ebook img

runway 25r reconstruction project at los angeles international airport PDF

497 Pages·2017·11.05 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview runway 25r reconstruction project at los angeles international airport

REQUEST FOR BIDS R 25R UNWAY R P ECONSTRUCTION ROJECT AT L A I OS NGELES NTERNATIONAL A IRPORT CITY OF LOS ANGELES LOS ANGELES WORLD AIRPORTS ADMINISTRATION WEST 7301 WORLD WAY WEST, 10TH FLOOR LOS ANGELES, CA 90045 May 25, 2017 SUMMARY INFORMATION REQUEST FOR BIDS FOR RUNWAY 25R RECONSTRUCTION PROJECT AT LOS ANGELES INTERNATIONAL AIRPORT DATE ISSUED: May 25, 2017 DESCRIPTION: The City of Los Angeles, Los Angeles World Airports (LAWA) seeks qualified construction firms capable of providing services for the Runway 25R Reconstruction Project at Los Angeles International Airport (LAX), which includes, but is not limited to, the reconstruction of Runway 7L-25R’s keel section pavements, between Taxiways J and N, including the structural strengthening of the airfield bridge over the Sepulveda tunnel, construction of Taxiway B17 between Service Road C and Taxiway B, and relocation of the northern runway hold bar at the Taxiway G intersection of Runway 7L-25R. For full details of the required scope for this project, please see the Contract Documents. TERM: 3 years PERIOD OF PERFORMANCE: 354 Calendar Days PRE-BID CONFERENCE & EXAMINATION OF SITE: June 8, 2017 1:30 p.m., Pacific Time at Los Angeles World Airports Clifton A. Moore Administration East Building Samuel Greenberg Board Room 1 World Way Los Angeles, CA 90045 BIDS DUE NO LATER THAN: Tuesday, June 27, 2017 at 2:00 p.m., Pacific Time BID DELIVERY ADDRESS: Los Angeles World Airports 7301 World Way West, 10th Floor Los Angeles, CA 90045 CONTACT PERSON: Cliff Cortes, Procurement Supervisor [email protected] i Runway 25R Reconstruction Project TABLE OF CONTENTS 1. INTRODUCTION 1.1. Invitation 2. SCOPE OF WORK 2.1. General 2.2. Work By Others 3. PRE-BID INFORMATION 3.1 Pre-Bid Conference 3.2 Examination of Site 3.3 Americans with Disabilities Act 4. AVAILABILITY OF REQUEST FOR BIDS AND OTHER DOCUMENTS 4.1. Request for Bids 4.2. State of California, DOT Standard Plans and Specifications 5. CONTENTS OF BID 5.1. Overview 5.2. Administrative Requirements Forms 5.3. Bid Forms 6. BID FORMAT 6.1. Signing of Bids 6.2. Only One Bid Accepted 6.3. Joint Ventures or Partnerships 6.4. Cost of Bids 6.5. Withdrawal of Bids 7. BID SUBMISSION INSTRUCTIONS 7.1. Bid Delivery Instructions 7.2. Bid Due Date 8. BID EVALUATION 8.1. Initial Review 8.2. Evaluation of Administrative Requirements 8.3. Information Requested and Not Furnished 8.4. Right to Verify Information 8.5. Evaluation of Bids and Bid Errors 8.6. Mathematical Corrections on Bids I of III Runway 25R Reconstruction Project 8.7. Incorrect Bid Information 8.8. Prohibition of Alternate Terms and Conditions 8.9. Waiver of Minor Administrative Irregularities 9. ESCROWING OF BID DOCUMENTS 9.1. Submittal Requirements 10. INTERPRETATIONS AND CLARIFICATIONS OF THIS RFB 10.1. Request for Information in Writing 10.2. Deadline for Requests 10.3. Oral Inquiries 10.4. Responses to Requests 10.5. Prohibited Communication 11. ADDENDA 11.1. Right to Revise RFB 11.2. Postponing Due Date 11.3. Addenda Availability 11.4. Bidders Responsibility 12. CITY POLICES AND AGREEMENTS 12.1. Contractors License 12.2. City of Los Angeles Labor Requirements 12.3. Federal and State Labor Requirements 12.4. Administrative Requirements 12.5. Disadvantaged Business Enterprise (DBE) Program 12.6. Local Business Preference Program (LBPP) – NOT USED 12.7. Right to Reject Bids 12.8. Subconsultant Prohibitions 12.9. Federal Requirements 12.10. Registration with California Department of Industrial Relations 13. PROPERTY OF CITY/PROPRIETARY MATERIAL 13.1. Subject to Public Records Act 13.2. Exemption from Public Records Act 14. AWARD OF CONTRACT 14.1. Non Assignment 14.2. Recommendation for Award of Contract 14.3. Execution of Contract II of III Runway 25R Reconstruction Project 15. .PROTEST OF RFB CONTENT AND PROTESTS OF AWARD 15.1. Mandatory Time Limits 15.2. Purpose of Procedures 15.3. Protests of RFB Content 15.4. Protest of Recommended Award 15.5. Only Valid Protest Considered 15.6. Frivolous Protests 16. ADDITIONAL LEGAL INFORMATION 16.1 Reproduction and Personal Use of Information 16.2 Expense, Ownership, and Disposition 16.3 City Held Harmless 17. COMPLIANCE WITH ALL LAWS 18. CONTRACT DOCUMENTS LIST OF ATTACHMENTS Attachment 1: Draft Contract Agreement Attachment 2: Administrative Requirements Attachment 3: Bid Forms Attachment 3(a): Bid and Schedule of Work and Prices Attachment 3(b): List of Subcontractors Attachment 3(c): Prime Bidder’s Experience Form Attachment 3(d): Federal Requirements Forms Attachment 3(e): Senior Project Scheduler Resume Format Attachment 4: General Conditions Attachment 5 Special Conditions Attachment 5(a): Appendices Attachment 6: Federal Requirements Attachment 7: Project Requirements Attachment 8: Technical Specifications Attachment 9: Plans/Drawings Attachment 10: Performance and Payments Bonds Forms Attachment 11: Project Labor Agreement III of III Runway 25R Reconstruction Project REQUEST FOR BIDS INSTRUCTIONS TO BIDDERS 1. INTRODUCTION 1.1. Invitation The City of Los Angeles, Los Angeles World Airports (LAWA) is inviting bids from qualified construction firms capable of performing construction services pursuant to a contract for the Runway 25R Reconstruction Project at Los Angeles International Airport (LAX). It is the intention of LAWA to enter into a contract with the lowest responsive and responsible bidder to provide construction services as described in this Request for Bids, Instructions to Bidders and the attached documents. 2. SCOPE OF WORK 2.1. General The Runway 25R Reconstruction Project consists of the reconstruction of Runway 7L- 25R’s keel section pavements, between Taxiways J and N. Included in this scope is the structural strengthening of the airfield bridge over the Sepulveda tunnel, construction of Taxiway B17 between Service Road C and Taxiway B, and relocation of the northern runway hold bar at the Taxiway G intersection of Runway 7L-25R. The work shall include the furnishing of all labor, materials, supervision, tools, equipment, services, and incidentals necessary to prescribe and provide for the complete and finished performance and accomplishment, in every respect, of the entire contemplated Work or improvements indicated by the Contract Documents relating to this particular Project. It shall be understood that the Contractor undertaking the execution of all or any part of such Work or improvement will be required to perform, construct, and complete the same in a thorough, satisfactory, and skillful manner in accordance with the provisions of the Contract Documents. The following list presents a summary of work and is not intended to include all work required in the plans and specifications. See Attached Contract Documents for the Scope of Work. General Construction 1) LAWA Coordination 2) Permits and agency coordination 3) Maintenance of traffic, detours, and flaggers 4) FOD and dust control, and sweeping 5) Access, security and escort services Runway 25R Reconstruction 1) Runway test section construction 2) Asphalt pavement milling, demolition and removal of asphalt base pavements 3) Selective concrete pavement removal and replacement 4) Subgrade/soil removal and disposal 5) Grading areas to new subgrade elevations Page 1 of 15 Runway 25R Reconstruction Project Taxiway B17 1) Temporary taxiway construction 2) Demolition and removal of asphalt shoulder and erosion control pavements 3) Selective concrete pavement removal and replacement 4) Subgrade/soil removal and disposal 5) Grading areas to new subgrade elevations Replace Runway Hold Bar Position at Taxiway G 1) Removal of pavement markings 2) Removal of airfield lights and signs 3) Airfield electrical construction including lights and signs 4) New permanent pavement markings 5) FAA RWSL system improvements 2.2. Work By Others The Contractor shall cooperate and coordinate with other contractors at LAWA as needed to assure the orderly progression of work in accordance with the Contract Documents. Contractor shall coordinate and provide site access to other contractors as required. 3. PRE-BID INFORMATION 3.1. Pre-Bid Conference LAWA will conduct a Pre-Bid Conference for this procurement. Please see the Summary Page for exact details of time and place. At the Conference, LAWA will present an overview of the proposed scope of work, including the procurement process, schedule, and administrative requirements. Attendance at the pre-bid conference is optional but highly recommended. 3.2. Examination of Site The LAWA project manager will facilitate a site tour for interested bidders immediately following the Pre-Bid Conference. Bidders shall examine and judge for themselves the location, surroundings, physical condition, and nature of any work to be done. All attendees shall sign-in on the LAWA-provided attendance sheet for the site tour. Please be sure to bring a valid, government issued, picture identification (ID) for the site tour. You will not be allowed on the tour without the valid ID. The site will not be accessible for close examination separately or at any other time during the bidding period. The examination of the site will be approximately a one-hour tour of the prospective work-sites. The tour will take place following the conclusion of the Pre-Bid Conference. At least one representative from each bidder should attend the tour. If you choose to attend the examination of the site, you must be dressed with safety in mind. Please note, appropriate clothing for an outdoor construction site walks should be worn, such as closed toed shoes and long pants. 3.3. Americans with Disabilities Act Page 2 of 15 Runway 25R Reconstruction Project As covered 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 bids, programs, services and activities. Sign Language Interpreters, Communication Access Real-Time Transcription, Assistive Listening Devices, or other auxiliary aids and/or services may be provided upon request. If an individual with a disability requires accommodations to attend a pre-bid conference or bid opening, please contact the Procurement Supervisor at least five (5) business days prior to the scheduled event. 4. AVAILABILITY OF REQUEST FOR BIDS AND OTHER DOCUMENTS 4.1. Request for Bids The Request For Bids (RFB) and copies of the Contract Documents, which contain full particulars and a description of the Work, Plans, Specifications and all Attachments are only available through the City of Los Angeles Business Assistance Virtual Network (LABAVN). To access this site, please use the web address: www.labavn.org Standard Plans of the City of Los Angeles: Copies of the Standard Plans of the City of Los Angeles, Department of Public Works, and Bureau of Engineering are available for purchase at the Public Counter, Suite B-10, 1149 South Broadway Street, Los Angeles, CA 90015. For information regarding availability and prices of the Standard Specifications for Public Works Construction, contact the publisher, Building News Inc., 1612 South Clementine Street, Anaheim, CA 92802, telephone (714) 517-0970. 4.2. State of California, DOT Standard Plans and Specifications Copies of the State of California Department of Transportation Standard Plans and Specifications may be obtained from the State of California Department of Transportation Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, telephone (916) 445-3520. 5. CONTENTS OF BIDS 5.1. Overview The Bid package shall consist of the following two (2) parts: • Administrative Requirements Forms • Bid Forms A Bid Package shall be submitted in one (1) sealed envelope or package which contains two separate sealed envelopes or packages: one (1) sealed envelope or package that contains completed Administrative Requirements Forms and one (1) sealed envelope containing completed Bid Forms. The two enclosed sealed envelopes or packages should be clearly labeled either “Administrative Requirements Forms” or “Bid Forms”. Forms and documents must be originals and fully completed, with wet signatures. LAWA will not accept electronic submissions by “fax” or e-mail. Do not submit Administrative Requirements Language Only documents within your bid package. 5.2. Administrative Requirements Forms Page 3 of 15 Runway 25R Reconstruction Project Bidders shall complete all the Administrative Requirements Forms enclosed herein as RFB Attachment 2, Administrative Requirements Forms, and shall initial any and all interlineations, alterations, or erasures in its submissions. The bidder shall not delete, modify, or supplement the printed matter on the Administrative Requirements Forms, or make substitutions thereon. Do not submit Administrative Requirements Language Only documents within your bid package. 5.3. Bid Forms Each bid is to be submitted on the bid forms furnished in RFB Attachment 3, Bid Forms, and in accordance with these Instructions to Bidders. If an updated bid form is provided by an addendum, then the updated form must be used for the bid. 5.3.1. Bid and Schedule of Work and Prices The bid must state the amounts for which the bidder proposes to supply all material and perform all work required by the Contract Documents. All blank spaces in the bid must be properly filled in, and the phraseology must not be changed. Modifications are not permitted. Any space left blank, any unauthorized addition, change, condition, limitation, or provision attached to the bid may render it non-responsive and may cause its rejection by LAWA. Alterations by erasure or interlineations must be explained or noted on the bid. No telegraphic modification of a bid will be considered. Bidders must acknowledge all addenda in the space provided. The bid shall meet all of the requirements set forth herein. 5.3.2. List of Subcontractors In accordance with the California Public Contract Code (PCC) § 4100 – 4113 (the Subletting and Subcontracting Fair Practices Act), a list of all subcontractors, who are assigned a portion of the work in an amount in excess of one-half of one percent of the prime’s bid, is required to be submitted with the bid on the form titled List of Subcontractors (Attachment 3) provided by LAWA. 5.3.3. Minimum Qualifications (Prime Bidder Experience) The successful bidder is required to have successful major airfield concrete paving experience under FAA specifications on at least three (3) projects with at least five million dollars ($5,000,000) in FAA specified paving on each project and completed within the last ten (10) years. The completed Prime Bidder Airfield Experience Form must be submitted with the bid on the form provided herein by LAWA. If the Bidder is a Joint Venture, then the Joint Venture Entity shall meet the Minimum Qualifications as a Joint Venture, pursuant to this RFB Instructions to Bidders section, and submit the Prime Bidder Airfield Experience Form. Alternatively, the Joint Venture can meet the requirement if each company forming the Joint Venture submits the Prime Bidder Airfield Experience Form and each company meets the Minimum Qualification, independently. 5.3.4. Federal Requirements Forms Bidders shall complete all the Federal Requirements Forms enclosed herein and shall initial any and all interlineations, alterations or erasure in its submission. The bidder shall not delete, modify, or supplement the printed matter on the Federal Requirements Forms or make substitutions thereon. 5.3.5. Senior Project Scheduler Resume Page 4 of 15 Runway 25R Reconstruction Project The Contractor is required to employ or retain the services of a Senior Project Scheduler – an individual who is part of the Contractor’s management staff fully and only dedicated to developing and maintaining the project schedule. The Project Scheduler shall have at least ten (10) years of verifiable experience as the person primarily responsible for preparing and maintaining detailed project schedules on projects of the same or similar size and nature as this project. The Contractor shall submit the Project Scheduler’s resume to LAWA with its Bid. The background information to be submitted shall include: • Identification, qualifications, and experience of the Contractor’s Project Scheduler • References of not less than five (5) previous projects of like type and size on which the Contractor’s Project Scheduler has utilized Critical Path Method (CPM) scheduling. LAWA reserves the right to disapprove any candidate or Scheduling System proposed for the Project. LAWA reserves the right to remove any member of the Contractor’s scheduling staff that is, in LAWA’s opinion, not performing scheduling work in accordance with the scheduling requirement. 6. BID FORMAT 6.1. Signing of Bid By signing the bid, the bidder is stating: • the facts represented in the bid are true and correct, • the bidder provided accurate contact information including telephone number(s), and e-mail address, and • the signer has authority to sign on behalf of the contracting entity. 6.2. Only One Bid Accepted LAWA will accept only one (1) bid for this RFB from any one bidder. This includes bids submitted under different names by one firm, corporation, partnership, or joint venture. Evidence of collusion among bidders shall be grounds for exclusion of any bidder who is a participant in any such collusion. 6.3. Joint Ventures or Partnerships If the bidder is a partnership or joint venture, the bidder must submit with its bid a copy of the partnership or joint venture agreement. That agreement must describe the scope and amount of work each participant will perform and contain a provision that each participant will be jointly and severally liable to LAWA for completing all of the work and to third parties for all duties, obligations, and liabilities which arise out of the joint venture’s performance of the work. Each member of the joint venture or partnership must respond to all elements of the Administrative Requirements separately (including Vendor Identification Forms, City Ethics Commission Forms etc.), and a copy of each joint venture or partnership agreement must be included with the Administrative Requirements Forms. 6.4. Cost of Bids The City of Los Angeles and LAWA are not responsible for any costs incurred by bidders while preparing or submitting bids. All bidders who respond to solicitations do so solely at their own expense. 6.5. Withdrawal of Bids Page 5 of 15

Description:
The City of Los Angeles, Los Angeles World Airports (LAWA) seeks qualified construction State of California, DOT Standard Plans and Specifications . 3) Airfield electrical construction including lights and signs .. consultants and/or sub-consultants that are performing work for the design, enginee
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.