workers compensation insurance; they must not have any outstanding assessments owed to either the

state or any other warding body, or to any workers; and they cannot be debarred on any list (either federal, state,

or local).

2. No contractor or subcontractor may be listed on a bid proposal (submitted on or after March 1, 2015) for a public

works project unless they are registered with the DIR pursuant to Labor Code Section 1725.5.

3. No contractor or subcontractor may be awarded a contract on a public works project (awarded on or after April 1,

2015) unless they are registered with the DIR pursuant to Labor Code Section 1725.5.

4. No contractor or subcontractor may work on a contract on a public works project (bid on or after March 1, 2015,

or awarded on or after April 1, 2015) unless they are registered with the DIR.

5. An awarding body may not accept a bid or enter into a contract for public works with an unregistered contractor.

6. The DIR maintains a current list of registered contractors at: https://efiling.dir.ca.gov/PWCR/Search.action.

7. While the new law does require that all contractors and subcontractors must furnish electronic certified payroll

records (ECPR) directly to the Labor Commissioner’s Office, contractors and subcontractors working on City of

Los Angeles public works projects (as well as those working for three other select awarding bodies, and projects

covered by qualifying project labor agreements) are exempt from this requirement. (Note: Any contractor working

on a project for a City department or agency which does not utilize the Bureau of Contract Administration’s

services must submit their payrolls through the state’s ECPR system to the Labor Commissioner’s Office and

submit the project to the state for monitoring and enforcement. The new law will apply to any project awarded by

a City department for constriction, alteration, installation, demolition, maintenance, or repair.

8. Violation of the requirements mandated by SB 854 will result in any public works contract entered into with any

contractor or subcontractor who has not registered being subject to cancellation.

Page 88: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-14

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

9. A contractor who fails to pay the renewal fee on or before the expiration of the prior period of registration shall be

prohibited from bidding on or engaging in the performance of any contract for the public work until they are once

again registered. If the failure to pay the renewal fee was inadvertent, the contractor may renew its registration

retroactively by paying an additional penalty renewal fee equal to the amount of the renewal fee within 90 days of

the due date of the renewal fee. (If the original renewal fee was $300.00, the total amount for renewal including

the penalty renewal fee would be $600.00.)

10. If the renewal fee is paid subsequent to 90 days, the contractor will be eligible to bid on public works projects

again only if they pay an additional nonrefundable penalty registration fee of $2,000.00 in addition to the annual

registration fee. (if the original renewal fee was $300, the total amount for renewal including the penalty renewal

fee would be $2,300.00.)

24. HOLIDAY SEASON WORK RESTRICTIONS

Riverside Dr. from Calhoun Ave. to Woodman Ave. is affected. Contractor shall confirm applicability of other streets on

the plans.

No work will be permitted during the November/December/January holiday season (typically between the week of Thanksgiving

through the day after New Year’s Day) on certain streets. For affected streets, all sidewalks, traffic lanes and parking lanes,

including those on adjoining side streets, shall be clear of all obstructions and shall be open to traffic. The Contractor shall protect

all uncompleted work and take all necessary corrective actions to allow safe and free flow of both pedestrian and vehicular traffic

during the holiday season. For the latest available work restriction period and list of streets affected, refer to the “Holiday Season

Excavation Restrictions” in Part III of this “Bid Proposal”. A revised list of streets subject to the holiday season work restrictions

is published by the City in September/October of each year at http://eng.lacity.org/holiday_moratorium/. The Contractor shall

check the list when it becomes available for the current work restriction period and latest list of streets affected.

Page 89: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-15a

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

24. STREET LIGHTING WORK - SCHEDULE OF STIPULATED UNIT PRICES

These stipulated prices will be used for the adjustment of contract changes for extra work performed in a normal sequence and

not covered by contract unit prices. Unless otherwise specified, the following prices are for work and materials, complete and in

place, including all labor, profit, and incidental costs.

REMOVALS AND DISPOSAL:

Remove 6" concrete or less................................................................................................... .... $4.10/sq. ft.

Remove more than 6" concrete.......................................................... ......................................... $7.25/sq. ft.

Remove 6" AC pavement or less................................................................................................ . $3.50/sq. ft.

Remove more than 6" AC pavement........................................................................................... $6.30/sq. ft.

Remove complete electrolier assembly*.................................................................................... $500.00/each

Remove pole with luminaire, lamp & ballast............................................................................. $250.00/each

Remove and dispose of foundation and restore surface to match adj. surf……………………. $370.00/each

Remove & dispose type 2 or type 3 pullbox & restore surface to match adj. surf...................... $200.00/each

Remove and dispose of luminaire, lamp and ballast................................................................... $100.00/each

* Electrolier assembly includes foundation, pole, arm, luminaire, lamp, ballast and all wire between luminaire and

electrolier pullbox.

PAVEMENT: (INCLUDING SIDEWALK AND DRIVEWAY)

6" concrete or less.......................................................................................................... ............ $6.60/sq. ft.

6" concrete or more........................................................................................................ .... ....... 7.60/sq.ft.

Install Case 3 driveway return................................................................................. ..................... 920.00/each

Install Case 4 driveway return........................................................ ...................................... ..... 1,103.00/each

AC pavement patching (4" thick)...................................................... .......................................... 4.50/sq. ft.

AC pavement patching (6" thick).............................................................................................. ... 7.00/sq. ft.

AC pavement patching (8" thick)................................................................................................. 9.00/sq. ft.

FOUNDATIONS

Foundation (CD903, B-2559)**................................................................................................... $794.00/each

Foundation (CD929, B-3281)**................................................................................................... 586.00/each

Foundation (CD951, B-12491)**.............................................................................................. ... 586.00/each

Foundation (CD953, B-3685)**................................................................................................... 586.00/each

Foundation (CD954, L-103-0)**....................................................................... .......................... 756.00/each

Foundation (CD960, L-104-0)**................................................................................................. 756.00/each

Foundation (40' Davit)**...................................................... ....................................................... 914.00/each

Foundation (CD803, B-3141)**.................................................................................................. 428.00/each

Foundation (CD808, B-3144)**.................................................................................................. 488.00/each

Foundation (CD814A, B, C, B-3279)**...................................................................................... 491.00/each

Foundation (CD814D, E, B-3279)**........................................................................................... 580.00/each

Foundation (CD851, B-3655)**.................................................................................................. 446.00/each

Foundation (CD852, D-19193)**................................................................................................ 454.00/each

Foundation (CD855, B-3655)**.................................................................................................. 536.00/each

F-1 Foundation (refer to D.O.T. specifications).......................................................................... 441.00/each

F-2 Foundation (refer to D.O.T. specifications)................................................................... ....... 756.00/each

F-7 Foundation (refer to D.O.T. specifications).......................................................................... 202.00/each

F-8 Foundation (refer to D.O.T. specifications)....................................................... ................... 479.00/each

18-24 CIDH (pile) Foundation (refer to D.O.T. specs.).............................................................. 1,040.00/each

26-29 CIDH (pile) Foundation (refer to D.O.T. specs.)........................................ ...................... 1,922.00/each

** Includes cap, excavation, all bends & restoring surface to match adjacent surface.

CONDUIT

1" galvanized conduit (unpaved parkway)***...........................................................................$ 14.00/LF

1" galvanized conduit (paved parkway)***................................................................................ 18.00/LF

1" galvanzied conduit (street crossing)***............................................................................. .... 22.00/LF

Page 90: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

GENERL INSTRUCTIONS AND INFORMATION FOR BIDDERS (Cont.)

4-15b

BOE# 4/5/13 BSL Rev. 1/6/16 NON-DBE

STREET LIGHTING WORK - SCHEDULE OF STIPULATED UNIT PRICES

(continued)

CONDUIT (continued)

1-1/2" galvanized conduit (unpaved parkway)***...................................................................... 18.00/LF

1-1/2" galvanized conduit (paved parkway)***......................................................................... 22.00/LF

1-1/2" galvanized conduit (street crossing)***........................................................................... 27.00/LF

1-1/2” galvanized conduit (trenching in parkway)***………………………………………… 28.00/LF

1-1/2” galvanized conduit (trenching in street crossing)***…………………………….… 35.00/LF

2" galvanzied conduit (unpaved parkway)***......................................................... ................... 20.00/LF

2" galvanized conduit (paved parkway)***................................................................................ 25.00/LF

2" galvanized conduit (street crossing)***....................................................... .......................... 29.00/LF

2" galvanized conduit (paved alley)***..................................................................................... 28.00/LF

2” galvanized conduit (trenching in parkway)***……………………………………………. 31.00/LF

2” galvanized conduit (trenching in street crossing)*** .…….……………………………….. 38.00/LF

***Including excavations, and restoring surface to match adjacent surface.

SERVICE ITEMS (DO NOT INCLUDE SERVICE PULLBOXES OR FUSE KITS)

Remove series service or util. dip..................................................................................................$145.00/ea

Overhead service includes 2" galvanized conduit service riser

complete to service pullbox and coordination with DWP..................................... .....................500.00/ea

Underground service includes stub-out extension and coordination with DWP........................ 328.00/ea

Service junction connecting device................................................................................ ........... 189.00/ea

Install ground rod in existing pullbox……………………………………………………….… 90.00/ea

EXCAVATION:

Unclassified excavation, i.e. for Utility conflicts....................................................................... 150.00/cu. yd.

MISCELLANEOUS

Relocate pole with arm, luminaire & lamp................................................................................ 450.00/each

Replacement pullbox lid....................................................................................... ..................... 40.00/each

Replace damaged pullbox (type 2 or type 3)............................................................................. 20 0.00/each

New foundation cap..................................................................... ............................................. 69.00/each

1-1/2" traffic signal conduit bend............................................................................................. 19.00/each

10 amp fuse kit (includes cartridge fuse).................................................................................. 38.00/each

15-30 amp fuse kit (includes cartridge fuse)............................................................................... 50.00/each

60 amp fuse kit (includes cartridge fuse).................................................................................. 76.00/each

Pullbox (type 2) with lid****................................................................................................ ... 450.00/each

Pullbox (type 3) with lid****................................................................................................... 600.00/each

**** Includes bends, excavating, and restoring surface to match adjacent surface.

Adjustment of pullbox to grade.................................................................................................. 180.00/each

#4 AWG stranded wire......................................................................................................... ...... 1.80/foot

#6 AWG stranded wire............................................................................................................... 1.50/foot

#8 AWG solid copper wire (5000V).......................................................................................... 1.50/foot

#8 AWG stranded wire......................................................................................................... ...... 1.50/foot

#10 AWG solid wire......................................................................................... .......................... 1.00/foot

Delivery of material to Santa Monica & Virgil yard.................................................................... 315.00/trip

Delivery of material to Raymer yard................................................ ............................................ 315.00/trip

Delivery of material to D.O.T. yard.......................................................................................... ... 315.00/trip

Tree Trim.............................................................................................................................. 250.00/loc.

Temporary electrolier........................................................................................................ ........... 500.00/loc.

Temporary electrolier with traffic signal equipment.................................................................... 650.00/loc.

Temporary electrolier with traffic signal mast arm...................................................................... 850.00/loc.

Page 91: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-16
Page 92: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-17
Page 93: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-18
Page 94: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-19
Page 95: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-20
Page 96: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-21
Page 97: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-22
Page 98: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-23
Page 99: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
4-24
Page 100: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 101: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Page 1 of 2

Form Gen. 133 (Rev. 05/12)

CITY OF LOS ANGELES

INSTRUCTIONS AND INFORMATION ON COMPLYING WITH CITY INSURANCE REQUIREMENTS

(Share this information with your insurance agent or broker)

1. Agreement/Reference All evidence of insurance must identify the nature of your business with the CITY. Clearly show any assigned number of a bid, contract, lease, permit, etc. or give the project name and the job site or street address to ensure that your submission will be properly credited. Provide the types of coverage and minimum dollar amounts specified on the Required Insurance and Minimum Limits sheet (Form Gen. 146) included in your CITY documents. 2. When to submit Normally, no work may begin until a CITY insurance certificate approval number (“CA number”) has been obtained, so insurance documents should be submitted as early as practicable. For As-needed Contracts, insurance need not be submitted until a specific job has been awarded. Design Professionals coverage for new construction work may be submitted simultaneously with final plans and drawings, but before construction commences. 3. Acceptable Evidence and Approval Electronic submission is the best method of submitting your documents. Track4LA® is the CITY’s online insurance compliance system and is designed to make the experience of submitting and retrieving insurance information quick and easy. The system is designed to be used by insurance brokers and agents as they submit client insurance certificates directly to the City. It uses the standard insurance industry form known as the ACORD 25 Certificate of Liability Insurance in electronic format – the CITY is a licensed redistributor of ACORD forms. Track4LA® advantages include standardized, universally accepted forms, paperless approval transactions (24 hours, 7 days per week), and security checks and balances. The easiest and quickest way to obtain approval of your insurance is to have your insurance broker or agent access Track4LA® at http://track4la.lacity.org and follow the instructions to register and submit the appropriate proof of insurance on your behalf. Insurance industry certificates other than the ACORD 25 that have been approved by the State of California may be accepted, however submissions other than through Track4LA® will significantly delay the insurance approval process as documents will have to be manually processed. All Certificates must provide a thirty (30) days’ cancellation notice provision (ten (10) days for non-payment of premium) AND an Additional Insured Endorsement naming the CITY an additional insured completed by your insurance company or its designee. If the policy includes an automatic or blanket additional insured endorsement, the Certificate must state the CITY is an automatic or blanket additional insured. An endorsement naming the CITY an Additional Named Insured and Loss Payee as Its Interests May Appear is required on property policies. All evidence of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Completed Insurance Industry Certificates other than ACORD 25 Certificates are sent electronically to [email protected].

Additional Insured Endorsements DO NOT apply to the following:

Indication of compliance with statute, such as Workers’ Compensation Law. Professional Liability insurance.

Verification of approved insurance and bonds may be obtained by checking Track4LA®, the CITY’s online insurance compliance system, at http://track4la.lacity.org. 4. Renewal When an existing policy is renewed, have your insurance broker or agent submit a new Acord 25 Certificate or edit the existing Acord 25 Certificate through Track4LA® at http://track4la.lacity.org.

Page 102: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Page 2 of 2

5. Alternative Programs/Self-Insurance Risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs are subject to separate approval after the CITY has reviewed the relevant audited financial statements. To initiate a review of your program, you should complete the Applicant’s Declaration of Self Insurance form (http://cao.lacity.org/risk/InsuranceForms.htm) to the Office of the City Administrative Officer, Risk Management for consideration. 6. General Liability insurance covering your operations (and products, where applicable) is required whenever the CITY is at risk of third-party claims which may arise out of your work or your presence or special event on City premises. Sexual Misconduct coverage is a required coverage when the work performed involves minors. Fire Legal Liability is required for persons occupying a portion of CITY premises. Information on two CITY insurance programs, the SPARTA program, an optional source of low-cost insurance which meets the most minimum requirements, and the Special Events Liability Insurance Program, which provides liability coverage for short-term special events on CITY premises or streets, is available at (www.2sparta.com), or by calling (800) 420-0555. 7. Automobile Liability insurance is required only when vehicles are used in performing the work of your Contract or when they are driven off-road on CITY premises; it is not required for simple commuting unless CITY is paying mileage. However, compliance with California law requiring auto liability insurance is a contractual requirement. 8. Errors and Omissions coverage will be specified on a project-by-project basis if you are working as a licensed or other professional. The length of the claims discovery period required will vary with the circumstances of the individual job. 9. Workers' Compensation and Employer's Liability insurance are not required for single-person contractors. However, under state law these coverages (or a copy of the state's Consent To Self Insure) must be provided if you have any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers’ Compensation Insurance Requirement (http://cao.lacity.org/risk/InsuranceForms.htm). A Waiver of Subrogation on the coverage is required only for jobs where your employees are working on CITY premises under hazardous conditions, e.g., uneven terrain, scaffolding, caustic chemicals, toxic materials, power tools, etc. The Waiver of Subrogation waives the insurer’s right to recover (from the CITY) any workers’ compensation paid to an injured employee of the contractor. 10. Property Insurance is required for persons having exclusive use of premises or equipment owned or controlled by the CITY. Builder’s Risk/Course of Construction is required during construction projects and should include building materials in transit and stored at the project site. 11. Surety coverage may be required to guarantee performance of work and payment to vendors and suppliers. A Crime Policy may be required to handle CITY funds or securities, and under certain other conditions. Specialty coverages may be needed for certain operations. For assistance in obtaining the CITY required bid, performance and payment surety bonds, please see the City of Los Angeles Bond Assistance Program website address at http://cao.lacity.org/risk/BondAssistanceProgram.pdf or call (213) 258-3000 for more information.

Page 103: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 104: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 105: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Rev. 05/29/2012

MSM-1 (of 2 pages)

PROPOSAL

BOARD OF PUBLIC WORKS

MANDATORY SUBCONTRACTING MINIMUM (MSM) PROGRAM

FOR USE ON CITY-FUNDED CONSTRUCTION CONTRACTS

GREATER THAN $100,000.00

A. General

This project is subject to the policies and requirements established in the City of Los Angeles,

Department of Public Works subcontracting outreach policy. The Department is committed to

maximizing subcontracting opportunities in the provision of all goods and services to the

Department on a contractual basis. Bidders should be fully informed of the requirements of the

Mandatory Subcontracting Minimum Program, set forth herein. Failure to comply with the

program’s requirements may render the bid non-responsive.

B. Mandatory Subcontracting Minimum Participation Level

To be eligible for award of this project the Board of Public Works requires the bidder to

subcontract a minimum percentage of its bid to any qualified available subcontractor, and list all

subcontractors, regardless of bid amount, that the bidder wishes to be credited toward achieving

the required Mandatory Subcontracting Minimum (MSM). The Board of Public Works

Mandatory Subcontracting Minimum (MSM) requirement is listed in the Important Notice

of the Proposal. Failure to list the subcontractors and subcontracting amounts with the bid on

the forms provided in the Proposal, sufficient to meet or exceed the required MSM, may cause

the bid to be rejected by the Board of Public Works as non-responsive.

C. Definitions

1. Subcontractor: An individual, firm or corporation having a direct contract with

the contractor for the performance of a part of work which is proposed to be

constructed or done under the contract or permit, including the furnishing of all

labor, materials or equipment.

2. Subcontract: For the purpose of this program, the term “Subcontract” denotes an

agreement between the prime contractor and an individual, firm or corporation for

the performance of a particular portion(s) of the work which the prime contractor

has obligated itself.

3. Vendor and/or supplier: A firm that owns, operates or maintains a store,

warehouse, or other establishment in which the materials or supplies required for

the performance of the contract are bought, kept in stock, and regularly sold to the

public in the usual course of business. The firm must engage in, as its principal

business, and its own name, the purchase and sale of the products in question. A

supplier of bulk items such as steel, cement, stone and petroleum products need

not keep such products in stock, if it owns or operates distribution equipment.

Page 106: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Rev. 05/29/2012

MSM-2 (of 2 pages)

4. Manufacturer: A firm that operates or maintains a factory or establishment that

produces on the premises the materials or supplies obtained by the contractor.

5. Broker: A firm that charges for providing a bona fide service, such as

professional, technical, consultant or managerial services and assistance in the

procurement of essential personnel, facilities, equipment, insurance or bonds,

materials or supplies required for performance of the contract. The fee or

commission is to be reasonable and not excessive as compared with fees

customarily allowed for similar services.

D. MSM Participation Recognition

MSM percentage for this project is stated in the Important Notice. MSM will be

calculated after subtracting the Fixed Price Items designated in the Schedule of Work and

Prices from the Total Bid Amount.

1. Work performed by a prime contractor will not be considered for credit toward the

MSM participation level.

2. MSM credit for materials and/or supplies is limited to 60 percent of the amount to

be paid to the vendor for the materials/supplies.

3. MSM credit for a vendor who substantially alters materials/supplies and/or is a

manufacturer will be 100 percent.

4. MSM credit for brokers required for performance of the contract is limited to the

reasonable fee or commission charged, as not considered excessive, as compared

with fees customarily allowed for similar services.

5. MSM credit shall not be given to a joint venture partner listed as a subcontractor

by a joint venture bidder.

6. MSM credit shall not be given for a sole source subcontractor, supplier, vendor, or

manufacturer listed for a Fixed Price Item.

7. MSM credit shall not be given for a bid-listed subcontractor, supplier, or vendor

that is not performing a commercially useful function. The firm must publicly

engage in, as its principal business, and its own name, the labor, materials or

equipment, manufacturer, supplier, or brokerage for which it is listed.

Page 107: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-i
Page 108: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-ii
Page 109: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-
Page 110: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-
Page 111: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
CDWRO-
Page 112: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-
Page 113: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-
Page 114: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-
Page 115: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
CDWRO-
Page 116: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
44813
Typewritten Text
CDWRO-
Page 117: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
44813
Typewritten Text
44813
Typewritten Text
44813
Typewritten Text
44813
Typewritten Text
CDWRO-
Page 118: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
CDWRO-
Page 119: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-11
Page 120: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-12
Page 121: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-13
Page 122: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-14
Page 123: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-15
Page 124: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-16
Page 125: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-17
Page 126: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-18
Page 127: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-19
Page 128: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-20
Page 129: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-21
Page 130: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-22
Page 131: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-23
Page 132: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-24
Page 133: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-25
Page 134: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-26
Page 135: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-27
Page 136: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-28
Page 137: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
CDWRO-29
Page 138: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
44813
Typewritten Text
44813
Typewritten Text
CDWRO-30
44813
Typewritten Text
Page 139: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ZSSO-1

Board of Public Works"ZERO SANITARY SEWER OVERFLOWS"

Policy

(Adopted by the Board of Public Works on 1/10/2011)

Page 140: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ZSSO-2

Page 141: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ZSSO-3

Page 142: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 143: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 144: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 145: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 146: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 147: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 148: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 149: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 150: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 151: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 152: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 153: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 154: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor
Page 155: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

OCPS - 1

ONLINE CERTIFIED PAYROLL SYSTEM (OCPS)

This project requires submission of certified payrolls through the Department of Public Works

Bureau of Contract Administration’s Online Certified Payroll System (OCPS). The OCPS is a

web based program that will allow contractors to submit certified payrolls electronically.

Contractors (of any tier) will be required to submit their certified payrolls through the OCPS.

Contractors (of any tier) shall be responsible for maintaining certified copies of payroll records

as required by law (§ 1776 of the California State Labor Code). The prime contractor shall be

responsible for ensuring that all their subcontractors regardless of tier to submit certified payrolls

through OCPS. Training for OCPS will be provided by the Bureau of Contract Administration

during the second Wednesday of each month. For further questions, please Email the OCPS Help

Desk at [email protected].

Page 156: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Municipal Lobbying Ordinance

♦♦♦Los Angeles Municipal Code §§ 48.01 et seq.

Effective January 30, 2013

Prepared by

200 North Spring Street, 24th Floor Los Angeles, CA 90012

(213) 978-1960 TTY (213) 978-2609

http://ethics.lacity.org

City Ethics Commission

Los Angeles

CEC

Page 157: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

ii

Los Angeles Municipal Lobbying Ordinance TABLE OF CONTENTS

SEC. 48.01 Title and Findings. ..................................................................................... 1 SEC. 48.02 Definitions .................................................................................................. 1

Activity expense .............................................................................................................. 1 Agency ............................................................................................................................ 1 At the behest ................................................................................................................... 2 Attempting to influence .................................................................................................... 2 City official ....................................................................................................................... 2 Client ............................................................................................................................... 2 Compensated services .................................................................................................... 2 Controlled committee ...................................................................................................... 2 Direct communication ...................................................................................................... 2 Donation .......................................................................................................................... 3 Elective city officer ........................................................................................................... 3 Elective officer ................................................................................................................. 3 Fundraiser ....................................................................................................................... 3 Fundraising activity .......................................................................................................... 3 Host or sponsor ............................................................................................................... 3 Lobbying activities ........................................................................................................... 3 Lobbying entity ................................................................................................................ 3 Lobbying firm ................................................................................................................... 3 Lobbyist ........................................................................................................................... 4 Lobbyist employer ........................................................................................................... 4 Major filer ......................................................................................................................... 4 Municipal legislation ........................................................................................................ 4 Person ............................................................................................................................. 5 Solicit ............................................................................................................................... 5

SEC. 48.03 Exemptions. ............................................................................................... 6 SEC. 48.04 Prohibitions. ............................................................................................... 7 SEC. 48.05 Record Keeping Responsibilities ............................................................... 7 SEC. 48.06 Registration/Disclosure Forms ................................................................... 8 SEC. 48.07 Registration. .............................................................................................. 8 SEC. 48.08 Disclosure Reports .................................................................................. 10 SEC. 48.08.5 Copies of Solicitations .............................................................................. 16

Page 158: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

iii

SEC. 48.08.6 Lobbying Disclosure – Political Contributions .......................................... 16 SEC. 48.08.7 Lobbying Disclosure – Fundraising Activity .............................................. 17 Sec. 48.08.8 Lobbying Disclosure – Written Communications to Neighborhood Councils ................................................................................................... 18 SEC. 48.09 Compliance Measures and Enforcement. ................................................. 19 SEC. 48.10 Ethics Commission Reports. ..................................................................... 21 SEC. 48.11 Severability. .............................................................................................. 21

Page 159: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 1 of 21

Municipal Lobbying Ordinance Los Angeles Municipal Code Chapter IV, Article 8

Repealed and Re-added by Ordinance No. 169916, effective 8/10/94. SEC. 48.01. Title and Findings A. Title. This Article shall be known and

may be cited as the Los Angeles Municipal Lobbying Ordinance.

B. Findings. The following findings are

adopted in conjunction with the enactment of this Article:

1. City Government functions to serve

the needs of all citizens.

2. The citizens of the City of Los Angeles have a right to know the identity of interests which attempt to influence decisions of City government, as well as the means employed by those interests.

3. All persons engaged in compensated lobbying activities aimed at influencing decisions by City government must, when so engaged, be subject to the same regulations, restrictions and requirements, regardless of their background, training or other professional qualifications or license.

4. Complete public disclosure of the full range of activities by and financing of lobbyists and those who employ their services is essential to the maintenance of citizen confidence in the integrity of local government.

5. It is in the public interest to ensure

that lobbyists do not misrepresent facts, their positions, or attempt to

deceive officials through false communications, do not place City officials under personal obligation to themselves or their clients, and do not represent that they can control the actions of City officials.

6. It is in the public interest to adopt these amendments to the City's regulations of lobbyists to ensure adequate and effective disclosure of information about efforts to lobby City government.

History: Amended by Ord. No. 169916, effective 8/10/94. SEC. 48.02. Definitions The following terms used in this Article shall have the meanings set forth below. Other terms used in this Article shall have the meanings set forth in the California Political Reform Act of 1974, as amended, and in the regulations of the California Fair Political Practices Commission, as amended, if defined therein. "Activity expense" means any payment, including any gift, made to or directly benefiting any City official or member of his or her immediate family, made by a lobbyist, lobbying firm, or lobbyist employer. "Agency" means the City of Los Angeles or any department, bureau, office, board, commission, other agency of the City, or any other government agency, required to adopt a conflict of interest code subject

Page 160: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 2 of 21

to City Council approval, and includes the City's Community Redevelopment Agency and the Los Angeles City Housing Authority. "At the behest" means under the control of, at the direction of, in cooperation, consultation, coordination, or concert with, at the request or suggestion of, or with the express prior consent of any elective City officer or candidate for elective City office. A donation to a religious, charitable, or other nonprofit organization is not made at the behest of an elective City officer or candidate if the donation is solicited through a newspaper publication, through radio, television, or other mass media, or through a suggestion made to the entire audience at a public gathering. A donation to a religious, charitable, or other nonprofit organization is not made at the behest of an elective City officer or candidate solely because the name of the officer or candidate is listed with other names on written materials used to request donations or the officer or candidate makes a speech to the entire audience or is honored and given an award at an event sponsored by the organization. "Attempting to influence" means promoting, supporting, opposing or seeking to modify or delay any action on municipal legislation by any means, including but not limited to providing or using persuasion, information, statistics, analyses or studies. A person attempts to influence municipal legislation when he or she engages in lobbying activities for the purpose of influencing a decision. "City official" means any elective or appointed City officer, member, employee or consultant (who qualifies as a public official within the meaning of the Political Reform Act) of any agency, who,

as part of his or her official duties, participates in the consideration of any municipal legislation other than in a purely clerical, secretarial or ministerial capacity. "Client" means both

(1) the person who compensates a lobbyist or lobbying firm for the purpose of attempting to influence municipal legislation and

(2) the person on whose behalf a lobbyist or lobbying firm attempts to influence such municipal legislation, even if the lobbyist or lobbying firm is compensated by another person for such representation.

However, if a lobbyist or lobbying firm represents a membership organization and individual members of that organization, an individual member is not a client solely because the member is individually represented by the lobbyist or lobbying firm unless the member makes a payment for such representation in addition to usual membership fees. "Compensated services" means services for which compensation was paid during a reporting period or for which the lobbyist or lobbying firm became entitled to compensation during that period. "Controlled committee" means any committee controlled by an elective City officer or candidate for any elective City office, including any campaign, officeholder, legal defense fund, or ballot measure committee. "Direct communication" means appearing as a witness before, talking to (either by telephone or in person),

Page 161: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 3 of 21

corresponding with, or answering questions or inquiries from, any City official or employee, either personally or through an agent who acts under one‘s direct supervision, control or direction. "Donation" means a payment for which full and adequate consideration is not received. “Elective city officer” means the Mayor, City Attorney, Controller and Member of the City Council. “Elective officer” means any person who is a City Council Member, City Attorney, Controller or Mayor, whether appointed or elected. “Fundraiser” means an individual who receives compensation to engage in fundraising activity as defined in this section. "Fundraising activity" means soliciting a contribution or hosting or sponsoring a fundraising event or hiring a fundraiser or contractor to conduct any event designed primarily for political fundraising at which contributions for an elective City officer, candidate for elective City office, or any of his or her controlled committees are solicited, delivered or made. "Host or sponsor" means to provide the use of a home or business to hold a political fundraising event without charging market value for the use of that location; to ask more than 25 persons to attend the event; to pay for at least a majority of the costs of the event; or to provide the candidate, campaign, committee and/or fundraiser more than 25 names to be used for invitations to the event.

"Lobbying activities" includes the following and similar compensated conduct when that conduct is related to a direct communication to influence any municipal legislation:

(1) engaging in, either personally or through an agent, written or oral direct communication with a City official;

(2) drafting ordinances, resolutions or regulations;

(3) providing advice or recommending strategy to a client or others;

(4) research, investigation and information gathering;

(5) seeking to influence the position of a third party on municipal legislation or an issue related to municipal legislation by any means, including but not limited to engaging in community, public or press relations activities; and

(6) attending or monitoring City meetings, hearings or other events.

“Lobbying entity” means a lobbyist, lobbying firm or lobbyist employer, as defined in this article. "Lobbying firm" means any entity, including an individual lobbyist, which receives or becomes entitled to receive $1,000 or more in monetary or in-kind compensation for engaging in lobbying activities (either personally or through its agents) during any consecutive three-month period, for the purpose of attempting to influence municipal legislation on behalf of any other person, provided any partner, owner,

Page 162: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 4 of 21

shareholder, officer or employee of the entity qualifies as a lobbyist. Compensation does not include reimbursement of or payment for reasonable travel expenses. An entity receives compensation within the meaning of this definition whether or not the compensation is received solely for activities regulated by this article or is received for other activities as well; however, only that portion of compensation received for the lobbying activities shall count toward the qualification threshold. An entity "becomes entitled to receive compensation" when the entity agrees to provide services regulated by this Article, or performs those services, whether or not payment is contingent on the accomplishment of the client's purposes. "Lobbyist" means any individual who is compensated to spend 30 or more hours in any consecutive three-month period engaged in lobbying activities which include at least one direct communication with a City official or employee, conducted either personally or through agents, for the purpose of attempting to influence municipal legislation on behalf of any other person. Compensation does not include reimbursement of or payment for reasonable travel expenses. A person receives compensation within the meaning of this definition whether or not the compensation is received solely for activities regulated by this Article or is received for both lobbying activities and other activities as well. However, only the compensation for the lobbying activities shall be calculated to determine whether an individual qualifies as a lobbyist. An individual "becomes entitled to receive

compensation" when the individual or the entity in which the individual is an employee, partner, owner, shareholder or officer, agrees to provide services regulated by this Article, or performs those services, regardless of whether payment is contingent on the accomplishment of the client's purposes. A lobbyist includes a person who owns an investment in a business entity if that person attempts to influence municipal legislation on behalf of the business entity and if the person acquires the investment as compensation for his or her lobbying services or in contemplation of performing those services. “Lobbyist employer" means an entity, other than a lobbying firm, that employs a lobbyist in-house to lobby on its behalf. "Major filer" means any person who makes payments or incurs expenditures totaling $5,000 or more during any calendar quarter for public relations, media relations, advertising, public outreach, research, investigation, reports, analyses, studies, or similar activities, for the purpose of attempting to influence action on any proposed or pending matter of municipal legislation, if these payments or expenditures are not required to be reported on a lobbyist or lobbying firm quarterly report. A "major filer" does not include a lobbyist, lobbyist employer, or lobbying firm. Expenditures and payments for regularly published newsletters or other routine communications between an organization and its members shall not be counted for the purpose of this definition. "Municipal legislation" means any legislative or administrative matter proposed or pending before any agency (as defined in this Article), including but

Page 163: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 5 of 21

not limited to those involving the granting, denial, revocation, restriction or modification of a license, permit or entitlement for use (including all land use permits) if the Mayor, the City Council, any of its committees, any agency board, commission, committee, or general manager, or any agency officer or employee charged by law with holding a hearing and making a decision, is charged by law with making a final decision on the matter. However, "municipal legislation" does not include any of the following:

(1) A request for advice or for an interpretation of laws, regulations, City approvals or policies, or a direct response to an enforcement proceeding with the City Ethics Commission.

(2) Any ministerial action. An action is

ministerial if it does not require the City official or employees involved to exercise discretion concerning any outcome or course of action.

(3) Any action relating to the

establishment, amendment, administration, implementation or interpretation of a collective bargaining agreement or memorandum of understanding between an agency and a recognized employee organization, or a proceeding before the Civil Service Commission or the Employee Relations Board. Further, it does not include management decisions as to the working conditions of represented employees that clearly relate to the terms of such collective bargaining agreement or memorandum of understanding. Nevertheless,

“municipal legislation” does include any action relating to collective bargaining taken by the City Council, any of its committees or members (including the staffs of such members), or by the Mayor or his or her office.

(4) Preparation or compilation of any

radius map, vicinity map, plot plan, site plan, property owners or tenants list, abutting property owners list, photographs of property, proof of ownership or copy of lease, or neighbor signatures required to be submitted to the City Planning Department.

"Person" means any individual, business entity, trust corporation association, committee, or any other organization or group of persons acting in concert. "Solicit" means to ask, personally or through an agent, that another person make a contribution to an elective City officer or candidate for City office, or to his or her controlled committee, including allowing one’s signature to be used on a written request for funds. For purposes of this article, a lobbying entity solicits a contribution only when the lobbying entity does so

(1) at the behest of the elective City officer or candidate for elective City office, or his or her campaign treasurer, campaign manager, or member of his or her fundraising committee, or

(2) if the lobbying entity has informed the candidate or officer that the person is soliciting the contributions.

A person does not solicit, however, by making a request for funds publicly to at least a majority of persons who attend

Page 164: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 6 of 21

any public gathering, or by making a request that appears published in a newspaper, on radio or television. History: Amended by Ord. No. 169916, effective 8/10/94. Amended by Ord. No. 172479, effective 4/10/99. Amended by Ord. No. 175432, effective 9/28/03. Amended by Ord. No. 178064, effective 1/15/07. Amended by Ord. No. 178356, effective 3/12/07. SEC. 48.03. Exemptions The following persons are exempt from the requirements of this Article: A. Any public official acting in his or her

official capacity, and any government employee acting within the scope of his or her employment.

B. A newspaper or other regularly published periodical, radio or television station or network, including any individual who owns, publishes or is employed by such newspaper, periodical or station or network, when, in the ordinary course of its business, it publishes or broadcasts news, editorials or other comments, or paid advertising, which directly or indirectly attempts to influence action on municipal legislation. This exemption does not apply to any other action by any such newspaper, periodical, station or network, or by any such person, to attempt to influence municipal legislation, if such activity otherwise regulated by this Article.

C. A person acting without any compensation or consideration other than reimbursement or payment of reasonable travel expenses.

D. Any person whose only activity is

submitting a bid on a competitively bid

contract, submitting a written response to or participating in an oral interview for a request for proposals or qualifications, or negotiating the terms of a written agreement with any City agency if selected pursuant to that bid or request for proposals or qualifications. Except with regard to persons covered by subsections E and F, this exemption shall not apply to any person who attempts to influence the action of the Mayor or Mayor's staff, any member of the City Council or their staffs, or any board or commission member with regard to any such contract.

E. Any organization exempt from federal taxation pursuant to Section 501(c)(3) of the Internal Revenue Code, which receives funding from any federal, state or local government agency for the purpose of representing the interests of indigent persons and whose primary purpose is to provide direct services to those persons, if the individual or individuals represented by the organization before any City agency provide no payment to the organization for that representation. This exemption shall not apply to direct contracts with a City official in other than a publicly noticed meeting, for the purpose of attempting to influence a City decision with regard to any City funding which the organization is seeking.

F. Any person employed by an organization described in Subsection E with respect to his or her activities as an employee of the organization.

History: Amended by Ord. No. 169916, effective 8/10/94.

Page 165: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 7 of 21

SEC. 48.04 Prohibitions No lobbyist or lobbying firm subject to the requirements of this Article shall: A. Do any act with the purpose and

intent of placing any City official under personal obligation to the lobbyist, the lobbying firm, or to the lobbyist's or firm's employer or client.

B. Fraudulently deceive or attempt to deceive any City official with regard to any material fact pertinent to any pending or proposed municipal legislation.

C. Cause or influence the introduction of any municipal legislation for the purpose of thereafter being employed or retained to secure its passage or defeat.

D. Cause any communication to be sent to any City official in the name of any nonexistent person or in the name of any existing person without the consent of such person.

E. Make or arrange for any payment to a City official, or act as an agent or intermediary in making any such payment by any other person, if the arrangement or the payment would violate any provision of the City's Governmental Ethics Ordinance (Los Angeles Municipal Code Section 49.5.1, et seq.)

History: Amended by Ord. No. 169916, effective 8/10/94.

SEC. 48.05. Record Keeping Responsibilities A. Lobbying entities and major filers shall

prepare and retain detailed records (including all books, papers and other documents) needed to comply with the requirements of this Article. Treasurers and fundraisers for elective City officeholders and City candidates, or for any elective City officer’s or City candidate’s controlled committees shall prepare and retain detailed contribution activity records for any contributions received as a result of fundraising activity engaged in by a lobbyist, lobbying firm or lobbyist employer, as defined by this article. These records shall be retained for not less than four years.

B. If a lobbying entity engages in fundraising activities as defined in Section 48.02 of this Code at the behest of a candidate or officeholder running for elective City office, the lobbying entity shall maintain records detailing any contributions that they know or have reason to know resulted from the fundraising activities.

C. If an officeholder or a candidate running for elective City office contracts with a lobbying entity to engage in fundraising activity as described in Section 48.02 of this Code, the committee treasurer and fundraiser shall maintain records detailing any contributions that they know or have reason to know resulted from the fundraising activities. The treasurer and fundraiser shall make the records available to the lobbying entity upon request of the lobbying entity.

Page 166: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 8 of 21

D. If a lobbying entity delivers or sends written communications to a certified neighborhood council in an attempt to influence municipal legislation as described in Section 48.08.8 of this Article, the lobbying entity shall prepare and maintain detailed records of these written communications for not less than four years.

History: Amended by Ord. No. 175432, effective 9/28/03. SEC. 48.06. Filing Methods A. All registrations, reports, and other

filings required by this Article must be submitted under penalty of perjury by the person who is required to file and must be filed in a format prescribed by the Ethics Commission. The Ethics Commission must provide public access to all filings.

B. Lobbying entities and persons who

qualify as lobbying entities must file registrations, quarterly reports, terminations and amendments to those filings electronically.

C. If an electronic filing is required, the

Ethics Commission must provide a unique identifier to the person who is required to file, to be used in place of a physical signature for submitting and verifying data under penalty of perjury. All electronic filings are presumed to be filed under penalty of perjury by the person required to file.

D. If a paper filing is required, it must

contain the physical signature of the person who is required to file. A document is considered filed on the earlier of the date of receipt by the Ethics Commission or the date of the

postmark if it is mailed and bears the correct address and postage.

History: Amended by Ord. No. 177105, effective 12/18/05. Amended by Ord. No. 182360, effective 1/30/13. SEC. 48.07. Registration A. Requirement. An individual who

qualifies as a lobbyist shall register with the City Ethics Commission within 10 days after the end of the calendar month in which the individual qualifies as a lobbyist. A person, including an individual lobbyist, shall register with the City Ethics Commission as a lobbying firm within 10 days after the end of the calendar month in which a partner, owner, shareholder, officer or employee qualifies as a lobbyist. If a person is not registered as a lobbyist or lobbying firm, but is performing acts which would require that person to so register, that person may continue to act as a lobbyist or lobbying firm so long as the person registers with the City Ethics Commission within 10 days after the person knew or should have known of the obligation to register. A lobbyist or lobbying firm shall register each client on whose behalf or from which the lobbyist or lobbying firm receives or becomes entitled to receive $250 or more in a calendar quarter for engaging in lobbying activities related to attempting to influence municipal legislation.

B. Duration of Status. A person who

registers as a lobbyist or lobbying firm shall retain that status through December 31 of that year unless and until that person terminates the status as set forth below.

Page 167: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 9 of 21

C. Registration Fees. Every lobbyist shall pay an annual registration fee of $450 plus $75 for each client on whose behalf or from which the lobbyist receives or becomes entitled to receive $250 or more in a calendar quarter. Persons who initially register during the last quarter of a calendar year (October through December) shall pay prorated registration fees of $337 for each lobbyist plus $56 for each client.

D. Contents of Registration

Statements — Lobbyists. Registration statements of lobbyists shall contain the following:

1. The lobbyist's name, business

address, business email, and business telephone number.

2. The lobbying firm, if any, of which the lobbyist is an employee, partner, officer or owner.

3. If the lobbyist is not an employee, partner, officer or owner of a lobbying firm, the name, address and telephone number of the lobbyist's employer.

4. Each City agency that the lobbyist has the authority to attempt to influence on behalf of any client or employer.

5. A statement that the lobbyist has reviewed and understands the requirements of this Article.

6. Any other information required by

regulation of the City Ethics Commission, consistent with the purposes and provisions of this Article.

E. Contents of Registration Statements — Lobbying Firms Registration statements of lobbying firms (including individual contract lobbyists) shall contain the following:

1. The name, address, email, and telephone number of the firm.

2. The name of each lobbyist who is a partner, owner, shareholder, officer or employee of the firm.

3. For each client on whose behalf or from which the firm received or became entitled to receive $250 in compensation during the calendar quarter for engaging in lobbying activities related to attempting to influence municipal legislation within the meaning of this Article:

(a) The client's name, business or

residence address, and business or residence telephone number.

(b) The period during which the representation will occur.

(c) The item or items of municipal legislation for which the firm was retained to represent the client, or, if no specific items of municipal legislation for which the firm was retained to represent the client can be identified, a description of the types of municipal legislation for which the firm was retained to represent the client.

(d) Each City agency that the lobbying firm has the authority to attempt to influence on behalf of the client.

(e) In the case of a lobbyist who is an

individual contract lobbyist, a

Page 168: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 10 of 21

statement that he or she has reviewed and understands the requirements of this Article.

(f) The name, address, email, and telephone number of the person responsible for preparing the statement.

(g) Any other information required by regulation of the City Ethics Commission, consistent with the purposes and provisions of this Article.

F. Amendments to Registrations. Lobbyists and lobbying firms shall file amendments to their registration statements within 10 days of any change in information required to be set forth on the registration statement. G. Termination. Any person registered under this Article shall file a termination statement with the City Ethics Commission within 20 days after ceasing all activity governed by this Article. H. Education Requirement. Every individual who is required to register as a lobbyist shall attend a City lobbying information session conducted by the City Ethics Commission no less than once every two calendar years, according to the following schedule:

(1) An individual who has not registered as a lobbyist in the immediately preceding two calendar years shall attend a City lobbying information session within six months of his or her registration date as a lobbyist.

(2) A registered lobbyist who did not

attend a City lobbying information session during the previous

calendar year shall attend a City lobbying session by the end of the current calendar year.

(3) A registered lobbyist who attends a City lobbying information session during the current calendar year is not required to attend a City lobbying information session during the following calendar year.

History: Amended by Ord. No. 172479, effective 4/10/99. Amended by Ord. No. 175028, effective 2/5/03. Amended by Ord. No. 182360, effective 1/30/13. SEC. 48.08. Disclosure Reports A. Reporting Requirement. Every

lobbyist, lobbying firm, lobbyist employer and major filer shall file the quarterly disclosure reports required by this Section on or before the last day of the month following each calendar quarter.

1. All lobbyists and lobbying firms shall

file quarterly reports for every calendar quarter during which they retain that status. An individual who qualifies both as a lobbyist and lobbying firm shall file only a lobbying firm quarterly report. Lobbyist employers shall file quarterly reports for every calendar quarter during which any individual employed by that employer retains the status as lobbyist. Information required to be disclosed concerning compensation received or expenditures made for lobbying shall be disclosed either by the lobbyist or by his or her lobbying firm or employer.

2. Major filers shall file quarterly

reports for every calendar quarter

Page 169: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 11 of 21

during which they made qualifying payments or incurred qualifying expenditures totaling $5,000 or more.

3. Quarterly reports shall disclose all required information for the calendar quarter immediately prior to the month in which the report is required to be filed.

B. Quarterly Reports by Lobbyists — Contents. Quarterly reports by lobbyists shall contain the following information:

1. The lobbyist's name, business address and business telephone number.

2. The lobbying firm, if any, of which the lobbyist is a partner, owner, shareholder, officer or employee.

3. If the lobbyist is not a partner, officer or owner of a lobbying firm, the name, address and telephone number of the lobbyist's employer.

4. The date, amount and description of each activity expense of $25 or more made by the lobbyist during the reporting period, the name and title of the City official benefiting from the expense, the name and address of the payee, and the client, if any, on whose behalf the expense was made. An activity expense shall be considered to be made on behalf of a client if the client requested or authorized the expense or if the expense was made in connection with an event at which the lobbyist attempted to influence the official on behalf of the client.

5. The total amount of activity expenses made by the lobbyist during the reporting period, whether or not itemized.

6. The name of any elective City officer, candidate for elective City office, or any controlled committee of the officer or candidate to which the lobbyist made contributions of $100 or more, or which were delivered by the lobbyist, or in connection with which the lobbyist acted as an intermediary during the reporting period, and the date and amount of the contribution.

7. The name of any elective City

officer, candidate for elective City office, or any City controlled committee of the officer or candidate for which the lobbyist engaged in any fundraising activity during the reporting period, the date(s) of the activity and the amount of funds the lobbyist knows or has reason to know were raised as a result of the activity.

8. The date and amount of one or more contributions aggregating more than $1,000 made by the lobbyist at the behest of an elective City officer or candidate for elective City office during the reporting period to any and all controlled committees of any other elective City officer or candidate for elective City office, the name and address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

9. The date, amount and description of

one or more donations aggregating

Page 170: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 12 of 21

$1,000 or more made by the lobbyist at the behest of an elective City officer or candidate for elective City office during the reporting period to any religious, charitable or other nonprofit organization, the name and address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

10.If, during the quarterly reporting

period, the lobbyist provided compensated services, including consulting services, to the campaign of any candidate for elective City office, or to a campaign for or against any City ballot measure, the name of the candidate, the elective City office sought by the candidate, the ballot number or letter of the ballot measure, the date of the election, the amount of compensation earned for the compensated services, and a description of the nature of the services provided. Such information shall be reported if the lobbyist personally provided the services, or if the services were provided by a business entity in which the lobbyist owns at least a 10% investment, whether the compensation was provided directly to the lobbyist or to such business entity.

11. If, during the quarterly reporting

period, the lobbyist provided compensated services under contract with the City or with any City agency, including consulting services, the amount of compensation received, the agency for which the services were provided, a description or other

identification of the contract and the nature of the services provided. Such information shall be reported if the lobbyist personally provided the services, or if the services were provided by a business entity in which the lobbyist owns at least a 10% investment, whether the compensation was provided directly to the lobbyist or to such business entity.

12. Each City agency that the lobbyist

attempted to influence. 13. Any other information required by

regulation of the City Ethics Commission, consistent with the purposes and provisions of this Article.

C. Quarterly Reports by Lobbying Firms — Contents. Quarterly reports by lobbying firms, including individual contract lobbyists, shall contain the following information:

1. The name, address, email, and telephone number of the firm.

2. The name of each lobbyist who is a partner, owner, shareholder, officer or employee of the firm.

3. The name, address and telephone number of each client that is required to be registered and was represented by the firm during the reporting period; a description of each item of municipal legislation for which the firm or its lobbyists represented the client during the reporting period; the total amount of payments received by the firm from each client (including all fees, reimbursements for expenses and

Page 171: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 13 of 21

other payments) during the reporting period for such representation.

4. The total payments received from

clients required to be registered by the firm during the reporting period in connection with the firm's representation of clients on municipal legislation.

5. The date, amount and description of

each activity expense of $25 or more made by the lobbying firm during the reporting period, the name and title of the City official benefiting from the expense, the name and address of the payee, and the client, if any, on whose behalf the expense was made. An activity expense shall be considered to be made on behalf of a client if the client requested or authorized the expense or if the expense was made in connection with an event at which the lobbying firm attempted to influence the official on behalf of the client.

6. The total amount of activity

expenses made by the lobbying firm during the reporting period, whether or not itemized.

7. The total amount of expenses

incurred in connection with attempts by the firm to influence municipal legislation. These expenses shall include:

(a) total payments to lobbyists

employed by the firm;

(b) total payments to employees of the firm, other than lobbyists, who engaged in attempts to influence

municipal legislation during the reporting period; and

(c) all expenses attributable to attempts to influence municipal legislation, other than overhead, and other expenses that would not be incurred but for the attempts to influence. Each such expense of $5,000 or more shall be itemized and described.

8. The name of any elective City

officer, candidate for elective City office, or any controlled committee of the officer or candidate to which the lobbying firm made contributions of $100 or more, or which were delivered by the lobbying firm, or in connection with which the lobbying firm acted as an intermediary during the reporting period, and the date and amount of the contribution.

9. The name of any elective City officer, candidate for elective City office, or any City controlled committee of the officer or candidate for which the lobbying firm engaged in any fundraising activity during the reporting period, the date(s) of the activity and the amount of funds the lobbying firm knows or has reason to know were raised as a result of the activity.

10. The date and amount of one or

more contributions aggregating more than $1,000 made by the lobbying firm at the behest of an elective City officer or candidate for elective City office during the reporting period to any and all controlled committees of any other elective City officer or candidate for elective City office, the name and

Page 172: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 14 of 21

address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

11. The date, amount and description of

one or more donations aggregating $1,000 or more made by the lobbying firm at the behest of an elective City officer or candidate for elective City office during the reporting period to any religious, charitable or other nonprofit organization, the name and address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

12. If, during the quarterly reporting

period, the lobbying firm provided compensated services, including consulting services, to the campaign of any candidate for elective City office, or to a campaign for or against any City ballot measure, the name of the candidate, the elective City office sought by the candidate, the ballot number or letter of the ballot measure, the date of the election, the amount of compensation earned for the compensated services and a description of the services provided.

13. If, during the quarterly reporting

period, the lobbying firm provided compensated services under contract with the City or with any agency, including consulting services, the amount of compensation received, the agency for which the services were provided, a description or other identification of the contract and the nature of the services provided. For

an individual contract lobbyist who qualifies as a lobbying firm, such information shall be reported if the lobbyist personally provided the services, or if the services were provided by a business entity in which the lobbyist owns at least a 10% investment, regardless of whether the compensation was provided directly to the lobbyist or to such business entity.

14. For an individual contract lobbyist

who qualifies as a lobbying firm, each City agency that the lobbyist attempted to influence.

15.The name, address, email, and

telephone number of the person responsible for preparing the report.

16. Any other information required by regulation of the City Ethics Commission, consistent with the purposes and provisions of this Article.

D. Quarterly Reports by Lobbyist Employers — Contents. Quarterly reports by lobbyist employers shall contain the following information.

1. The name, address, email, and telephone number of the entity filing the report.

2. The name of each lobbyist who is

employed by the entity. 3. Total payments during the reporting

period to lobbyists employed by the entity. Such payments shall include solely payments for compensation and reimbursement of expenses relating to the lobbyists' attempts to influence municipal legislation.

Page 173: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 15 of 21

4. Total payments to employees of the entity, other than lobbyists, who engaged in attempts to influence municipal legislation during the reporting period. Such payments shall include payments for compensation and reimbursement of expenses relating to such persons' attempts to influence municipal legislation.

5. Total payments for expenses incurred in connection with attempts by the entity during the reporting period to influence municipal legislation. These expenses shall include all expenses attributable to attempts to influence municipal legislation, other than overhead, and other expenses that would not be incurred but for the attempts to influence. Each such expense of $5,000 or more shall be itemized and described.

6. A description of each item of

municipal legislation which the entity attempted to influence during the reporting period.

7. The date, amount and description of each activity expense of $25 or more made by the lobbyist employer during the reporting period, the name and title of the City official benefiting from the expense, and the name and address of the payee.

8. The total amount of activity expenses

made by the lobbyist employer during the reporting period, whether or not itemized.

9. The name of any elective City

officer, candidate for elective City office, or any controlled committee

of the officer or candidate to which the lobbyist employer made contributions of $100 or more, or which were delivered by the lobbyist employer, or in connection with which the lobbyist employer acted as an intermediary during the reporting period, and the date and amount of the contribution.

10. The name of any elective City officer, candidate for elective City office, or any City controlled committee of the officer or candidate for which the lobbyist employer engaged in any fundraising activity during the reporting period, the date(s) of the activity and the amount of funds the lobbyist employer knows or has reason to know were raised as a result of the activity.

11. The date and amount of one or more contributions aggregating more than $1,000 made by the lobbyist employer at the behest of an elective City officer or candidate for elective City office during the reporting period to any and all controlled committees of any other elective City officer or candidate for elective City office, the name and address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

12. The date, amount and description of

one or more donations aggregating $1,000 or more made by the lobbyist employer at the behest of an elective City officer or candidate for elective City office during the reporting period to any religious, charitable or other nonprofit

Page 174: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 16 of 21

organization, the name and address of the payee, the name of the elective City officer or candidate for elective City office who made the behest and the date of the behest.

13. The name, address, email, and

telephone number of the person responsible for preparing the report.

14. Any other information required by

regulation of the City Ethics Commission, consistent with the purposes and provisions of this Article.

E. Quarterly Reports by Major Filers — Contents. Quarterly reports by major filers shall contain the following information:

1. The name, address and telephone number of the person filing the report.

2. A description of each item of municipal legislation which the entity attempted to influence during the reporting period.

3. The total payments made during the reporting period for the purpose of attempting to influence action on each proposed or pending matter of municipal legislation.

4. The name, address and telephone number of the person responsible for preparing the report.

5. Any other information required by regulation of the City Ethics Commission, consistent with the purposes and provision of this Article.

History:

Amended by Ord. No. 175432 effective 9/28/03. Renumbered by Ord. No.175432 effective 9/28/03. Amended by Ord. No. 182360, effective 1/30/13. SEC. 48.08.5 . Copies of Solicitations Each lobbying entity that produces, pays for, mails or distributes more than 50 substantially similar copies of a written political fundraising solicitation for any controlled committee of an elective City officer or candidate relating to seeking or holding City elective office or supporting or opposing a City ballot measure shall send a copy of the solicitation to the City Ethics Commission for public access, at the time the solicitation is sent or otherwise distributed, and shall report on its next quarterly report the date(s) on which it is mailed or distributed and a general description of the content of the solicitation, the number of pieces mailed or distributed, and name of the elective City officer, or candidate or City ballot measure committee for which the funds were solicited. History: Added by Ord. No. 175432, effective 9/28/03. SEC. 48.08.6. Lobbying Disclosure — Political Contributions A. Each lobbying entity, which makes

one or more contributions to an elective City officer and/or to any or all of his or her controlled committees, shall file a notice with the City Ethics Commission each time the making of a contribution results in the lobbying entity having made contributions aggregating more than $7,000 to the officer and/or his or her controlled committees within the past 12 months. The notice shall be filed on a form prescribed by the Commission

Page 175: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 17 of 21

within one business day after making a contribution that triggers the filing requirement. The notice shall contain the following information:

1. The name, address and telephone

number of the filer, the name of the elective City officer, and/or any or all of his or her controlled committees, to which the lobbying entity made contributions aggregating more than $7,000 during the past twelve months, and the date and amount of each contribution.

2. For purposes of this section, a “controlled committee” does not include any committee controlled by an elective City officer that is

(a) formed to support or oppose a

ballot measure or

(b) formed to support the election of that officer to other than elective City office.

B. The original notice shall be filed with

the City Ethics Commission, and copies shall be filed with the City Clerk and the elective City officer involved. Each notice may only include information relative to one elective officer.

C. The form shall be considered filed on

the date of the postmark or on the date of delivery to the City Ethics Commission, whichever is earlier.

D. The form shall be verified under

penalty of perjury by the individual filing it or by an officer of the entity authorized to file it.

E. The City Ethics Commission shall post the information in the notice on its website within one business day of its receipt of the notice. The City Clerk shall make the notice available for inspection within one business day of its receipt.

History: Added by Ord. No. 175432, effective 9/28/03. SEC. 48.08.7. Lobbying Disclosure — Fundraising Activity A. Every lobbying entity who within any

12 month period (i) engaged in fundraising activities on behalf of an elective City officer and/or any and all of his or her controlled committees, and which knows or has reason to know that the fundraising activities resulted in contributions, and/or (ii) delivered or acted as an intermediary for one or more contributions to the elective City officer and/or any and all of his or her controlled committees, shall file a notice with the City Ethics Commission any time the activities identified in (i) and/or (ii) aggregate more than $15,000 in the case of a member of the City Council, or more than $35,000 in the case of the Mayor, City Attorney, or Controller. The notice shall be filed on a form prescribed by the City Ethics Commission within one business day after any of these thresholds is exceeded. The notice shall contain the following information:

1. The name, address and telephone

number of the filer, the name of the elective City officer, and/or any or all of his or her controlled committees, on whose behalf the lobbying entity engaged in fundraising activities, or

Page 176: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 18 of 21

delivered or acted as intermediary for one or more contributions to the elective City officer and/or any and all of his or her controlled committees, the date of the fundraising activity, and the amount of contributions raised, delivered or in connection with which the lobbying entity acted as an intermediary.

2. For purposes of this section, a

“controlled committee” does not include any committee controlled by an elective City officer that is

(a) formed to support or oppose a

ballot measure or (b) formed to support the election of

that officer to other than elective City office.

3. For purposes of this notification, if a fundraising event is sponsored or hosted by more than one person, the amount of contributions received at or as a result of the event shall be attributed to each lobbying entity who hosted or sponsored the event according to the amount of the contributions that resulted from that lobbying entity’s fundraising activities. If a contribution results from the fundraising of more than one person and/or lobbying entity, that contribution shall be apportioned equally to each of the persons and/or lobbying entity that engaged in the fundraising activity.

B. The original notice shall be filed with

the City Ethics Commission, and copies shall be filed with the City Clerk and the elective City officer involved. Each notice may only

include information relative to one elective officer.

C. The form shall be considered filed on

the date of the postmark or on the date of delivery to the City Ethics Commission, whichever is earlier.

D. The form shall be verified under

penalty of perjury by the individual filing it or by an officer of the entity authorized to file it.

E. The City Ethics Commission shall

post the information in the notice on its website within one business day of its receipt of the notice. The City Clerk shall make the notice available for inspection within one business day of its receipt.

History: Added by Ord. No. 175432, effective 9/28/03. Sec. 48.08.8. Lobbying Disclosure — Written Communications to Neighborhood Councils (a) No lobbying entity registered with the

City of Los Angeles shall deliver or send to a certified neighborhood council a written communication on behalf of a client, including, but not limited to, letters, faxes, electronic messages, and flyers, without a disclosure indicating that the communication was delivered or sent by that lobbying entity.

(b) For purposes of subsection (a), the

required disclosure shall be printed clearly and legibly in no less than 8-point type in a color or print that contrasts with the background so as to be legible and shall be presented in a clear and conspicuous manner in

Page 177: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 19 of 21

the written communication. The disclosure shall include all of the following information applicable to the written communication:

(1) The name of the lobbyist(s) that

prepares, delivers or sends the written communication;

(2) The name of the registered lobbying

firm(s) or lobbyist employer(s) who employs the lobbyist(s) that prepares, delivers or sends the written communication; and,

(3) The name of the client or clients on

whose behalf the lobbying entity prepares, delivers, or sends the written communication in an attempt to influence municipal legislation.

History: Added by Ord. No. 176034, effective 7/26/04. SEC. 48.09 Compliance Measures and Enforcement A. Audits. The City Ethics Commission

shall have the authority to conduct audits of reports and statements filed pursuant to this Article. Such audits may be conducted on a random basis or when the City Ethics Commission staff has reason to believe that a report or statement may be inaccurate or has not been filed.

B. Criminal Penalties.

1. Any person who knowingly or willfully violates any provision of this Article is guilty of a misdemeanor. Any person who knowingly or willfully causes any other person to violate any provision of this article, or who knowingly or willfully aides

and abets any other person in violation of any provision of this article, is guilty of a misdemeanor.

2. Prosecution for violation of any

provision of this article must be commenced within one year after the date on which the violation occurred.

3. No person convicted of a violation of

this Article may act as a lobbyist or otherwise attempt to influence municipal legislation for compensation for one year after such conviction.

C. Civil Enforcement.

1. Any person who knowingly violates any provision of Section 48.04 shall be liable in a civil action brought by the City Attorney. Any person who intentionally or negligently violates any other provisions of this Article shall be liable in a civil action brought by the City Attorney. Failure to properly report any receipt or expenditure may result in civil penalties not to exceed the amount not properly reported, or $2,000, whichever is greater. Any other violation may result in civil penalties no greater than $2,000. If the court determines that a violation was intentional, the court may order that the defendant be prohibited from acting as a lobbyist or otherwise attempting to influence municipal legislation for one year.

2. In determining the amount of liability pursuant to this subsection, the court shall take into account the seriousness of the violation and the

Page 178: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 20 of 21

degree of culpability of the defendant.

3. If two or more persons are

responsible for any violation, they shall be jointly and severally liable.

4. No civil action alleging a violation of

this Article shall be filed more than four years after the date the violation occurred.

D. Injunction. The City Attorney on

behalf of the people of the City of Los Angeles may seek injunctive relief to enjoin violations of or to compel compliance with the provisions of this article.

E. Administrative Penalties. The City

Ethics Commission may impose penalties and issue orders for violation of this Article pursuant to its authority under Charter Section 706(c).

F. Late Filing Penalties. In addition to

any other penalty or remedy available, if any person fails to file any report or statement required by this Article, after any deadline imposed by this Article, such person shall be liable to the City Ethics Commission in the amount of twenty-five dollars ($25) per day after the deadline until the statement or report is filed, up to a maximum amount of $500. Liability need not be enforced by the Commission if its Executive Officer determines that the late filing was not willful and that enforcement of the penalty would not further the purposes of this Article. No liability shall be waived if a statement or report is not filed within 10 days after the Commission has sent specific

written notice to the filer of the filing requirement.

G. Restriction on Person Who Violates

Certain Laws.

1. No person shall act or continue to act as a registered lobbyist or lobbying firm if, within the prior four years, that person has been found by the City Ethics Commission, in a proceeding pursuant to Charter Section 706, to have violated City Charter Section 470(k) on any occasion. That determination shall be based either on a finding of the City Ethics Commission made after an administrative hearing or on a stipulation by the lobbyist or lobbying firm entered into with the City Ethics Commission within the previous four years.

2. If the City Ethics Commission makes

a finding that the person has either

(1) accepted responsibility for the violation in the form of having entered into a stipulation with the City Ethics Commission in which the party admits the violation, or otherwise exhibits evidence of having accepted such responsibility, or

(2) mitigated the wrongdoing by taking

prompt remedial or corrective action, then the City Ethics Commission may reduce the time period during which the above prohibition would apply to a period of not less than one year.

Page 179: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

Los Angeles Municipal Lobbying Ordinance

Last Revised January 30, 2013 Page 21 of 21

H. Contract Bidder Certification of Compliance With Lobbying Laws.

1. Any bidder for a contract, as those

terms are defined in Los Angeles Administrative Code Section 10.40.1, shall submit with its bid a certification, on a form prescribed 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 Section 48.02 of this article. The exemptions contained in Section 48.03 of this article and Los Angeles Administrative Code Section 10.40.4 shall not apply to this subsection.

2. Each agency shall include 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. The ordinance must be provided in at least 10-point font and may be provided on paper, in an electronic format, or through a link to an online version of the ordinance. The ordinance is not required to be printed in a newspaper notice of the solicitation.

3. This subsection does not apply to

the renewal, extension, or amendment of an existing contract, as long as the solicitation for the original contact met the requirements in Paragraphs 1 and 2 above and the renewal, extension, or amendment does not involve a new solicitation.

4. For purposes of this subsection, “agency” does not include a state agency operating solely within the City such as the Community Redevelopment Agency or Los Angeles City Housing Authority.

History: Amended by Ord. No. 169916, effective 8/10/94. Amended by Ord. No. 171142, effective 8/3/96. Amended by Ord. No. 172942, effective 1/21/00. Amended by Ord. No. 178064, effective 1/15/07. Amended by Ord. No. 179934, effective 7/21/08. SEC. 48.10. Ethics Commission Reports As soon as practicable after the close of each quarterly reporting period, the City Ethics Commission shall prepare a report to the Mayor and City Council of lobbying activity which occurred during the reporting period. Such report shall be in a form which, in the opinion of the Commission, best describes the activities, receipts and expenditures of persons subject to the requirements of this article. History: Added by Ord. No. 169916, effective 8/10/94. SEC. 48.11. Severability If any provision of this article, or its application to any person or circumstance, is held invalid by any court, the remainder of this article and its application to other persons and circumstances, other than that which has been held invalid, shall not be affected by such invalidity, and to that extent the provisions of this article are declared to be severable. History: Added by Ord. No. 169916, effective 8/10/94. . . . .

Page 180: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 1

1. SUPPLEMENTAL REQUIREMENTS AND CONDITIONS A. PRECEDENCE OF CONTRACT DOCUMENTS (Greenbook/Brownbook - 8/3/09)

In resolving inconsistencies or ambiguities among two (2) or more components of the Contract Documents, the document highest in precedence shall control. The precedence shall be: 1. Supplemental Agreements, Change Orders, Engineer’s written interpretations and clarifications

and Addenda. 2. Federal and State requirements. 3. Permits from other agencies as may be required by law. 4. Bid Proposal 5. Plans 6. Special Specifications for the Construction of Street Lighting Systems (Blue Book) (Available at www.lacity.org/BSL/index.htm - Click "For Business")

7. City of Los Angeles, Department of Public Works, Additions and Amendments to the Standard Specifications for Public Works Construction (Brown Book - Available at http://eng.lacity.org/techdocs/speclibrary/).

8. Standard Plans. (Available at http://eng.lacity.org/techdocs/stdplans/) 9. Standard Specifications for Public Works Construction (Green Book) (May be purchased from places specializing in Specification publications) 10. Reference Specifications or Reference Plans

Engineer’s written interpretations and clarifications will take precedence over all other components of the Contract Documents. Shown dimensions take precedence over scaled dimensions. Detailed drawings will take precedence over general drawings. Special notes take precedence over general notes.

B. CONTRACTOR’S REPRESENTATIVE AT THE SITE (Gen Cond 00302 - 1/30/03 BSL Rev. 1/05/12)

A technically qualified and English-speaking project representative shall be designated in writing as the Contractor’s Representative at the job site, who shall supervise the Work and shall provide competent supervision of the Work until its completion. The Contractor’s Representative shall be assigned full time and exclusively to this project. Alternate representatives with qualifications equal to or better than the previous representative may be designated. The Engineer and the Inspector reserve the right to remove, without any right to work on the project, either the Contractor’s Representative or alternate, who in the sole opinion of the Engineer or the Inspector, is uncooperative, or has demonstrated incompetence, lack of professionalism, or other unsuitability to perform supervision of the Work. If the Contractor’s Representative or alternate leave the employ of the Contractor, the Contractor will be required to replace the individual(s) and fulfill the requirements of this Article within fifteen (15) calendar days. In no event shall any Work proceed in the absence of an approved representative. The Contractor’s Representative or alternate shall have full authority to act on behalf of the Contractor, including, but not limited to final approval of Change Orders and Supplemental Agreements. All directions given by the Engineer or the Inspector to said representative or alternate shall be considered as having been given to the Contractor. Such instructions given by the Engineer or the Inspector to the Contractor’s Representative or alternate will be confirmed in writing. All instructions and directions given by the Engineer or the Inspector will be limited to matters properly falling within the Engineer’s or the Inspector’s authority as specified in “Authority of the Board, Engineer and Inspector” of these General Conditions.

Page 181: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 2

The Contractor’s Representative or alternate shall be present at the worksite at all times while Work is in progress. Failure to observe this requirement constitutes a suspension of the Work by the Contractor, until such time the Contractor’s Representative or alternate is again present at the worksite. All Work performed while the Contractor’s Representative or alternate is absent from the worksite is ineligible for payment. Work performed in violation of these provisions shall be removed and reconstructed, refabricated, or reinstalled under the required supervision. The Contractor is ineligible for time extensions or additional payment for costs or impact that directly or indirectly are caused by said suspension. Those ineligible costs and impacts include what the Contractor may incur for slowdown, delays, idled equipment, removals, reconstruction, refabrication, reinstallation and other. During such periods of noncompliance when the Contractor’s Representative is not on site, written instructions issued by the Engineer or the Inspector to any employee of the Contractor is considered adequate notice to the Contractor.

Whenever the Work is defined as being suspended under the provisions of this Article, any such suspension in excess of ten (10) calendar days shall constitute just cause for the City to terminate the Contract.

1C. CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT (Gen Cond 00221 - 081211) The Contractor shall divert all Construction and Demolition (C&D) waste generated from the project in accordance with the City’s C&D Waste Recycling Ordinance. Los Angeles Municipal Code requires that all mixed C&D waste material generated within the City of Los Angeles be taken to a City Certified C&D Waste Processor. Further, mixed C&D waste can only be legally collected, removed, or transported by City of Los Angeles Permitted Solid Waste Haulers. If the Contractor plans on collecting, removing, or transporting its own waste, it must first apply for and obtain a Solid Waste Hauler Permit from the Solid Resources Citywide Recycling Division of the Bureau of Sanitation. Failure to meet the C&D waste recycling requirements as detailed above will result in the assessment of penalties up to $5,000 per each load of C&D waste not taken to City Certified Processors. Further, collecting, removing or transporting C&D waste within the City without a valid Solid Waste Hauler Permit is a criminal misdemeanor subject to fines and/or imprisonment.

Other sections of the Specification may require specific recycling rates in addition to the Los Angeles Municipal Code requirements.

D. DISPOSAL OF REMOVED EQUIPMENT

All equipment indicated to be removed and disposed of shall become the property of the contractor. The contractor shall dispose of all equipment per applicable laws and regulations. California law requires special handling of electrical waste such as ballasts or transformers containing polychlorinated biphenyl (PCB), and fluorescent or mercury tubes, bulbs, and lamps. Ballasts/transformers manufactured prior to 1980 may contain PCB. PCB disposal is regulated by the U.S. EPA under the Toxic Substances Control Act (TSCA), and Part 761 of Title 40 of the Code of Federal Regulations (40 CFR Part 761). PCB wastes are also regulated as hazardous waste by the California Dept. of Toxic Substances Control (DTSC) under the Health and Safety Code (HSC), and Title 22 of the California Code of Regulations (22 CCR). PCB wastes must be shipped by an authorized PCB or hazardous waste transporter to a properly permitted EPA-approved disposal facility. Waste fluorescent or mercury tubes, bulbs, and lamps are considered Universal Wastes under California Code of Regulations, Title 22. Universal Wastes can adversely impact public health and the environment if not properly managed and therefore must be disposed of at appropriately permitted facilities. Contact the DTSC for more information.

Page 182: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 3

1E. NOTIFICATION OF HAZARDOUS SUBSTANCES (Gen Cond 00314 - 10/17/01)

The existing facilities or Jobsite may contain asbestos, PCBs, corrosives, carcinogens, or other hazardous materials. Should the Contractor or any of its Subcontractors, while performing Work on or in the vicinity of existing facilities, unexpectedly encounter any material identified in the California Code of Regulations, Title 8, as a hazardous material not shown on the Plans or addressed in the specifications, or have reason to believe that any other material encountered may be a hazard to human health and safety and/or the environment, the Contractor shall stop the Work, cordon off the affected area to secure entry, and shall immediately notify the Inspector and the Engineer. Removal and disposal of the hazardous material not shown on the Plans or addressed in the specifications, if the Engineer deems it necessary, will be done by and at the expense of the City. The City will provide the Contractor, upon request, with copies of Material Safety Data Sheets (MSDS) covering hazardous materials identified by the Contractor that are encountered in existing facilities during the course of the Work and that are not removed by the City. In the event that the Contractor is delayed in the completion of the Contract solely because of such hazardous materials or conditions not previously identified in the Contract Documents, the Contractor shall be entitled to an extension of time. For new construction Work and for all Contractor furnished supplies and equipment that may contain hazardous materials, the Contractor shall develop and implement a written Hazard Communication Program for its employees in accordance with the California Code of Regulations. The Contractor’s basic written Hazard Communication Program shall be submitted to the Engineer and the Inspector prior to the start of Work at the site, and shall be revised and kept current as required by the continuing progress of the Work. The Contractor’s Hazard Communication Program shall also include the MSDS for all hazardous materials the Contractor will be using at the facility. All provisions concerning MSDS for hazardous materials shall be met before the hazardous material is delivered to the site. The Engineer shall be provided with three (3) copies and the Inspector with four (4) copies of the Contractor’s written Hazard Communication Program, Contractor provided MSDS, and all revisions and modifications thereto. The Contractor and Subcontractors shall comply with all State and Federal statutes and regulations on training, handling, storage, public notification, and disposal of hazardous materials and hazardous wastes. In the event that the Contractor or its Subcontractors spills or releases hazardous materials, the Contractor shall immediately notify the Inspector and the Engineer and any required agencies of the spill or release and the Contractor shall stop the Work, and cordon off the affected area to secure entry. Removal and disposal of the hazardous material, if the Engineer deems it necessary, will be done by the City at the Contractor’s expense. Further, the Contractor shall notify the Engineer and the Inspector when hazardous materials are brought on-site and when hazardous materials and hazardous wastes are removed from the site. Hazardous Materials brought on site shall be accompanied by four (4) copies of MSDS, which shall be provided to the Inspector before such materials are unloaded.

F. TIME AND MATERIALS WORK (Gen Req 01254v19 - 4/14/11)

The Contractor shall notify the Inspector at the beginning of each day when Changed/Extra Work is being performed. The Contractor shall notify the Inspector of the Changed/Extra Work being performed and describe the personnel involved, whether by Contractor forces or by its subcontractors at any tier. Failure to notify the Inspector prior to the start of Changed/Extra Work serves as the Contractor’s waiver to claim for compensation on that day. For each working day, the Contractor shall submit a “Daily Report of Time and Material Work” to the Inspector. The “Daily Report” consists of Bureau of Contract Administration Form BCA-165 for labor

Page 183: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 4

supplied, and Form BCA-166 for equipment and materials supplied. The Inspector will only consider Forms that are properly completed as described below. 1. Separate forms must be used for labor and for equipment/materials. 2. Labor, equipment, material or expenditures that are not included on Bureau of Contract Administration Forms BCA-165 and/or BCA-166 are ineligible for payment. There will be no exceptions to this requirement. It is the responsibility of the Contractor to include any and all items of labor, equipment, or material for which it requests compensation for each day’s work completed. 3. Information required on the Labor form shall include name of personnel, personnel classification, and only the number of hours worked on Changed/Extra work for the day being reported. Since the overhead allowance already includes all necessary supervision, any hours for additional supervision or non-working foremen are ineligible for additional payment. The premium pay for a general foreman is eligible for payment only if the general foreman is a working foreman and a general foreman was required by a Union Labor Agreement or otherwise approved by the Inspector. The general foreman rate is eligible for payment only during the time that a general foreman was required for the Changed/Extra Work. 4. Information required on the Equipment/Material form shall include Contractor-owned equipment and/or tools, and rented equipment or tools for which compensation is requested. Information shall include the type of equipment, size of equipment, equipment identification number, appurtenances, and only the number of hours worked on the Changed/Extra work. 5. The only allowable materials are materials delivered to the job site and/or incorporated only into the Changed/Extra work. The allowable materials shall be listed on the T&M sheet for the day that they are delivered to the job site and/or incorporated into the Changed/Extra work. 6. Delivery ticket(s) and/or bill(s) of lading for rental equipment and/or tools delivered to the site and/or material incorporated into the work for the day being reported must be attached with the T&M sheet for that day. No payment will be allowed for materials and/or rented equipment unless receipt(s) or bill(s) of lading is attached. If the request for payment is not substantiated by original vendor/supplier invoices, acceptable copies of original invoices, or other documentation acceptable to the Inspector, the City may establish the cost of the item(s) at the lowest possible wholesale price or rental rate applicable while the work was being performed. 7. Failure to submit the required “Daily Report of Time and Material Work” by the close of the next working day shall waive all rights for that day unless otherwise approved by the Inspector. Work that cannot be substantiated by a “Daily Report”, approved and signed by the Inspector, is ineligible for payment. 8. The Contractor is responsible for preparing the “Daily Report” for work by its Subcontractors and submitting the Forms to the Inspector on time. 9. The Contractor must have each “Daily Report” verified by the Inspector. After the “Daily Report” is approved by the Inspector, both the Contractor and Inspector sign the report. The original “Daily Report” is retained by the Inspector with a copy provided to the Contractor. 10. When the “Daily Report” is signed by the Inspector and the Contractor, it is binding on the Contractor and its Subcontractors. 11. When agreed to by the Inspector, the Contractor may submit a supplemental “Daily Report” for labor, materials, or equipment for which the Contractor requests compensation but failed to list on the original daily report.

Page 184: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 5

a. These supplemental forms shall be marked “SUPPLEMENTAL”.

b. Unless otherwise approved by the Inspector, the supplemental forms may only be submitted for approval up to two (2) working days following the date when the work was performed.

No payment will be allowed for labor, materials, or equipment included on T&M sheets not signed by the Contractor and the Inspector. Payment will not be allowed for labor, materials, or equipment included on T&M sheets signed by anyone other than the Inspector or the Inspector’s immediate supervisor. It is the intent of the City to settle all Change Orders full and final at the time the Change Order is issued. The compensation (time and cost) set forth in a Change Order comprises the total compensation due the Contractor, all Subcontractors, and all Suppliers, for the Work or change defined in the Change Order, including impact on unchanged work. By signing the Change Order, the Contractor acknowledges and agrees on behalf of himself, all Subcontractors, and all Suppliers, that the stipulated compensation includes payment for all work contained in the Change Order, plus all payment for the interruption of schedules, extended field overhead costs, delay, and all impact, ripple effect or cumulative impact on all other work under this Contract. The signing of the Change Order indicates that the Change Order constitutes full mutual accord and satisfaction for the change, and that the time and/or cost under the Change Order constitutes the total equitable adjustment owed the Contractor, all Subcontractors, and all Suppliers as a result of the change. The Contractor, on behalf of himself, all subcontractors, and all Suppliers, agrees to waive all rights, without exception or reservation of any kind whatsoever, to file any further claim related to this Change Order. No further claim or request for equitable adjustment of any type for any reasonably foreseeable cause shall arise out of or as a result of this Change Order or the impact of this Change Order on the remainder of the Work under this Contract.

1G. NON-CONFORMING WORK (Gen Cond 00310 - 1/30/03)

Except as set forth in this Article, all non-conforming Work and materials, in place or not, shall be removed immediately from the site or corrected to conform to all requirements of the Contract Documents, by the Contractor, at the sole expense of the Contractor. If the Contractor fails to remove, replace or correct any non-conforming Work or materials within seventy-two (72) hours of discovery, the Inspector or the Engineer may cause such Work or materials to be removed and replaced. Such removal and replacement shall be at the sole expense of the Contractor with no entitlement to time extensions, additional reimbursement, extended overhead, or interest on monies due. In addition, all such cost shall be deducted from any amounts that are due or may become due to the Contractor. Failure of the Inspector or the Engineer to notify the Contractor of any non-conforming Work shall not constitute acceptance of any non-conforming Work. The Contractor’s obligation to remove, replace or correct any non-conforming Work, whenever discovered, shall continue to the end of the guaranty-warranty period provided for in “Guaranty-Warranty” of the General Requirements. The City reserves and retains all rights and remedies at law against the Contractor and their Surety for correction of any and all latent defects discovered after the guaranty-warranty period. Any delays or impacts arising on the Work as a result of construction, fabrication or delivery of non-conforming work or materials shall be at the Contractor’s sole expense, with no time extension, additional reimbursement for extended overhead, or interest on monies due allowed. Examination of covered Work may be ordered by the Engineer or the Inspector for any reason. The Work shall be uncovered by the Contractor and if such Work is found to be in accordance with the Contract Documents, the City will issue a Change Order authorizing payment for the cost of examination and replacement. If such Work is found to be not in conformance with the Contract Documents, the Contractor shall correct the non-conforming Work and the cost of examination and

Page 185: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 6

correction of the non-conforming Work shall be borne solely by the Contractor. Failure of the Contractor to comply with the requirements of this Article shall constitute default of the Contract by the Contractor and the City may terminate the Contract as provided for in Termination of Contract by City (Contractor Default).

1H. UNAVOIDABLE DELAY (Gen Cond 00401 - 10/17/01)

Should the Contractor be obstructed or delayed in the completion of the Work from causes beyond its control and without its fault or negligence, and solely due to acts of God, acts of government in its sovereign capacity, riots, insurrections, wars, fires, floods, earthquakes, tidal waves, epidemics, quarantine restrictions, industry-wide strikes, freight embargoes, or unusually severe weather, it shall be entitled to a non-compensable extension of time. The Contractor shall only be entitled to a non-compensable extension of time for Unavoidable delay in the Work which negatively impacts the critical path of the approved project schedule, and causes the Work of the project to extend beyond the approved Contract Completion date. The Contractor shall be entitled to a non-compensable time extension only if it notifies the Engineer and the Inspector immediately at the time the Contractor is prevented from proceeding with the Work and follows with written notification of the causes of the delay within five (5) calendar days from the beginning of any delay. Also, the Contractor shall notify the Engineer and the Inspector immediately at the end of the delay and follow up with written notification of the cessation of delay within five (5) calendar days from the end of the delay. Any claim for a time extension shall be made in writing within twenty (20) calendar days after the conclusion of the delay. The Engineer and the Inspector shall ascertain the facts and the extent of the delay and extend the time for completing the Work if, in their judgment, the findings of fact justify such an extension. The Engineer’s decision shall be final and conclusive, subject only to appeal as provided by “Claims and Protests”.

2. TRAFFIC LANE REQUIREMENTS (TLR)/WORKING HOUR SCHEDULE (revised 10/25/05)

All construction on major and secondary streets (including through and turning lanes) shall be prohibited from 6:00 a.m. to 9:00 a.m. and 3:30 p.m. to 7:00 p.m. One lane may be closed at all other times. For parking lanes, posted parking signs are to be followed at all times. All lane closures shall conform to the requirements of the latest adopted edition of the Work Area Traffic Control Handbook "WATCH" manual, the LADOT Worksite Traffic Control Plan (S-488.0) and the Manual on Uniformed Traffic Control Devices “MUTCD”, as applicable. See also provisions as specified in Section 7-10.3 of the Brown Book (formerly known as Standard Plan S-610). Any Supplemental Traffic Lane Requirements will be issued via an Addendum. Should there be conflicting requirements between the provisions listed above and the Supplemental TLRs, the more restrictive requirement shall prevail.

3. STANDARD ADDITIONAL REQUIREMENT FOR CURB-SIDE PARKING, DRIVEWAYS, AND

ALLEYS.

No interference to curb-side parking maneuvers and accesses to driveways and alleys at any time, unless pre-approved. Applicants with pre-approved interferences must notify the abutting properties 5-calendar-day prior to commencing work. The LADOT Special Traffic Controls (213) 485-2298 shall be contacted 5 working days in advance for installation of temporary parking/stopping prohibition and/or covering of meter heads.

Page 186: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 7

Any and all plan submittals relative to full-street-closure and intersection-closure require approval procedures per LAMC 41.20.

4. CONSTRUCTION ON STATE HIGHWAYS AND ENCROACHMENT PERMITS

Lane closures as well as construction area traffic control devices utilized for construction on State Highways shall conform to the applicable provisions of Sec. 12 of Caltrans' "Standard Specifications" and all applicable diagrams.

Caltrans requires an "Encroachment Permit" prior to any work on a state highway. All fees associated with these permits will be paid by the Contractor. Information on encroachment permits is available at (213) 897-3631.

5. CONSTRUCTION SCHEDULES

The construction schedule submitted shall be on a form similar or equivalent to the form to be provided to the Contractor at the pre-construction meeting. This "Street Lighting Construction Schedule" is required by Section 6-1 of the "Standard Specifications for Public Works Construction." The form shall be submitted directly to the Construction Engineer of the Bureau of Street Lighting. After review, the form will be forwarded to the Bureau of Contract Administration for approval.

6. AUTHORIZATIONS TO USE PRIVATE PROPERTY

The contractor shall obtain and pay for all costs incurred for permits or authorizations to use private property. One copy of each such permit or authorization shall be delivered to the Inspector by the Contractor before it begins use of the property.

7. EXCAVATIONS UNDERGROUND SERVICE ALERT

Before commencing any excavation, the contractor shall obtain an underground service alert inquiry I.D. number by calling 1-800-422-4133. Two working days shall be allowed after the I.D. number is obtained and before the excavation work is started so that utility owners can be notified. The I.D. number must be reported to the Bureau of Contract Administration when calling for inspection: Metro, (213) 485-3002; Valley, (818) 989-8335. I.D. numbers will not be given more than ten days prior to starting excavation work.

8. MODIFICATIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PAYMENT FOR MATERIALS DELIVERED TO THE CONTRACTOR

Section 9-3 (PAYMENT) of the Standard Specifications for Public Works Construction is modified as follows:

1. Partial payment only for luminaires, external ballasts, conversion kits, lamps, and glare shields

delivered to the Contractor's yard or to the work site will be made subject to the following conditions:

a. Payment will not be made in amounts less than $2,500, or for any equipment which will not

become a permanent part of the improvement.

Page 187: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 8

b. Payment will be made on the basis of the amount of the invoice for the actual value of the equipment presented to the City along with an authenticated release executed by the supplier. The amount paid shall not exceed the total amount of the bid item less an amount estimated for installation. All suppliers, fabricators or manufacturers who intend to furnish equipment to any City Project must file a notice with the City in accordance with the State of California lien laws.

c. The Contractor shall provide storage facilities and exercise such measures as will insure the

preservation of the specified quality, quantity and fitness of such equipment. The equipment shall be stored and protected in a manner and location satisfactory to the City. In order for the contractor to qualify for partial payment each supplier, fabricator or manufacturer shall in addition to the above, file a list indicating what materials he intends to furnish to the project along with a list of notarized signatures of employees who are authorized to sign an unconditional release for the company.

d. Payment (or partial payment) shall not relieve the Contractor from his obligations under the

contract; nor shall such payment be construed to be acceptance of work not conforming to the plans or specifications. Also, payment shall not be construed as the transfer of ownership of any equipment to the City. Responsibility of ownership shall remain with the Contractor who shall be obligated to replace any equipment required to be provided under the contract which may be damaged, lost, stolen or otherwise degraded in any way prior to completion and acceptance of the work under the contract. Guarantee periods shall not be affected by any payment but shall commence after the incorporation of such equipment or materials in the work and on the date it is placed into service prior to final acceptance (or partial acceptance) of the project, the guarantee period will run from the date of such acceptance.

e. PAYMENT WILL BE MADE ONLY ON EQUIPMENT APPROVED FOR INSTALLATION BY

THE BUREAU OF STREET LIGHTING. Approval for installation requires 1) Equipment List (M40 Form) approval, and 2) Satisfactory results (as determined by the Bureau) of Quality Assurance Testing if any (refer to the Equipment Acceptance Section, and the Quality Assurance Provisions section in this contract).

9. TRAFFIC SIGNAL SYSTEM

Materials and installation shall conform to the Standard Special Provisions for Installation and Modification of Traffic Signals (Latest Edition) and the Material Specifications for Traffic Signal Equipment, copies of which may be obtained at LADOT Records Section, 221 N. Figueroa St. Suite 300. The Signal Construction Superintendent, Department of Transportation telephone 213-847-2991, shall be notified three (3) working days prior to beginning of construction. Traffic signal control shall be maintained between the hours of 6-9 a.m. and 4-7 p.m. Flashing, shutdown, or the turning on of signals shall be accomplished only by the Signal Construction Superintendent, Department of Transportation. Mounting height for traffic signal heads on combination street lighting/traffic signal electroliers listed below shall be eleven feet, three inches. C.D. 807 C.D. 929 C.D. 814 C.D. 953 Std. Plan D-10557 Std. Plan B-3281 Std. Plan B-3279 Std. Plan B-3685 In addition, when required, cable outlet and mounting holes for the installation of a pedestrian signal head shall be at a mounting height of seven feet, six inches.

Page 188: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 9

10. STREET LIGHTING CREW COMPOSITION REQUIREMENTS (Effective 1/27/2010)

Acceptance of this contract by the successful bidder indicates agreement to comply with these Crew Composition Requirements. The Contractor shall designate a Foreman who shall be on the jobsite continuously while any work is being performed, and who shall have the authority to act for the contractor on all matters. The Foreman shall be a Journey Level Electrician and may be in charge of up to eleven workers. A State of California Certified Electrician must be on site to supervise any traffic signal related work (contractor will not be allowed to perform any traffic signal related work until certification is presented to and approved by the City inspector). Please note that if a licensed C-10 contractor works under another C-10 contractor's license as an employee, he must be Certified. Visit http://www.dir.ca.gov/DAS/ElectricalTrade.htm for more info on this requirement. The crew may be composed of State of California Certified Electricians, Duty Specific Utility Technicians, Laborers, Apprentices and State registered Trainees. In addition, the contractor shall comply with the following:

1. A crew shall consist of a maximum of six workers. There shall be at least one Journey Level

Electrician and one Duty Specific Utility Technician for each crew. 2. Apprentices/trainees must be used on this project in accordance with state and federal

requirements. All apprentices/trainees shall work under the supervision of a Journeyman from the same trade. Apprentice/trainee ratios must be in compliance with the California Department of Industrial Relations, Division of Apprenticeship Standards guidelines.

3. When more than one Foreman is required, the contractor shall designate a Lead Foreman who

will be in charge of all employees on the project.

For the purpose of determining prevailing wage, refer to “Prevailing Wages” in the “General Instructions and Information for Bidders” section in Part III of this bid proposal. Journey Level Electricians shall be paid at the rate of a Journey Level Transportation Systems Electrician, and Duty Specific Utility Technicians shall be paid at the rate of a Transportation Systems Technician.

11. EQUIPMENT TESTING, SPECIFICATIONS & APPROVAL

EQUIPMENT SPECIFICATIONS

A. SERIES HIGH VOLTAGE EQUIPMENT All equipment shall be capable of operating on a 5,000 Volt rated circuit served from a "moving coil", 6.6 amp, constant current transformer.

B. WIRE CONNECTORS - SERIES AND MULTIPLE

Wire connectors shall be of a type approved by the engineer and bear the Underwriters Laboratory seal of approval. The installation procedure, including connector size and crimping tools shall conform to the manufacturer's recommendations. Generally, bulky or odd shape connectors, narrow connectors which may damage the wire, or twist-on and split-bolt type connectors will not be allowed. The mechanical performance of the connector shall be such that no free play can be observed after the connector is subjected to a combination of hand-applied twists and pulls. A solid cross section will also be required when the connector is subjected to saw cutting. All wire connectors shall have a nominal cross sectional area equivalent to the area of the largest conductor connected.

Page 189: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 10

C. MULTIPLE CIRCUIT ELECTROLIER WIRING

All #10 AWG wires used for Multiple Circuit Electrolier Wiring referenced in Standard Drawing No. L-301-1 shall be #10 AWG SOLID copper conductors.

D. HIGH POTENTIAL REQUIREMENTS - SERIES BALLASTS

The ballast shall be insulated to withstand the following continuously applied voltages under standard conditions:

1. 10,500 volts RMS AC between primary and core. 2. 10,500 volts RMS AC between primary and secondary. 3. 2,500 volts RMS AC between secondary and core.

12. TESTING OF LUMINAIRES AND LAMPS

Contractor shall be responsible for submitting to the Bureau of Street Lighting all required submittals of luminaires and lamps for quality assurance testing. The required quantities of lamps and luminaires to be submitted for quality assurance testing are as follows:

Quantity of luminaires and/or lamps of same type and wattage listed on Quantity of the street lighting bid list Required submittals

0-24 0

25-100 2

101-200 3

201-300 4

301-400 5

401-500 6

Contractor shall hand deliver the required submittals to BSL at 1149 S. Broadway, Suite 200, Los Angeles, CA 90015. Deliveries and retrievals of lamps and luminaires shall be scheduled with the Equipment Evaluation Section Head ((213) 847-1835) two working days prior to delivery or retrieval date. An approved material list (M40 Form) must be submitted with the delivery. If deliveries are not scheduled, or if approved M40 Forms are not submitted with the deliveries, the equipment will not be accepted. Tests will be performed by BSL to determine if the luminaires/lamps comply with the Special Specifications for the Construction of Street Lighting Systems (BLUEBOOK) Sections 107-109. Upon evaluation of the test results, one of the following actions shall result:

- If there are no failures in meeting the specifications, the entire delivery lot will be accepted. - If two samples fail, the entire delivery lot will be rejected. - If one sample fails to meet specifications, additional samples will be randomly selected and

tested. The quantity of additional samples will equal that of the first submittal for testing. - If there are no additional failures in the additional samples submitted, the entire delivery lot will

be accepted (excluding the original failed unit). - If there is one failure in the additional samples, the entire delivery lot will be rejected.

A BSL Engineer will notify the contractor in writing of the test results within 3 weeks from delivery date. Upon notification of test results, the contractor shall retrieve the delivered materials within 5 working days. If equipment is not retrieved within this time period, it will be salvaged.

Page 190: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 11

13. STREET CUT RESTORATION FEE ORDINANCE

The Contractor is hereby made aware of the responsibility of adherence to the Street Cut Restoration Fee Ordinance. In addition, prior to the start of Construction, the Contractor must notify the Construction Engineer at 213-847-1811, [email protected], of any locations within the project limits that have been repaved in the previous 12 month period. For additional details, please contact the Bureau of Engineering, Development Services Division, Excavation Permits, at 213-977-6051. This office is located at 201 North Figueroa Street, 4th Floor, Los Angeles, CA.

14. BUSINESS INCLUSION PROGRAM (08/25/11) The contractor should take note that the Board of Public Works Minority Business Enterprise

(MBE)/Women Business Enterprise (WBE)/Other Business Enterprise (OBE) Subcontractor Outreach Program has been replaced by the Business Inclusion Program (BIP). See Part III of this proposal for more details.

15. ELECTRICAL SAFETY POLICY The Contractor is required to comply with the Board of Public Works Electrical Safety Policy, see

page 1-13a and 1-13b. In addition to submitting a signed BCA Form 168 with the Bid Proposal, all licenses and certifications required by the Policy must be submitted to the City inspector to verify compliance prior to the start of construction.

16. CITY TRANSIT FURNITURE REMOVAL/RELOCATION/RE-INSTALLATION NOTE

Contractor shall arrange and pay for the removal, storage, relocation, replacement, and/or re-

installation of all transit shelters, public amenity kiosks (PAK’s), newsstand vending kiosks (VK’s),

automated public toilets (APT’s), and/or advertising based bus benches (ad bus benches) and their

related appurtenances that may be affected by construction activities associated with these plans

whether shown and indicated on the plans or not. Transit shelters, PAK’s, VK’s, APT’s, and Ad Bus

Benches are the property of the City of Los Angeles and may only be removed, relocated, stored,

replaced and/or re-installed by the City’s authorized vendors, Outfront/JC Decaux, LLC, (Outfront-

Decaux) and Martin Outdoor Media, LLC (MOM)

A. Contractor shall contact Guillermo Gonzalez of Outfront-JC Decaux at (213) 608-0872 a

minimum of six (6) weeks prior to any required removal or relocation of a transit shelter,

PAK, VT or APT to arrange and pay for the required removal, relocation, replacement, or re-

installation. Outfront-JC Decaux will then prepare an invoice for its costs to perform the

requested work and present it to the contractor. Upon remittance from contractor for its

invoiced costs, Outfront-JC Decaux will schedule its crews to perform the requested work.

Neither Outfront-JC Decaux or the City shall be responsible for any delays associated with

contractor’s failure to properly notify and remit its payment to Ourfront-JC Decaux as noted

hereon.

B. Contractor shall contact Juan Lopez or Glenn Flutie of MOM at (310) 559-1600 a minimum

of four (4) weeks prior to any required removal or relocation of any Ad Bus Bench to arrange

for its removal or relocation. Neither MOM nor the City shall be responsible for any delays

associated with the contractor’s failure to properly notify MOM as noted hereon.

Page 191: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 12

C. Contractor shall contact Guillermo Gonzalez of Outfront-Decaux at (213) 847-0872 a

minimum of two (2) weeks prior to the construction of any sidewalk area that is intended to

receive a new, replacement, or relocated transit shelter, PAK, VK, and/or APT to coordinate

the placement and installation of any sub-grade footing and/or electrical conduit(s) required

to facilitate the installation of such city transit furniture.

17. DELIVERY OF MATERIALS TO STREET LIGHTING YARD (FOD)

If any materials are to be delivered to the Street Lighting Yard (Field Operations Division), the contractor shall provide the following info at the time of delivery, in addition to following procedure set forth in General Note No. 10 on the plans:

1. Copy of Approved Equipment List (a signed M40 Form) 2. Copy of project plan front sheet with the equipment to be submitted highlighted or circled. 3. Verification in writing from Contract Administration/City Inspector stating that the corresponding approval letters if any. 4. All boxes containing equipment must be marked with the corresponding project name. If the

equipment does not come in a box, it must be tagged with the corresponding project name. 5. A contact person, phone number, catalog number, shipping order number, and any additional information that is required to order replacement (that is identical in type/style) at a later date.

18. STREET LIGHTING OUTAGES DURING CONSTRUCTION

Per General Note No. 5 on the street lighting plans, the Contractor is responsible for the maintenance of all electroliers and circuits affected by the plan. This policy will enable the Contractor to accept responsibility of circuits one at a time instead of all circuits at the start of construction. The Contractor will remain responsible for all of the circuits until the final Burn Test Acceptance.

The following acronyms and definitions will be utilized herewith:

BSL: The Bureau of Street Lighting CAC: Circuit Acceptance Certification – form signed by the Contractor accepting responsibility for a specific series circuit DWP: Department of Water and Power FOD: Field Operations Division of the Bureau of Street Lighting FCC: First Circuit Clearance – Initial circuit clearance obtained by contractor from the DWP on a specific circuit. IBT: Initial Burn Test – circuit energized by FOD for assessment Inspector: Bureau of Contract Administration Inspector

BSL will continue to be responsible for the maintenance of street lights on awarded contracts until the Contractor obtains the FCC from the DWP for a specific circuit. Once the FCC is issued on a circuit, the circuit and all subsequent light outages on that circuit become the responsibility of the contractor until BSL Final Acceptance. Prior to the FCC, outages caused by the Contractor as determined by the BSL-FOD and/or Inspector will be the responsibility of the Contractor.

Diagnosis and repair of outages to be performed by FOD prior to the FCC shall be coordinated between FOD, Inspector and the Project Engineer. The Inspector and/or Project Engineer shall notify the Contractor in advance of the time/duration that a specific circuit will be energized.

Page 192: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 13

Prior to the FCC – First Circuit Clearance

FOD will continue to maintain lights in service. However, street lighting outages caused by the Contractor’s work as determined by the Inspector and/or FOD prior to the FCC will be the responsibility of the Contractor. All outages found to be caused by the Contractor are to be repaired within 48 hours of receipt of written notification by BSL/Inspector. The Contractor may be subject to penalties and additional liabilities per the project or Bureau specifications for outages not repaired within 48 hours. Time spent on the investigation by FOD and the Inspector as well as any subsequent repair by FOD may be charged to the Contractor by unilateral change order for outages caused by the Contractor unless otherwise negotiated with the Project Engineer. Outages not caused by the Contractor’s work will be repaired by FOD, or an Emergency Change Authorization (ECA) may be issued to the Contractor authorizing the repair on a “Time and Material” basis (per Section 3-3 of the Greenbook) in the presence of the Inspector as approved by the Project Engineer. Prior to Commencing Work on a Specific Circuit

An Initial Burn Test (IBT) will be conducted just prior to the start of actual work by the Contractor on specific circuit(s)* to verify that they are fully operational. Larger projects may require more than one IBT. The presence of the Contractor, the Inspector, FOD, and the Project Engineer will be required. The IBT will note the condition of the circuit and any failures that need to be fixed prior to the start of actual work. 1) If a circuit is found to be fully operational, the Contractor will sign the Circuit Acceptance Certification (CAC) Form (attached) at the conclusion of the IBT. 2) If a circuit is found to have operational problems, BSL and the Contractor will agree on a time frame for FOD to do the appropriate repairs. At the time the repairs are completed by FOD, the Contractor will be required to sign the CAC Form.

The Contractor will inform the Project Engineer of their circuit work plan as soon as the Notice to Proceed (NTP) is issued. A project with several circuits may require multiple IBT’s.

NOTE: The CAC is considered activated when the Contractor receives the FCC – First Circuit

Clearance from DWP for the subject circuit.

CAC – Circuit Acceptance Certification

Once the Contractor has signed the CAC, all outages on the affected circuit become the responsibility of the Contractor until BSL Acceptance. All outages are to be repaired within 48 hours of receipt of written notification by BSL or Inspector as previously mentioned. The Contractor will be subject to penalties and additional liabilities per the Project or Bureau Specifications for outages not repaired within 48 hours. If the outage(s) are repaired by FOD, the Contractor will be subject to charges by unilateral change order unless otherwise negotiated with the Project Engineer.

If there are outage(s) on a series (high voltage) circuit that the Contractor is not responsible for but is on the same controller of a circuit that the Contractor is working on, the Contractor will be required to relinquish their electrical safety clearances by contacting the DWP. This relinquishment must be done within 48 hours of notification for clearance removal, so that FOD can perform repairs to the failed circuit. The Contractor will be compensated for time as determined by the Project Engineer and Inspector.

Page 193: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 14

CIRCUIT ACCEPTANCE CERTIFICATION (CAC) FORM

CITY OF LOS ANGELES

DEPARTMENT OF PUBLIC WORKS

BUREAU OF STREET LIGHTING

Initial Burn Test (IBT) Log (To be used prior to work on any circuit)

Job Title:

Work Order No.: Plan Ref.: Change Order No. :

Project Limits:

Burn Test Date: First Circuit Clearance Date:

Circuit Type: Multiple / Series Circuit Number: PM: Reference Plans:

Service Point Address / Location:

Number and type of lights on circuit:

Lights Out Locations: Circuit Problems: Damaged Pullboxes:

1-

2-

3-

4-

5-

6-

7-

8-

9-

10-

The Contractor, as of the “daily circuit clearance” date accepts the subject circuit(s) and is responsible for its maintenance and

repair of any damages that might occur until final acceptance is completed. All light outages must be repaired within 48 hours.

Outages not repaired by the Contractor and subsequently repaired by BSL will be charged to the Contractor.

Received…………………………..……., 20…… Received………….…………………….., 20…

………………………………………………… ……………………………………………..

Signed Street Lighting Field Operations Signed Contractor

Received ………………………………..., 20…… Received………….…………………….., 20…

……………………………………………… ……………………………………………………..

Signed Street Lighting Project Engineer Signed Contract Admin. Field Inspector

AA:aa L:/$construction/Prior to construction form.doc

Page 194: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 15

19. APPROVED PROCEDURE FOR STREET LIGHTING CIRCUIT CLEARANCE (6/13/11)

Effective July 1, 2011, the process and procedures for street lighting circuit clearances will be changed.

- High voltage circuit requests will be received by the Bureau of Street Lighting and will be performed by City Crews.

- Low voltage circuits will be performed by the qualified contractors responsible for construction projects.

For all construction on July 1, 2011 and thereafter the following procedure should be followed: Low Voltage Circuits - A person who has a current and valid State of California C-10 license or is a journey level electrician shall create their own electrical safety clearances at their own risk and assume all liability to life, limb and property. The clearance shall be in accordance with the California Code of Regulations - Title 8: Industrial Relations; Division of Industrial Safety; Electrical Safety Orders Section 2320.6. No other individual may conduct the streetlight circuit clearance. The lockout, tagout procedure shall include the installation of an approved "Do not Connect/Danger" Accident Prevention Tag (APT) in the Service Pullbox with all the required information on the tag. The street lighting circuit shall be reconnected at the end of each work day. All APT tags must be removed and circuit reconnected 30 minutes before dusk. Any violation of this procedure will result in a Notice of Non-compliance. Extra fuses and spares shall be on the job site to ensure against outages after dusk. Any work required by City staff to re-energize the low voltage circuit as a result of failure to adhere to the policy will be charged to the contractor. High Voltage Circuits - No contractor is allowed to clear High Voltage Circuits. To obtain a circuit clearance the contractor shall call the Bureau of Street Lighting, Field Operations Division at (323) 913-4744, 48 hours prior to the requested clearance. The CITY crew will de-energize and re-energize circuits between the hours of 8:30 am to 2:30 pm Monday thru Friday. In the event crews are required to "stand by" during the course of work or the Contractor fails to complete the work sufficiently in time for City crews to re-energize the circuit within the prescribed time, the Contractor shall be liable for any and all "Stand By" and overtime charges accrued by City Crews. It is the responsibility of the contractor to make sure they are fully aware of the circuit type on the construction project. It is their responsibility to ensure the information on the plan is current and correct. Current plans and circuitry maps will be available at our website http://bsl.lacity.org/. Irrespective of these maps, it is the contractor's responsibility to verify in the field that the connections denoted on the plans are correct. If there are any questions regarding the circuit type, please call (323) 913-4744. This note supersedes Section 16430 of the Special Specifications for the Construction of Street Lighting Systems.

20. M40 FORM SUBMITTAL AFTER ISSUANCE OF NOTICE TO PROCEED

After issuance of the Notice to Proceed, the awarded contractor shall submit M40 form (Materials List) to the Bureau of Street Lighting for approval via Email to [email protected]. The “Completion Time” specified on page 1.1 of this proposal includes time for approval of the M40 form, procurement and testing of equipment to be installed. No Material Delay will be granted. Approval of M40 form may require submittal of shop drawings and prototypes; therefore, it is recommended that the M40 form be submitted as soon as possible.

Page 195: BID PROPOSAL · provides an 8% bid preference to qualified local businesses. For your reference, a copy of the Ordinance is provided in Part IV of the bid proposal. Any contractor

STREET LIGHTING SPECIAL SPECIFICATIONS/PROVISIONS

Ver 03/31/16 16

21. “OR EQUAL” DEFINITION FOR EQIUPMENT ON PROJECT PLANS

“Or Equal” is defined as equipment other than what is specified on the plans, but must 1) be on the Bureau of Street Lighting’s “Approved Equipment List” which was in effect on the date the construction contract was awarded, or 2) have a letter of approval from the Bureau of Street Lighting dated on or before the date the construction contract was awarded. The Bureau of Street Lighting maintains an “Approved Equipment List” and has a process for new equipment requesting approval in the “Special Specifications for Construction of Street Lighting Systems” (Bluebook).

22. WIRELESS CARRIER COMMUNICATOR SYSTEM

The Street Lighting system shall be configured with a remote monitoring system that includes a wireless carrier that transmits data to a central database. The remote monitoring system shall also be capable of obtaining the global positioning system (GPS) location of affected electroliers. Designated electroliers shall be equipped with a wireless carrier communicator/local network monitoring device and controller that either transmits data locally to another wireless carrier or transmits data to a central database. Local network monitoring devices shall allow for installation in the photo controller twist-lock receptacle of the electrolier with a standard socket per ANSI/NEMA C-136.10. The local network controller will be capable of two-way communications with the central database and may be installed on the arm of designated electrolier(s). The central database shall be electronically accessible to enable the end user to control/schedule the fixtures as well as obtain fault data. The contractor may submit specifications for alternate monitoring systems to the Bureau of Street Lighting. The alternate monitoring system will be subject to testing and the supplier may be required to provide a demonstration of the system. The Bureau of Street Lighting shall have final approval of the remote monitoring system.

23. FIELD OFFICE

A Field Office is not required for this project.

24. SHEET 1 OF PLANS, “SERIES CIRCUITS CONVERTED BY THIS PLAN”

A portion of X410A will also be converted to low voltage by this plan.