ONTARIO INTERNATIONAL AIRPORT. For. Los Angeles World Airports December 15, 2008

REQUEST FOR PROPOSALS OPERATION OF COURTESY SHUTTLE SERVICE AT LA/ONTARIO INTERNATIONAL AIRPORT For Los Angeles World Airports December 15, 2008 Pre...
Author: Corey Mosley
0 downloads 4 Views 5MB Size
REQUEST FOR PROPOSALS

OPERATION OF COURTESY SHUTTLE SERVICE AT LA/ONTARIO INTERNATIONAL AIRPORT For Los Angeles World Airports December 15, 2008

Pre-Proposal Conference (mandatory) Facility Tour (optional) Proposals Due

Tuesday, March 24, 2009 11:00 a.m. Tuesday, March 24, 2009 (to follow) Thursday, May 21, 2009 @ 4:00 p.m. PST

LA/Ontario Landside Operations City of Los Angeles Los Angeles World Airports 525 S. Vineyard Avenue Ontario, CA 91761

i

NOTICE INVITING PROPOSALS OPERATION OF COURTESY SHUTTLE SERVICE AT LA/ONTARIO INTERNATIONAL AIRPORT

The City of Los Angeles (“City”), Department of Airports also known as Los Angeles World Airports (“LAWA”) is seeking competitive Proposals for the operation of courtesy shuttle service at LA/Ontario International Airport (“ONT” or “Airport”). ONT is located in Southern California’s Inland Empire, approximately 35 miles east of downtown Los Angeles. The Airport is accessible from Freeways 10, 15 and 60. ONT occupies approximately 1,750 acres in the center of one of the fastest-growing transportation regions in the U.S. with a regional economic impact of over $6 billion annually as of 2007. ONT is a medium-hub, full service airport with approximately 125 daily commercial passenger flights to major U.S. cities and through service to many international destinations from its two domestic terminals and one international terminal. Airlines currently providing these services include Alaska, American, U.S. Airways, Continental, Delta, Southwest, United, United Express, Great Lakes and AeroMexico (providing international service to Mexico). The successful Proposer must have demonstrated success in both the operation and procurement of a fleet of compressed natural gas or “CNG” shuttle buses, skill and experience in developing, operating and maintaining courtesy shuttle service activities at a medium-hub, full service airport (equivalent or larger to ONT) in the United States. This Request for Proposals (“RFP”) provides specific instructions regarding Proposal format and other requirements. Pertinent data about the site and ONT are also included. Proposals will be evaluated based on multiple criteria including, but not limited to, hourly rates, experience of the proposer, including its management team, experience and qualifications of personnel, quality and responsiveness of the proposer, customer service record, organization’s financial stability, quality assurance guarantees, timeliness of fleet delivery, criteria specific to the RFP, City Contracts held in the past 10 years, and other such factors as LAWA deems appropriate. A single contractor will be selected through this RFP process. The term of the contract awarded under this RFP will be for 5 years commencing upon receipt of the full fleet of 17 CNG-fueled shuttle buses. The Request for Proposals package is available in electronic format on the City of Los Angeles Business Assistance Virtual Network at http://www.labavn.org. A mandatory Pre-Proposal Conference (“Conference”) is scheduled for March 24, 2009 at 11:00 a.m. PST, on site at the ONT Administration Building, Annex Room Conference Room, 1923 Avion Street, Ontario, California 91761. Turn into the second driveway and follow the signage displayed showing “Administration Conference Rooms” Proceed towards the back, park in the designated parking spaces located just outside of the fence, and walk towards the back of the building to the Conference Room.

ii

TABLE OF CONTENTS PART I - GENERAL INFORMATION ........................................................................................... 1 A. B. C. D. E. F. G. H. I. J. K. L. M.

Background and Purpose.................................................................................................. 1 Site Location and Description ........................................................................................... 2 Specific Information........................................................................................................... 3 Minimum Qualification Requirements ............................................................................... 7 Proposal Deposit............................................................................................................... 7 Expenses .......................................................................................................................... 7 Good Standing ................................................................................................................. 7 Obligations of Successful Proposer ................................................................................. 8 Process of Selection ........................................................................................................ 8 Protest Procedures .......................................................................................................... 9 Additional Terms and Conditions ................................................................................... 10 Interpretation of Proposal Document ............................................................................. 11 City Held Harmless ........................................................................................................ 11

PART II - INSTRUCTIONS TO PROPOSERS ........................................................................... 11 A. B. C. D. E. F.

RFP Package and Pre-Proposal Conference ................................................................. 12 Submittal of Proposal ...................................................................................................... 13 Confidentiality.................................................................................................................. 13 Requirements of Proposal............................................................................................... 14 Faithful Performance Guarantee.................................................................................... 14 Other Requirements....................................................................................................... 14

SECTION I - PROPOSER QUALIFICATIONS ....................................................................15 1. Cover Letter ................................................................................................................15 2. Executive Summary ....................................................................................................15 3. Statement of Qualifications and Experience ...............................................................15 4. Proposal Checklists.....................................................................................................15 5. Proposal Statement ....................................................................................................15 6. Qualifications Questionnaire .......................................................................................15 7. License Agreements or Franchises.............................................................................16 8. Administrative Requirements ......................................................................................16 9. Assignments................................................................................................................16 SECTION II. – OFFER SHEET............................................................................................17 1. On-Airport Management Office Location.....................................................................17 2. Hourly Rate of Compensation .....................................................................................17 3. Proposed Annual Increases ........................................................................................18 SECTION III - DEVELOPMENT AND BUSINESS PLAN ................................................... 19 SECTION IV - ADMINISTRATIVE REQUIREMENTS ........................................................ 20 PART III - PROPOSAL EVALUATION AND AWARD OF CONTRACT .................................... 21 A. B.

Evaluation Criteria........................................................................................................... 21 Investigation .................................................................................................................... 21

iv

PART IV - PROPOSAL FORMS................................................................................................. 22 SECTION I – Proposer Qualifications ................................................................................ 23 1. Proposal Checklist – Sections I - III 2. Proposal Statement 3. Qualifications Questionnaire (Parts A-C) SECTION II – Offer Sheet .................................................................................................. 37 PART V – EXHIBITS Exhibit A. Draft Operating Agreement Exhibit B. Airport Layout Plan and Engineer Drawing Exhibit C. Deployment Schedule Exhibit D. Specifications for: Seventeen (17), Thirty-two Foot Heavy-Duty Low Floor CNG-Fueled Transit Buses PART VI – ADMINISTRATIVE REQUIREMENTS (RFP ATTACHMENTS - To Be Returned With Proposal Unless Otherwise Indicated) A. Administrative Requirements Overview and Checklist B. Attachments and Forms

v

PART I - GENERAL INFORMATION

A.

BACKGROUND AND PURPOSE

It is the goal of the City of Los Angeles and Los Angeles World Airports, through this Request for Proposal and the subsequent award of a contract, to select a highly-qualified and experienced proposer with a proven track record to purchase a fleet of 17 (seventeen) CNG-fueled shuttle buses (as described in the attached specifications), manage and operate a high-quality courtesy shuttle service at LA/Ontario International Airport. The successful proposer will be awarded a 5-year contract (which will begin after the shuttle bus fleet is procured and received at ONT), subject to Los Angeles City Council approval. Additionally, the successful proposer must provide licensed drivers to operate the vehicles, field supervisors to monitor daily shuttle activities, and an on-site manager to oversee operations and serve as a liaison with Airport staff. The courtesy shuttles operate 24-hours-a-day, 7-days-a-week and serve the traveling public, Airport’s tenants and other Airport-associated customers that access the parking lots, terminals and the Consolidated Rental Car Facility “ConRAC” (formerly known as the Ground Transportation Center “GTC”), an on-airport facility for car rental businesses. Currently, ONT operates courtesy shuttles that transport approximately 177,600 passengers a month as of October 2008. A draft operating agreement (without Exhibits), containing additional terms, conditions and provisions are provided in “Part V Exhibit A” of this RFP. The draft operating agreement should be carefully reviewed prior to submitting a Proposal. Proposers should be prepared to sign the draft operating agreement, and if there are terms they are unwilling to sign, then they should so note as part of their Proposal. Airport Information LAWA operates a system of City-owned aviation facilities consisting of four airports: Los Angeles International (LAX), LA/Ontario International (ONT), Van Nuys (VNY) and LA/Palmdale Regional (PMD). Under the Los Angeles City Charter, the Mayor, City Council and the Mayor-appointed Board of Airport Commissioners (“BOAC” or “Board”) have responsibility over LAWA. An Executive Director, several Deputy Executive Directors and Airport Managers represent the senior management team responsible for day-to-day management of LAWA and operation of LAX, ONT, VNY and PMD. Passenger traffic at ONT had been increasing steadily for the past ten years. In 2008, over 6.2 million passengers traveled through ONT. In 2007, over 7.2 million passengers traveled through ONT. The domestic terminals can accommodate up to 10 million passengers a year. When ONT’s passenger traffic reaches 10 million passengers for two consecutive years, planning for a third terminal will begin. ONT’s catchment area includes a population of over six million people living in San Bernardino County, Riverside County, and portions of both north Orange County and east Los Angeles County. Economic Impact LA/Ontario International Airport (ONT) is a dynamic airport that creates, attracts and supports economic activity in the Inland Empire and throughout Southern California. According to a 1992 study, ONT has an annual economic impact of $5.4 billion. Of this, $413 million is generated by aviation activity on or near the airport, $1.5 billion is generated off-airport by expenditures related to the use of aviation services, and

1

$3.5 billion is generated by money that is re-spent and circulated through the local

economy.

ONT creates jobs. More than 7,690 jobs, directly attributable to ONT, are located on the airport. An additional 55,000 jobs, spread throughout the region, are indirectly attributable to ONT. ONT’s economic benefits are: 55,400 Jobs $5.4 Billion Each Year in Southern California $10,196 Per Ton of Cargo $487 Per Round Trip Passenger $246 Million in State and Local Taxes (Source: Los Angeles World Airports Web Site) Project Scope And Description The successful Proposer, at its sole cost, will be responsible for submitting a responsive Proposal to this RFP for the Operation of Courtesy Shuttle Service at ONT. The Proposal will address all components of the courtesy shuttle service, including, but not limited to the following: routing, the procurement of CNG courtesy shuttle buses and all related equipment, the hiring of licensed drivers to operate the vehicles, field supervisors to monitor daily shuttle activities, an on-site manager to oversee operations and serve as a liaison with Airport staff as well as the ongoing day-to-day operations and associated maintenance activities. The Proposer must satisfy all minimum qualifications, experience and administrative requirements for its Proposal to be considered. Proposers are required to submit one hourly rate of compensation. The hourly rate includes, but is not limited to the following: the amount that the successful proposer agrees to accept as full payment for each hour that a bus is in actual operation of transporting passengers between the terminals, parking lots, ConRAC, and other service areas designated by the Airport. This hourly rate must include the costs of all applicable salaries and fringe benefits for employees, overhead costs, vehicles, including the 17 CNG shuttle buses, insurance, fuel, maintenance, cleaning and washing of vehicles, business reports, employee uniforms, training, office facilities and supplies, driver rest breaks and lunch periods. Compensable hours of actual vehicle operation shall not include any time in which a vehicle has been removed from service, including for purposes of fueling, maintenance, inspections, cleaning, mechanical breakdowns, employee training, and driver rest breaks and lunch periods. B.

SITE LOCATION AND DESCRIPTION

The successful proposer will be required to have an on-airport management office and store the bus fleet on Airport property. The successful proposer will be required to provide an office trailer, or similar structure, on the designated property, and will be responsible for all applicable costs and legal requirements. The management office should be equipped with adequate resources to function 24-hours a day, including, but not limited to: a radio dispatching system, office furniture, personal computers, printers, telephones, facsimile machine, photocopying machine, office supplies, and any other equipment or materials necessary to effectively administer the office. All costs associated with these

2

items shall be the responsibility of the successful proposer. The successful proposer will be permitted to use the existing bus operations site (“Operations Space”) located on Airport property at 1254 Airport Drive (near Grove Avenue), approximately 2 miles west of the terminals for its operations. There will be no additional fees imposed by Airport for use of the Operations Space. (The proposers’ cost savings to be reflected, but not specified, in the proposed hourly rate). The site measures approximately 30,530 square feet and is surrounded by perimeter fencing. The land area is comprised of the following: 27,201 square feet of Multi-Use Aviation Related/Industrial Land 3,329 square feet of Industrial Airport Land

Paved for Vehicles Unpaved

Restroom facilities must be provided and maintained by the successful proposer. All utilities must be metered separately by the successful proposer. Charges for water, gas, heat, light, power, telephones, and any other utility service used by the Contractor in connection with occupancy of the premises shall be provided and paid by the Contractor. Electricity is currently sub-metered and re-billed by the Airport. Additionally, the Contractor is responsible for all possessory interest taxes and other taxes, and insurance in the amounts and of the types prescribed by the City of Los Angeles. “Part V, Exhibit B, consists of an Airport Layout Plan and Engineer Drawing Number 95048-82 (Operations Space Exhibit.) The Proposer is responsible for verifying all information provided through this RFP process prior to submitting a Proposal. C.

SPECIFIC INFORMATION

Employee Parking The successful proposer may allow its employees to park their personal vehicles at the onAirport management office and bus fleet storage site (Operations Space). The vehicles must remain on the Operations Space property inside the perimeter fence. Employee Lot D is another location available for additional employee parking. The parking lot is located on Airport Drive and International Way, approximately 0.5 miles west of the terminals. Parking permits are $30 per month (subject to change). Shuttle Service Hours Courtesy shuttle service must be provided daily during the hours of commercial airline flight operations or as designated by the Airport. Currently, the courtesy shuttle service is a 24hour, 7-day-a-week operation. The Airport may adjust the hours of service and number of buses on a route depending on passenger trends and airline flight activities. Such changes will be in writing and may include, but not be limited to the following: the increase or reduction of service hours, modification or detour of routes, increase or reduction of the number of buses on a route, addition or deletion of existing routes or portions thereof, addition or deletion of alternate or temporary routes to accommodate interference from construction projects or emergencies, increase or decrease of the number of bus stops, and occasional assistance with special or emergency operations. The Contractor may offer recommendations regarding possible service changes, however; all changes will be made in the Executive Director’s sole

3

discretion. Currently, the Airport operates three shuttle routes that transport passengers between the terminals, parking lots, and ConRAC. The Lot 5 route travels from Lot 5 to Terminal 2 to Terminal 4 and returns directly to Lot 5. The route is approximately 2.6 miles roundtrip and each bus takes approximately 15 minutes to complete a roundtrip. The ConRAC route travels from Terminal 2 to Terminal 4 and returns directly to the ConRAC. The route is approximately 2.8 miles roundtrip and each bus takes approximately 15 minutes to complete a roundtrip. The Terminal Connector route travels between Terminal 2 and Terminal 4 and returns directly to Terminal 2. The route is approximately 2.0 miles roundtrip and each bus takes approximately 15 minutes to complete a roundtrip. The successful proposer will be responsible for scheduling part-time or full-time employees to meet the service requirements. The courtesy shuttle service hours of operation for calendar year 2008 were approximately 110,000 hours. The current courtesy shuttle projected service hours of operation for calendar year 2009 is approximately 84,000 hours. However this number is an approximation only and may vary from year to year. Proposers should perform their own due diligence and make their own determinations with respect to the number of hours of service that will likely be required each year. “Part V, Exhibit C, consists of a Deployment Schedule as of March 30, 2009. Employee Conduct Quality customer service and a positive image are of the utmost importance to the Airport. All employees must perform assigned duties in an orderly and professional manner, so as not to annoy, disturb, or offend the traveling public, drivers, or other airport tenants. Employees must always be respectful of others and not engage in profanity, unsafe, or illegal behavior. Uniforms And Appearance The Contractor must furnish shuttle bus operators, field supervisors and attendants with uniforms acceptable to the Airport Manager consisting of a jacket and/or sweater, shirt, fulllength pants, dark shoes, and a company-issued photo identification badge (unless the Executive Director requires badging through the Security Badge Office). Employees must wear uniforms and be well groomed at all times while on duty. Field Supervisor Responsibilities Field supervisors will monitor the daily activities of shuttle operations. Their responsibilities will include, but not be limited to, knowledge of shuttle routes, training employees, communicating instructions, reviewing driver activity reports, informing management of customer/driver issues, interacting with drivers and passengers, responding to passenger concerns, counseling personnel, and monitoring service intervals and vehicle spacing. Additionally, supervisors must be licensed and able to drive a bus when needed. Shuttle Bus Operator Responsibilities Shuttle bus operators must possess a valid Class B driver’s license with passenger endorsements, and be certified to operate buses controlled and actuated by a compressed air brake system. Their responsibilities will include, but not be limited to, operating vehicles in a safe and responsible manner, adhering to posted speed limits and traffic laws, greeting and assisting customers, loading and unloading passengers at designated stops, assisting passengers with luggage, announcing the names of airlines and car rentals upon arriving at

4

the designated facilities, communicating with other drivers and dispatch via on board radios, documenting trip activities and passenger counts, and notifying management of customer service issues. Operator’s Compensation The Operator must furnish a monthly invoice with supporting documentation for services rendered. The invoice should itemize the total hours of actual bus service on each shuttle route, and total number of passengers on each route. Proposers may propose the form to be utilized, per these submission requirements and once approved any modifications must be authorized by Airport Manager. Compensation for services rendered will be made according to a single hourly rate. The hourly rate is the amount that the successful proposer agrees to accept as full payment for each hour that a bus is in the actual operation of transporting passengers between the terminals, parking lots, ConRAC, and other service areas designated by the Airport. This hourly rate must include all costs, including, but not be limited to the following: all applicable salaries and fringe benefits for employees, overhead costs, vehicles, including the CNG shuttle buses, insurance, fuel, maintenance, cleaning and washing of vehicles, business reports, employee uniforms, training, office facilities and supplies, driver rest breaks and lunch periods. Hours of actual vehicle operation shall not include any time in which a vehicle has been removed from service, including, but not limited to the following: fueling, maintenance, inspections, cleaning, mechanical breakdowns, employee training, and driver breaks and lunch periods. Background Checks The successful Proposer agrees to submit all company employees engaged in operating shuttle buses, supervisors and such other personnel as the Executive Director deems necessary, to a fingerprint-based Criminal History Records Check (CHRC) and a Security Threat Assessment (STA). These background checks will be conducted by the Airport, the cost of which will be borne by the successful Proposer. As of 2008, the cost for background checks is $27.00 per employee, which amount is subject to change. Proposer(s) understand and acknowledge that employees subject to a security background check must successfully complete the background check before performing duties related to operating shuttle buses for passenger operations or supervising bus operators. Security backgrounds checks are normally completed within two weeks. This fee for background checks is not refundable and must be paid, prior to fingerprinting, on the date that the individual is scheduled to be fingerprinted. The Contractor will be notified of the CHRC and STA results as soon as the information is available, which should occur within five (5) business days. The Executive Director reserves the right to increase this fee as needed. Vehicle Specifications The successful proposer shall provide a minimum fleet of seventeen (17) thirty-two footheavy-duty low floor CNG-fueled transit buses, pursuant to the specifications set forth in Exhibit D. “Part V, Exhibit D, consists of the Specifications for: Seventeen (17), Thirty-Two Foot Heavy-Duty Low Floor CNG Fueled Transit Buses Spec. # 09/ONT/B1/17. If this specification list is not included with the proposal and properly completed, the proposal will be rejected.

5

All buses must comply with the South Coast Air Quality Management District, Rule 1194 - Commercial Airport Ground Access, and the Code of Federal Regulations, Title 49, Part 38 – Americans with Disabilities Act Accessibility Guidelines for Transportation Vehicles. Additionally, the successful proposer shall provide at least one automobile for the exclusive use of the field supervisors to perform their assigned duties. The purchase of any additional buses deemed necessary to effectively maintain operational service levels shall be the responsibility of the successful proposer and must comply with the vehicle requirements herein. The perimeter seating design should resemble the following layout:

Paint Schemes:

Please see the specifications.

6

Advertising/Interior Display Frames: Provisions shall be made on the rear of the driver’s barrier for a frame to retain information, such as brochures, public comment forms, and route maps that is sized 6 inches wide and 7 inches high. Additionally, retainers shall be provided for advertising media 11 inches high by 0.09 inch thick near the juncture of the bus ceiling and sidewalls. The retainers may be concave and shall support the media without adhesives. LAWA reserves the right to utilize the retainers for advertising purposes, and all advertising revenues shall become the property of LAWA. D.

MINIMUM QUALIFICATION REQUIREMENTS

Proposer(s) must demonstrate success, skill and experience in developing, operating and maintaining all components of the courtesy shuttle service, including, but not limited to the following: routing, the procurement of CNG courtesy shuttle buses and all related equipment, the hiring of licensed drivers to operate the vehicles, field supervisors to monitor daily shuttle activities, and on-site managers to oversee operations and serve as a liaison with Airport staff as well as the ongoing day-to-day operations and associated maintenance activities. Managing principals, as well as on-site manager(s), must have at least five years’ experience operating a comparable courtesy shuttle service. E.

PROPOSAL DEPOSIT

See Part VI. No. 4 Administrative Requirements – Proposal Bond for required proposal deposit. Each proposal is to be accompanied by a bond, a certified check, or a cashier’s check payable to Los Angeles World Airports in the amount of $1,000,000. The bond or check is a guarantee that the Proposer executes the contract that LAWA recommends to the Board. Upon award of the Operating Agreement, the deposits submitted by the successful and unsuccessful proposers will be returned. F.

EXPENSES

Unless otherwise stated in this RFP or the Contract, all expenses associated with the Proposals, planning, design and restoration, operation, maintenance, and repair of the Operations Space, structures, and equipment are the responsibility of the Proposer/Contractor. G.

GOOD STANDING

Proposer(s) already doing business with City must be in good standing with no outstanding contract compliance obligations or overdue payments, except for amounts reasonably in dispute as determined by LAWA. Corporations and Limited Liability Companies must be in good standing with the State of California and maintain their good standing with the State of California throughout the term of the Contract. All licenses, certificates, and requirements for the City of Los Angeles, State of California and Federal governments must be maintained in good standing throughout the term of the Contract. Proposer shall submit, as a component of each Proposal, audited financial statements for each of the previous three years commencing with the end of its last fiscal year. All financial statements and references of Proposers will be subject to verification. Limited Liability Companies, will and

7

other Proposers may, depending on their net worth, be required to provide a parent company or shareholder guaranty. Financial statements will also be required from the guarantor. H.

OBLIGATIONS OF SUCCESSFUL PROPOSER

Rules and Regulations: The successful Proposer/Contractor shall be solely responsible for fully complying with any and all: (1) applicable rules, regulations, orders, resolutions, and restrictions which are now in force or which may be hereafter adopted by City with respect to the operation of ONT Courtesy Shuttle Operations; (2) orders, directives, or conditions issued, given, or imposed by the Executive Director; and (3) applicable present or future laws, ordinances, BOAC resolutions or orders, statutes, rules, regulations, or orders of any governmental authority, federal, state, or municipal, lawfully exercising jurisdiction over the Airport or Contractor's occupation or use of the Operations Space. MBE/WBE/DBE/OBE and ACDBE: It is the policy of LAWA’s Board of Airport Commissioners to include appropriate Minority Business Enterprises (“MBE”), Women Business Enterprises (“WBE”), and Other Business Enterprises (“OBE”) and/or Airport Concession Disadvantaged Business Enterprise (“ACDBE”) levels of participation in LAWA projects. Proposer should refer to the “Part VI Administrative Requirements” attachment for the proposed M/W/OBE and/or ACDBE levels of participation for this project. Contractor shall be solely responsible for any and all civil penalties assessed as a result of the Contractor's failure to comply with these requirements. I.

PROCESS OF SELECTION

The process of selecting the Contractor is as follows: 1.

Submittal of Proposals: At the submittal stage, Proposer(s) must timely provide all of the documents described in “Part II - Instructions to Proposers”.

2.

Evaluation of Proposals and Interviews: Proposals will first be reviewed and evaluated to verify that all required information, forms, and documents have been received. The Contract Administrator will notify proposers found to be non-responsible, based on the Contractor Responsibility Program. The written proposals will then be reviewed and evaluated to determine whether LAWA desires to conduct oral interviews, and if so, whether LAWA desires to interview all, or only a “short list” of specified proposers. If a short list is used it will be based on proposals that were deemed responsive and responsible and will be established using the same weighted evaluation criteria contained in this RFP. The evaluation panel will include representatives from LAWA, and may include outside parties. LAWA reserves the right not to conduct oral interviews. The purpose of interviews, if conducted, would be to allow proposers the opportunity to clarify and expand upon aspects of their proposal. They also present an opportunity to evaluate key personnel and discuss issues of experience, performance, schedules, price and quality. If an oral interview is scheduled, all responsive and responsible proposers on the short list, if one is used, or if not, then all such proposers will be invited for an oral presentation. The same questions may be asked of all proposers. In addition, the Evaluation Committee may have individual questions for proposers based on the review of the written proposals, as well

8

as follow-up questions. Proposer(s) (either all or a further short list) may be subsequently re-interviewed for final evaluation. 3.

Selection of Proposal and Negotiation of Contract: After completion of the interview process, LAWA will rank the short listed Proposers and negotiate a Contract with the highest ranked, qualified Proposer. If, for any reason, a Contract cannot be successfully negotiated with the first ranked Proposer, LAWA may choose to negotiate with the next most qualified Proposer. The final detailed terms and conditions will be determined during contract negotiations following the selection process. Upon satisfactory negotiation, LAWA Management will return to the BOAC with a recommendation to award a Contract. This Contractor will not be final and binding on LAWA until approved by BOAC and the City Council.

4.

Approval by Los Angeles City Council: The action of LAWA’s BOAC to award the Contract will be subject to approval by the Los Angeles City Council.

5.

Execution of Contract: LAWA will execute the Contract, subject to approval as to form by the City Attorney, provided the BOAC and City Council have approved the Contract. A fully executed original copy will be returned to successful Proposer/ Contractor.

J.

PROTEST PROCEDURES

The procedures and time limits set forth in this section are mandatory and are the Proposer’s sole and exclusive remedy in the event of protest. Failure to comply with these procedures will constitute a waiver of any right to further pursue the protest, including filing a Government Code claim or legal proceedings. The purpose of the following procedures is to provide a method for resolving, prior to award, protests regarding the award of contracts by City, by and through its BOAC. The procedure will enable the BOAC to ascertain all of the facts necessary to make an informed decision regarding the award of the contract. 1.

A protest relative to a particular proposal, and all required copies, must be submitted in detail, in writing, signed by the protestor or by a representative of protestor, and received in the offices of the Los Angeles City Attorney’s Office, Airport Division, and the office of the BOAC, at the below addresses, before 5:00 p.m. of the fifth business day after issuance by the Executive Director of a notification of intent to recommend award of a Contract. The protest shall contain a full and complete statement specifying, in detail, the factual grounds and legal basis of the protest. The protest shall refer to the specific portion of the Request for Proposal, any submitted proposal, or other document which forms the basis for the protest. The protest must include the name, address, and telephone number of the protestor and protestor’s representatives.

2.

All protests must be addressed to the Office of the City Attorney, Airport Division, One World Way, Room 104, Los Angeles, CA 90045 with a copy to the Secretary of the BOAC at One World Way, Los Angeles, CA 90045.

9

3.

The party filing the protest must, at the same time as delivery to the City Attorney’s office and the secretary of the BOAC as set forth above, deliver a copy of the protest and any accompanying documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other proposers.

4.

The BOAC will only consider protests by any proposer(s) who appear(s) to have a substantial and reasonable prospect of receiving an award if the protest is denied or sustained.

5.

Only protests meeting the above criteria will be reviewed and submitted to the BOAC. Protesting and potentially affected parties will be notified of the time and date that the protest will be discussed in a public session of the BOAC. Protesting parties will be given an opportunity to present their arguments at the public session.

6.

Following the public discussion of the protest, the BOAC will issue its decision regarding the protest. If the BOAC determines that the protest was frivolous, the party originating the protest may be determined by the BOAC to be irresponsible and that party may be determined to be ineligible for future contract awards.

LAWA reserves the right to verify all submitted information, including contacting the referenced clients to perform reference checks, and/or to solicit comments. All information stated in the proposal shall be factual, truthful and should not be fabricated, embellished, extended or misrepresented in any manner. If any information stated in the proposal is found to be a, misrepresentation or embellishment of past experiences, this shall be considered as grounds for disqualification of the proposal. LAWA reserves the right to reject any or all proposals, to waive any informality in such proposals, to request new proposals, to not proceed to do the work or to proceed to do the work in any other manner for any reason, and to award a Contract with or without a proposed option to extend the term. The receipt of proposals shall NOT in any way, obligate the Board of Los Angeles World Airports, or the City of Los Angeles to enter into an agreement, or any other contract of any kind with any prospective Proposer. LAWA shall not be responsible in any manner for the costs associated with the submission of the proposals. The proposals, including all drawings, plans, photos, and narrative material, shall become the property of LAWA upon receipt by LAWA. LAWA shall have the right to copy, reproduce, publicize, or otherwise dispose of each submittal in any way that LAWA selects. LAWA shall be free to use as its own, without payment of any kind or liability therefore, any idea, scheme, technique, suggestion, layout, or plan received during this proposal process. K.

ADDITIONAL TERMS AND CONDITIONS 1.

The BOAC reserves the right to award contract(s) on the basis of Proposals submitted or to negotiate with the Proposer(s) found to offer the best Proposals for the operation of courtesy shuttles according to the RFP evaluation criteria. By submission of its Proposal, the Proposer agrees to be legally bound thereby if its Proposal is accepted by the BOAC.

10

L.

2.

The BOAC, and LAWA shall not be obligated to respond to any Proposal submitted nor shall it be legally bound in any manner whatsoever by the receipt of a Proposal.

3.

Any and all agreements arising out of Proposals submitted hereunder (including any negotiations that follow) shall not be binding on the City, its officers, employees, or agents unless duly executed by the City in accordance with applicable laws.

4.

Statistical information, including maps and drawings, contained in this RFP is for information purposes only. The City is not responsible for inaccuracies or interpretations of said data.

5.

The Proposal Statement contained in “Part IV - Proposal Forms” shall be executed in the name of the business actually proposing to perform under the Contract, if awarded, followed by the signature of the officer authorized to sign for the firm or sole proprietor and the printed or typewritten name of officer signing name and office held. In the case of corporate or partnership entities, if the signer is not a corporate President or Vice-President, or general partner, please provide evidence of the authority of the signer. In the event of a joint venture Proposal, officers authorized by both entities must sign the Proposal Form. The address and telephone number of the Proposer shall be typed or printed on the form.

INTERPRETATION OF PROPOSAL DOCUMENT 1. Any clarification or interpretation of the RFP will be made in writing, signed by an authorized representative of LAWA. Any change to the RFP package shall be made by written addendum. 2. LAWA is not responsible for any explanation, clarification, interpretation or approval made or given in any manner except by addendum. All addenda will be posted on www.labavn.org. Any addenda so issued are to be considered a part of this RFP.

M.

CITY HELD HARMLESS The proposed form of Contract contains several indemnification provisions whereby the Contractor will indemnify the City. Proposers should carefully review them prior to submitting a proposal, as these provisions are not subject to negotiation.

11

PART II - INSTRUCTIONS TO PROPOSERS Proposals submitted in response to this Request for Proposals must meet all requirements outlined in “Part II – INSTRUCTIONS TO PROPOSERS” and must be received at the address indicated, by the date and time specified, in order to be accepted by LAWA. A.

RFP PACKAGE AND PRE-PROPOSAL CONFERENCE 1.

Please review the RFP package upon receipt to ensure you have received all necessary documents. If you find any required document(s) are missing, please notify Wendy Kamayatsu, ONT Landside Operations, immediately at (909) 975-5426 to obtain a complete package. Note: To cover LAWA’s cost of printing and handling, a non-refundable fee of $30.00 will be charged for each copy of the RFP obtained through ONT. A copy may be requested by calling the Ground Transportation Office at (909) 975-5427. Checks are to be made payable to: City of Los Angeles, Department of Airports.

2.

The City of Los Angeles will not be responsible for any oral instructions given regarding completion and submission of any Proposal, or any information supplied that is not contained in this RFP document or any subsequent addenda to this document.

3.

The City of Los Angeles may provide supplemental information, photographs of the site and announcements on the City of Los Angeles Business Assistance Virtual Network at www.labavn.org to supplement the original RFP.

4.

A mandatory pre-proposal conference has been scheduled for the time and location stated in the Notice Inviting Proposals. Proposer(s) may send a representative to this meeting. LAWA staff will discuss the RFP package at the pre-proposal meeting. A tour of the site will immediately follow the mandatory pre-proposal conference.

5.

Proposers must submit questions and comments regarding the RFP in writing to Wendy Kamayatsu, ONT Landside Operations, 525 S. Vineyard Avenue, Ontario, CA 91761 or via e-mail to [email protected] prior to the mandatory Pre-Proposal Conference. Subsequent questions on this RFP should be clearly presented in writing and submitted no later than 5:00 p.m. PST on Tuesday, April 7, 2009 prior to the due date of the proposal. Only questions to explain information and requirements in the RFP will be answered. Only those responses provided in writing will be binding on LAWA. Responses to written questions will be published and distributed to all prospective Proposers and also posted on the City of Los Angeles Business Assistance Virtual Network at www.labavn.org.

6.

Proposers must not attempt to contact members of the Interview Panel or members of the LAWA staff to discuss or ask questions about the contents of the RFP. Any such questions must be submitted as described above. Inappropriate contacts with LAWA staff may result in the Proposer(s)’ disqualification.

12

B.

SUBMITTAL OF PROPOSAL

To facilitate review and comparison of all documents, Proposals should be submitted in a simple manner, free of unnecessary materials. Proposers must submit one (1) original and nine (9) copies of the Proposal in a single, sealed package, clearly marked with the words “PROPOSAL FOR THE OPERATION OF COURTESY SHUTTLE SERVICE AT LA/ONTARIO INTERNATIONAL AIRPORT”. The original must be marked "Original" on its front page or cover, and must contain the original signatures. The Administrative Requirements packet must be submitted in a separately bound document; only one original and one copy of this document need be submitted. In addition, a copy of all text responses must be submitted on disk in a current Microsoft Word format. Proposals must be received at the address indicated below, by the specified date and time in order to be accepted by LAWA. LAWA reserves the right to postpone the proposal submittal due date. Proposals will be received up to the time and date stated in the Notice Inviting Proposals and may be hand-delivered or mailed, but must be received and not merely postmarked, by that time, at the following address: Wendy Kamayatsu LA/Ontario International Airport Landside Operations 525 South Vineyard Avenue Ontario, California 91761 No Proposal received after the date/time fixed in the Notice Inviting Proposals will be considered. Any late Proposal will be returned to Proposer(s) unopened. A Proposer may amend, correct, or withdraw a Proposal, provided their request is in writing and received by LAWA before the date and time set for the receipt of Proposals. Unilateral amendments or corrections to errors made by the Proposer(s) in the Proposal will not be accepted after the time set for final submission of the Proposal. The Proposal may not be withdrawn by the Proposer for a period of 180 days after the proposal submittal due date and may remain valid beyond that time with the consent of the Proposer. A Proposal or modification to a Proposal, submitted by telephone, fax, or email, or any other manner not described above, will not be considered. It is LAWA’s intent to award a Contract to the selected Proposer in a form approved by the City Attorney. The RFP, Proposal, or any part thereof may be incorporated into and made part of the Contract. LAWA reserves the right to negotiate the terms of the Contract, and to award a Contract. LAWA also reserves the right to withdraw the RFP, reject any or all Proposal(s) submitted for any reason, in LAWA’s sole discretion, including noncompliance with RFP provisions, or not to award a Contract at any time for any reason. C.

CONFIDENTIALITY

All Proposals submitted in response to this RFP will become the property of LAWA and a matter of public record. The proposals will be subject to disclosure to the public consistent with the California Government Code, including Section 6255. Proposer(s) must identify all trade secrets or other proprietary information contained in the Proposal that the Proposer claims is exempt under the California Public Records Act, separately bind and label such

13

material "Proprietary Information," and state in the Proposal that "The Proposers will indemnify LAWA and hold it harmless from any claim or liability for its refusal to disclose the claimed proprietary information to any person making a request.” The failure to bind and label such material and failure to include such statement shall constitute a waiver of the Proposer’s right to claim an exemption from disclosure. Specific references to this separately bound information must be made in the body of the Proposal. LAWA may reject any Proposal it believes it cannot fairly evaluate with the information claimed "Proprietary". LAWA reserves the right to make use of any and all information and ideas in the Proposals. D.

REQUIREMENTS OF PROPOSAL

The Proposal for Operation of Courtesy Shuttle Service at LA/Ontario International Airport shall consist of five sections: • • • •

SECTION I. SECTION II. SECTION III. SECTION IV.

PROPOSER QUALIFICATIONS OFFER SHEET DEVELOPMENT AND BUSINESS PLAN ADMINISTRATIVE REQUIREMENTS PACKET (Administrative Requirements must be bound separately)

A description of information to be provided in the SECTIONS I-IV is provided below. Information regarding Section IV (Administrative Requirements Packet) of the Proposal is contained in Part VI Administrative Requirements of this RFP. In order to be considered by LAWA, the Proposal must conform to the requirements contained in this section and must include completed and signed copies of all documents, as required. All Proposals must be clearly marked: “PROPOSAL FOR THE OPERATION OF COURTESY SHUTTLE SERVICE AT LA/ONTARIO INTERNATIONAL AIRPORT”. E.

FAITHFUL PERFORMANCE GUARANTEE

Before commencement of the Contract, the successful Proposer shall furnish to LAWA, at Proposer’s sole cost and expense, a Faithful Performance Guarantee in an amount and form specified in the Contract - $1,000,000. F.

OTHER REQUIREMENTS

A set of tabs to identify each part of the Proposal must be provided to facilitate quick reference. Responses to requests in each section must be complete and numbered consecutively with all requested information attached. Each Proposer assumes the responsibility for making sure all required documents are complete and submitted with the Proposal. Proposer(s) may be asked to revise, clarify, and/or provide additional information during the Proposal review process. These requests must be responded to in writing within the time frame specified by LAWA.

14

SECTION I - PROPOSER QUALIFICATIONS Section I of the Proposal, “PROPOSER QUALIFICATIONS" must contain the following information: 1.

COVER LETTER Each Proposer must submit a cover letter identifying the names of the Proposer(s). Proposer(s) may include other important general information that is deemed significant enough to be highlighted within the proposal document. An authorized representative of the proposing entity must sign the cover letter.

2.

EXECUTIVE SUMMARY The Proposal must contain an Executive Summary describing important and significant features of the Proposal. The Executive Summary must also include a brief statement of how the Proposer meets the minimum qualifications criteria set forth in “Part I”. Item D, General InformationMinimum Qualifications Requirements of this RFP.

3.

STATEMENT OF QUALIFICATIONS AND EXPERIENCE a. Proposer(s) must describe their experience in developing, operating and maintaining courtesy shuttle service at a mid-sized airport (or equivalent) and procurement of a fleet of shuttle buses (or equivalent) b. Proposer(s) must supply detailed resume(s) of the Principal(s), on-site manager(s), and any other key management staff.

4.

PROPOSAL CHECKLISTS Each Proposer must submit two completed checklists: 1) "Proposal Checklist" submitted with Section I and II of the Proposal is located in “Part IV - Proposal Forms”; and 2) “Administrative Requirements Checklist” with Section III of the Proposal (to be separately bound). The Administrative Requirements Checklist is located in “Part VI - Administrative Requirements”. These checklists may not be exhaustive. Proposer(s) must be sure to include any required submittals not appearing on the checklists.

5.

PROPOSAL STATEMENT Each Proposer must submit a completed and properly executed "Proposal Statement." The Proposal Statement may be found in “Part IV - Proposal Forms”.

6.

QUALIFICATIONS QUESTIONNAIRE The Proposal must be accompanied by a completed "Qualifications Questionnaire," including required attachments, concerning both the Proposer's experience in the operation of a courtesy shuttle service business and the Proposer's financial background. All information must be complete, accurate and in the form requested. The Qualifications Questionnaire may be found in “Part IV - Proposal Forms”.

15

7.

LICENSE AGREEMENTS OR FRANCHISES Proposers, who are proposing to operate with franchises from other companies, must submit letters of intent that confirm the franchising arrangements between the Proposer and the franchising company. Failure to do so may result in disqualification.

8.

ADMINISTRATIVE REQUIREMENTS Each Proposal must include an Administrative Requirements Packet found in PART VI – ADMINISTRATIVE REQUIREMENTS. This packet should be bound separately from other parts of the Proposal and clearly labeled “Administrative Requirements Packet.” Failure to submit the requirements as specified in this section may render the Proposal non-responsive and cause it to be rejected.

9.

ASSIGNMENTS The successful Contractor shall not, in any manner assign, transfer, or encumber this Contract, or any portion thereof or any interest therein, without the prior written consent of BOAC, nor sub-permit the whole or any part of the Operations Space, nor license or permit the use of the same, in whole or in part, without the prior written consent of BOAC.

16

SECTION II – OFFER SHEET Section II of the Proposal, "Offer Sheet," must contain the following information as described below. Responses to the following must be in full and complete answer form, numbered consecutively in the sequence shown below, with all requested information attached. 1. ON-AIRPORT MANAGEMENT OFFICE (LOCATION PROVIDED) The successful proposer will be required to have an on-airport management office (at Proposers cost) and store the bus fleet on Airport property. The management office should be equipped with adequate resources to function 24hours a day, including, but not limited to: a radio dispatching system, office furniture, personal computers, printers, telephones, facsimile machine, photocopying machine, office supplies, and any other equipment or materials necessary to effectively administer the office. All costs associated with these items shall be the responsibility of the successful proposer. A Description of the proposed On-Airport Management Office and associated Equipment must be listed on the Offer Sheet or the Proposer may be disqualified. The successful proposer will be permitted to use the existing bus operations site located on Airport property at 1254 Airport Drive (near Grove Avenue). Since ONT is not requiring payment for use of the Operations Space, it is expected that the proposer will take this into consideration when determining the proposed hourly rate. The site measures approximately 30,530 square feet and is surrounded by perimeter fencing described as follows: 27,201 square feet of Multi-Use Aviation Related/Industrial Land – Paved for Vehicles 3,329 square feet of Industrial Airport Land – Unpaved The successful proposer will be required to provide an office trailer, or similar structure, on the property, but will be responsible for all applicable costs and legal requirements. Restroom facilities must be provided and maintained by the successful proposer. All utilities must be metered separately by the successful proposer. Charges for water, gas, heat, light, power, telephones, and any other utility service used by the Contractor in connection with occupancy of the Operations Space shall be provided by the Contractor. Electricity is currently sub-metered and re-billed by the Airport. Additionally, the Contractor is responsible for all possessory interest taxes and other taxes, and insurance in the amounts and of the types prescribed by the City of Los Angeles. “Part V, Exhibit B, consists of an Airport Layout Plan and Engineer Drawing Number 95048-82 (Operations Space Exhibit.) The Proposer is responsible for verifying all information provided through this RFP process prior to submitting a Proposal.

17

2. HOURLY RATE OF COMPENSATION Compensation for services rendered will be made according to a single hourly rate. The hourly rate is the amount that the successful proposer agrees to accept as full payment for each hour that a bus is in the actual operation of transporting passengers between the terminals, parking lots, ConRAC, and other service areas designated by the Airport. This hourly rate must include all costs, including, but not limited to the following: all applicable salaries and fringe benefits for employees, overhead costs, vehicles, including the CNG shuttle buses, insurance, fuel, maintenance, cleaning and washing of vehicles, business reports, employee uniforms, training, office facilities and supplies, driver rest breaks and lunch periods. Hours of actual vehicle operation shall not include any time in which a vehicle has been removed from service, including, but not limited to the following: fueling, maintenance, inspections, cleaning, mechanical breakdowns, employee training, and driver breaks and lunch periods.

3. PROPOSED ANNUAL INCREASES (SUBJECT TO NEGOTIATION BUT SHALL NOT EXCEED 5% ANNUALLY)

18

SECTION III – DEVELOPMENT AND BUSINESS PLAN

1.

DEVELOPMENT AND BUSINESS PLAN DESCRIPTION

Proposer(s) shall submit a description of the proposed development plan for the operation of courtesy shuttles at LA/Ontario International Airport incorporating the timeframes for delivery of the 17 CNG buses at the Airport. 2.

STAFFING PLAN

Proposers must submit a detailed staffing plan, to include an organizational chart identifying all personnel to be involved in all aspects of the operation and the reporting structure for such personnel.

19

SECTION IV – ADMINISTRATIVE REQUIREMENTS (Please refer to “Part VI” of this RFP)

20

PART III - PROPOSAL EVALUATION AND AWARD OF CONTRACT

A.

EVALUATION CRITERIA

Specific criteria have been established to assist LAWA in the evaluation of Proposals. The successful Proposal will address all evaluation criteria and include all items listed in the Proposer Checklist. The criteria listed below will be used to evaluate all complete Proposals submitted by Proposer(s) who have demonstrated that the minimum qualification requirements have been met. 1. Hourly Rates

15 points

2. Experience of the Proposer as a Firm

10 points

3. Experience and Qualifications of Personnel

10 points

4. Quality and Responsiveness of the Proposer

10 points

5. Customer Service Record

10 points

6. Organization’s Financial Stability

10 points

7. Quality Assurance Guarantees and Estimated Time Frames

15 points

8. Criteria Specific to RFP

10 points

9. City Contracts Held in Past 10 Years

10 points

TOTAL POINTS B.

100 POINTS

INVESTIGATION

Responsibilities and qualifications of each Proposer will be determined from the information furnished by Proposer(s) in the Proposal document, from the information submitted by Proposer(s) at the panel interview session, if any, and from other sources determined to be valid by LAWA. No award will be made until after such investigations, as are deemed necessary by LAWA, are made regarding the experience and financial responsibility of the Proposer(s). By submitting a Proposal, Proposer(s) grants permission to LAWA to conduct any investigation deemed necessary and appropriate during review of the Proposal.

21

PART IV - PROPOSAL FORMS SECTION I – PROPOSER QUALIFICATIONS • • •

Proposal Checklist Proposal Statement Qualifications Questionnaire Part A - General Information Part B - Financial Offer Part C - References

SECTION II – OFFER SHEET FORM

22 PART IV – PROPOSAL FORMS

SECTION I – PROPOSER QUALIFICATIONS PROPOSAL CHECKLIST Please submit this checklist with your Proposal. Proposer(s) must include the following required forms and written responses. The entire Proposal may be considered nonresponsive and may not be considered unless all of the following requirements are fully completed and submitted with your Proposal. SECTION I - PROPOSER QUALIFICATIONS Cover Letter Executive Summary Statement of Qualifications and Experience Proposal Statement (*) Qualifications Questionnaire (*) PART A - General Information PART B - Financial Offer PART C - References SECTION II –OFFER SHEET On-Airport Management Office Location Hourly Rate of Compensation Proposed Annual Increases (subject to negotiation, but shall not be greater than 5% annually) SECTION III – ADMINISTRATIVE REQUIREMENTS All items included in the Administrative Requirements Checklist (See Part VI – Administrative Requirements) are also required. This packet should be bound separately from other parts of the Proposal and clearly labeled “Administrative Requirements Packet.” (*) Form provided as part of Request for Proposals document

23 PROPOSAL CHECKLIST

PROPOSAL STATEMENT FOR THE OPERATION OF COURTESY SHUTTLE OPERATIONS AT LA/ONTARIO INTERNATIONAL AIRPORT To:

Los Angeles World Airports Los Angeles, CA

Dear Sir or Madam: The Proposer warrants that s/he has carefully examined the Request for Proposals (“RFP”) for the Operation of Courtesy Shuttle Service at LA/Ontario International Airport. The Proposer further warrants that if its Proposal is accepted, s/he will contract with the City of Los Angeles, Department of Airports, a.k.a. Los Angeles World Airports (“LAWA”) in the form of a Contract and comply with the requirements of the RFP. Except as otherwise expressly provided in the Proposal, the Proposal incorporates by reference, as if fully set forth in the Proposal, the full content of the RFP. This Proposal may not be revoked by the Proposer for a period of 180 days after the Proposal submittal due date and may remain valid beyond that time with the consent of the Proposer. The successful Proposer shall deliver an executed Contract, in the form approved by LAWA upon request. Upon approval of the Contract by the City, Proposer shall commence the procurement process and/or operations, as appropriate. I affirm that I have read and understand all the provisions set forth in these RFP documents. I, the undersigned, guarantee the Proposal submitted meets or exceeds specifications contained in the RFP document. Our firm will comply with all provisions and conditions as specified. All requested information has been submitted as requested. I also affirm that I am duly authorized to execute this potential Contract and submit this Proposal on behalf of the entity or individual I represent; that this company, corporation, firm, partnership, or individual has not prepared this Proposal in collusion with any other Proposer; and that the contents of this Proposal as to rates, terms, or conditions of said Proposal have not been communicated by the undersigned nor by an employee or agent to any other Proposer or to any other person(s) prior to the official opening of the Proposal or during the Proposal selection process. Name of Proposer: Signature of Authorized Person:

Title ________________________ Date: ____________

Business Address of Proposer: ____________________________________________ _____________________________________________________________________ Telephone:

Fax: ________________________

PROPOSAL STATEMENT

QUALIFICATIONS QUESTIONNAIRE All information requested in this Questionnaire must be furnished by the Proposer and must be submitted with the Proposal. Statements must be complete, accurate and in the form requested. Omission, inaccuracy or misstatement may be cause for rejection of the Proposal. Additional sheets may be attached hereto as necessary. PART A - GENERAL INFORMATION 1.

Legal name of Proposer exactly as it would appear on the Contract, if selected:

2.

Address of Proposer for purposes of notice or other communication relative to the Proposal (i.e. Fax and e-mail)

3.

Telephone Number of Proposer:

4.

Contact Person:

5.

Applicant intends to operate the proposed business as: (check one) Sole Proprietor Partnership Corporation Limited Liability Company Joint Venture Other (explain below)

6.

List all DBA's used: __________________________________________________________________ __________________________________________________________________

7.

Is your company or any of its participants involved in any litigation? Yes___ No ___ Are there any existing liens or claims against your company or any of its participants? Yes___ No___ If yes to either question, please attach detailed information regarding any litigation and liens, as well as pending financial and legal liabilities.

8.

Complete one or more of the following five forms: either A, B, C, D, or E, depending upon the organization of the Proposer's firm. Also furnish the same information for any proposed guarantor.

PART A QUALIFICATIONS QUESTIONNAIRE

A.

SOLE PROPRIETORSHIP STATEMENT

If a Sole Proprietorship, furnish the following: 1.

Name in Full:

2.

Residence Address:

3.

Business Address:

4.

Birth Date:

5.

Place of Birth:

6.

Driver's License Number:

7.

State Issuing Driver's License:

8.

Fictitious Business Name (dba) Certificate (if any): ___________________________________________________________

PART A QUALIFICATIONS QUESTIONNAIRE

B.

PARTNERSHIP STATEMENT

If a Partnership, please furnish the following: 1.

Name of Partnership

2.

Date of Organization

3.

Type of Partnership: (check one) General Partnership Limited Partnership Limited Liability Partnership (must provide a copy of California LLP documents).

4.

Has the Statement of Partnership or Certificate of Limited Partnership been recorded? Yes If yes: Date: Book:

No Instrument No.: Page: ______________________

County: 5.

Attach and mark as “Exhibit B-1” a complete copy of the Statement of Partnership and the Partnership Agreement.

6.

For each partner, attach and mark as “Exhibit B-2” the following information: Please provide the information listed below on all of the entities that make up the partnership. Include information on all sub-entities related to the partners. Complete appropriate forms A, B, C, D or E for the required information applicable to the type of entity involved. a. Name b. Residential and business addresses. c. Percentage of ownership d. Indicate if the partner is a general or limited partner. e. Date of birth f. Place of birth g. LLP Number if Limited Liability Partnership, including all license numbers h. Driver’s License Number and issuing state for all partners i. Corporate information (see section C) if partner is a corporation j. LLC information (see section D) if partner is a LLC

PART A QUALIFICATIONS QUESTIONNAIRE

C.

CORPORATION STATEMENT

If a Corporation, furnish the following: 1.

Name of Corporation:

2.

Date of Incorporation:

3.

State of Incorporation:

___________________________________________

If a foreign corporation (not from California) please provide “Certificate of Qualification” number from the Secretary of State, California: No. (Please enclose a copy of the California Certificate of Qualification from the California Secretary of State office with the proposal). Attach and mark as "Exhibit C-1." 4.

Articles of Incorporation and all amendments thereto.

5.

The corporation is:

6.

If publicly held corporation, how and where is the stock traded?

7.

List the following:

Closely Held Publicly Held

Authorized

Issued

Outstanding

a. Number of voting shares: b. Number of non-voting shares: c. Number of shareholders: Par

Book Market and date of value

Value per share of common stock 8.

For each officer, director, and principal shareholder (any shareholder owning more than 10% of any class of stock or interest), attach and mark as "Exhibit C-2" to the following information. a. b. c. d. e. f. g. h.

Name Title Residence Driver’s license number and state of origination Number of voting shares Number of non-voting shares Corporate information for that corporation, if any are a corporation LLC information for that LLC, if any are a LLC

PART A QUALIFICATIONS QUESTIONNAIRE

D.

LIMITED LIABILITY COMPANY (LLC) STATEMENT

If a Limited Liability Company, furnish the following: 1.

Date LLC was recorded: _____________________________________________

2.

State LLC was issued in: __________________________________________________ If LLC is a foreign LLC, (not from California) please provide Certificate of Qualification number from the Secretary of State, California: No. (Please enclose a copy of the California Certificate of Qualification or a copy of the LLC application with the stamp from the California Secretary of State office with the Proposal) and mark as "Exhibit D-1."

3.

Articles of Organization or Operating Agreement, and any amendments thereto

4.

Statement of Information (most recent)

5.

List the following: a. Number of voting members: b. Number of non-voting members:

6.

For each officer, director, and principal member (any member owning more than 10% interest), attach and mark as "Exhibit D-2," the following information: a. b. c. d. e.

Name Title Residence Driver’s license number and state of origination Percentage of ownership

PART A QUALIFICATIONS QUESTIONNAIRE

E.

JOINT VENTURE STATEMENT If a Joint Venture, furnish the following:

1.

Date of Organization:

2.

Has the Joint Venture done business before? Yes

No

If yes, attach and mark as "Exhibit E-1" a description of the nature of the joint venture's prior business. 3.

Attach and mark as "Exhibit E-2" a complete copy of the Joint Venture Agreement.

4.

For each joint venture partner, attach and mark as "Exhibit E-3" the following information: a. b. c. e. f. g.

Names Residence and Business Addresses Percentages of Ownership Birth Dates Places of Birth Driver's License Numbers and Issuing States

PART A QUALIFICATIONS QUESTIONNAIRE

PART B - FINANCIAL OFFER 1.

2.

Financial Information a.

Proposers must provide a statement indicating how the proposed level of capital investment for the courtesy shuttles and shuttle operations will be financed and how working capital needs will be met. Any person or entity providing a guarantee must provide a written statement indicating the level of commitment together with the financial information detailed below for such guarantor. It is expected that a guaranty will be required for an LLC.

b.

Proposers must furnish the previous three years' documentation including income statement, balance sheets and statement of changes in financial position, including notes thereto, all audited, compiled or reported on by an independent Certified Public Accountant, and attested to by the Proposer's Chief Financial Officer, if any, or by an equally responsible party in the absence thereof in sufficient detail to show the Proposer's financial capability to undertake and complete all the obligations specified in the Proposal. Said financial statements must be as of or for the period ending on the last day of your most recently completed fiscal year. A financial statement may be consolidated with that of a subsidiary or parent corporation as the case may be, but if consolidated with a parent corporation, the financial statement of the subsidiary shall be separately attested to by the chief financial officer of the subsidiary. A personal financial statement of an officer of a corporation shall not satisfy this requirement. Also if consolidated financial information is provided as the basis of the selection, then a guaranty from the parent is expected.

Experience Statement Describe in detail how Proposer meets or exceeds the minimum qualification criteria established in the Request for Proposals. The following information must be included: a.

Number of years Proposer has operated comparable business(es). Detailed discussion of experience in the procurement and operation of courtesy shuttles.

b.

Gross revenues of the business for the past five (5) years. If Proposer has owned or operated courtesy shuttle services within the last 5 years and is using that experience to meet the minimum qualification criteria, gross revenues for that business must also be provided. If the Proposer is using ownership and management experience to meet the minimum qualification criteria, evidence of both ownership and management experience must be provided.

c.

State if the business has ever operated under another name and/or ownership structure.

d.

Description of the Proposer's operations, including: 1.

Number and type of operations;

2.

Proposer's experience in operating the proposed business or a similar business;

PART B FINANCIAL OFFER

3.

3.

The names, addresses, and telephone numbers of landlords for Proposer's existing operations (Proposers who operate more than five locations may list landlords for the five largest operations);

4.

Description of products or services at existing operations; and

5.

Organizational chart and number of employees employed by the business.

Surety Information Has the Proposer, the guarantor, or any of their businesses or principals, ever had a bond or surety canceled or forfeited? Yes

No

If yes, attach and mark as "Exhibit A", a statement naming the bonding company, date, amount of bond, and reason for such cancellation or forfeiture. 4.

Unfair Business Practices and/or Bankruptcy Attach as "Exhibit B" a description of all charges of unfair or deceptive or anticompetitive business practices, or of fraud, criminal conduct, or civil or criminal antitrust violation, brought against Proposer, the guarantor, or any partner or principal owner of either of them, any relevant affiliated Proposer, or any director of or officer employed by Proposer or guarantor. If none, attach a statement declaring that there have been no such charges. Attach as "Exhibit C" a description of all contracts or Contracts that have been terminated within the past five years, either voluntarily or involuntarily, prior to their normal expiration. In addition, list any judgments terminating, or any pending lawsuits for the termination of, any Contract(s) or other agreement(s) involving the Proposer or guarantor within the past 5 years. If none, attach a statement declaring that no contracts have been terminated prior to their normal expiration. Attach as "Exhibit D" a description of all judgments or filing of bankruptcy and other insolvency proceedings involving Proposer, the guarantor or any of their partners or principals. Include a description of all appointment of receivers, trustees or liquidators of all or substantially all assets of Proposer, guarantor or any other partner or principal of either of them. If none, attach a statement declaring so.

PART B FINANCIAL OFFER

PART C - REFERENCES List four persons or firms with whom Proposer has conducted financial transactions related to your business operations during the past three years. At least two of the references named are to have knowledge of Proposer's debt payment history and at least one must be an entity with whom the Proposer has a Contract for an existing operation, if any such reference exists. Please notify these references that a representative of LAWA will be calling them about your financial and payment history. Please attach additional pages if necessary. Reference #1 Name: Title: Firm: Address:

Telephone:

Fax:

Nature and magnitude of purchase, sale, loan, business association, etc.:

The foregoing information is being submitted to LAWA as part of the Proposal for the operation of courtesy shuttles at LA/Ontario International Airport. The undersigned hereby attests to the truth and accuracy of all statements, answers and representations made in this questionnaire, including all supplementary information attached hereto. The undersigned hereby authorizes LAWA, or its agents, to contact any appropriate third parties to verify the accuracy of the information provided herein. The undersigned affirms that he/she is a duly authorized representative of the proposing entity. Date: _______________________

_______________________________________ (Name of Proposer) By: _______________________________________ (Principal/Owner)

PART C REFERENCES

Reference #2 Name: Title: Firm: Address:

Telephone:

Fax:

Nature and magnitude of purchase, sale, loan, business association, etc.:

The foregoing information is being submitted to LAWA as part of the Proposal for the operation of courtesy shuttles at LA/Ontario International Airport. The undersigned hereby attests to the truth and accuracy of all statements, answers and representations made in this questionnaire, including all supplementary information attached hereto. The undersigned hereby authorizes LAWA, or its agents, to contact any appropriate third parties to verify the accuracy of the information provided herein. The undersigned affirms that he/she is a duly authorized representative of the proposing entity.

Date:

(Name of Proposer)

By: (Principal/Owner)

PART C REFERENCES

Reference #3 Name: Title: Firm: Address:

Telephone:

Fax:

Nature and magnitude of purchase, sale, loan, business association, etc.:

The foregoing information is being submitted to LAWA as part of the Proposal for the operation of courtesy shuttles at LA/Ontario International Airport. The undersigned hereby attests to the truth and accuracy of all statements, answers and representations made in this questionnaire, including all supplementary information attached hereto. The undersigned hereby authorizes LAWA, or its agents, to contact any appropriate third parties to verify the accuracy of the information provided herein. The undersigned affirms that he/she is a duly authorized representative of the proposing entity.

Date:

(Name of Proposer)

By: (Principal/Owner)

PART C REFERENCES

Reference #4 Name: Title: Firm: Address:

Telephone:

Fax:

Nature and magnitude of purchase, sale, loan, business association, etc.:

The foregoing information is being submitted to LAWA as part of the Proposal for the operation of courtesy shuttles at LA/Ontario International Airport. The undersigned hereby attests to the truth and accuracy of all statements, answers and representations made in this questionnaire, including all supplementary information attached hereto. The undersigned hereby authorizes LAWA, or its agents, to contact any appropriate third parties to verify the accuracy of the information provided herein. The undersigned affirms that he/she is a duly authorized representative of the proposing entity.

Date:

(Name of Proposer) By: (Principal/Owner)

PART C REFERENCES

SECTION II – OFFER SHEET Hourly Rate of Compensation and Proposed Annual Increases

1.

Describe your On-airport Management Office and Equipment and attach an additional sheet if necessary

____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ 2.

Hourly Rate of Compensation

______________

3. Proposed Annual Increases (MAY NOT EXCEED 5% ANNUALLY) ______________ Year Two ______________ Year Three

______________

Year Four

______________

Year Five

______________

37

AIRPORT SHUTTLE DEPLOYMENT SCHEDULE Effective March 30, 2009 MAXIMUM NUMBER OF SHUTTLE BUSES ON ROUTE Lot 5

GTC

Terminal Connector

Time

Daily

Sunday

Monday through Friday

Saturday

Daily

12 a.m.

2

0

2

1

0

1 a.m.

2

0

0

0

0

2 a.m.

1

0

0

0

0

3 a.m.

1

1

1

1

0

4 a.m.

5

2

2

2

0

5 a.m.

5

2

2

2

1

6 a.m.

5

2

2

2

1

7 a.m.

5

4

4

2

1

8 a.m.

5

4

4

4

1

9 a.m.

5

6

6

5

1

10 a.m.

5

6

7

6

1

11 a.m.

5

6

7

5

1

12 p.m.

4

5

7

5

0

1 p.m.

4

5

6

4

0

2 p.m.

4

5

6

4

0

3 p.m.

4

5

6

4

0

4 p.m.

4

4

4

3

0

5 p.m.

4

4

4

2

0

6 p.m.

4

4

3

2

1

7 p.m.

4

3

3

2

1

8 p.m.

4

3

3

2

1

9 p.m.

4

3

3

1

1

10 p.m.

5

3

3

1

0

11 p.m.

5

2

2

1

0

Total Service Hours per Day

96

79

87

61

11

Route Summary: Lot 5 - Travels from Lot 5 to Terminal 2 to Terminal 4 and returns to Lot 5 (approx. 2.6 miles roundtrip). Car Rentals/GTC - Travels from Terminal 2 to Terminal 4 to the GTC and returns to Terminal 2 (approx. 2.8 miles roundtrip). Terminal Connector - Travels from Terminal 2, Terminal 4 and returns to Terminal 2 (approx. 2.0 miles roundtrip).

SPECIFICATIONS FOR: Seventeen (17), Thirty-Two Foot Heavy-Duty Low Floor CNG Fueled Transit Buses. Whenever any particular material or process is specified by a patent or proprietary name, by trade or brand name, or by the name of a manufacturer, such wording is used for the purpose of describing the material or the process and shall fix the standard of quality required and shall be deemed to be followed by the words “or equal”. The bidder may offer any material or process, which shall be the equivalent of that so specified. Bidders shall use the area to the right of the specifications under “Specified Materials” to describe materials to be provided. Spaces left blank will be considered by Los Angeles World Airports, as indication that bidders are meeting or exceeding that portion of the specification.

Spec. # 09/ONT/B1/17 GENERAL: It is the intent of these specifications to describe a heavy duty transit coach having a life cycle of at least 12 years or 600,000 miles and capable of operation on a 24 hour basis in an airport tram service. Bus must be Altoona tested for 12 years or 500,000 miles and crash tested. Coaches will average approximately 10 miles per hour and be subject to continuous idling conditions. Coach doors will cycle approximately 40 times an hour. Yearly service for each coach is estimated to be 4500 hours. Any or all materials, sub-assemblies, or accessories not specifically mentioned herein, but necessary to furnish a complete unit, ready for immediate use shall be included. Bus shall meet all Federal, State, and local rules, regulations and recommendations. All materials and equipment shall be new and unused. Shall be an ElDorado National EZ-Rider II or equal. For conformity and standardization of LAWA's transit bus fleet, interior and exterior configuration including the driver's area, luggage racks, grab railing, doors, paint scheme, graphics, etc., shall be similar to the existing Los Angeles World Airport's (LAWA) newest bus fleet. Checking box indicates that you have read that portion of the specifications listed. ;

SPECIFIED MATERIALS DIMENSIONS: All dimensions are approximate. [ ] Overall Length over body 32' [ ] Over-body Width 102" [ ] Overall Height 136" with CNG Pod [ ] Inside Height Front Axle 95" @ Front Axle [ ] Inside Height Rear Axle 78" @ Rear Axle [ ] Front Step Height 14" unkneeled; 11” kneeled [ ] Rear Step Height 14" unkneeled; 11” kneeled [ ] Floor Height 17" to 17.5" CURB WEIGHT: [ ] With driver and full fuel tanks curb weight shall be 27,000 pounds to 28,000 pounds. 09/ONT/B1/17

1 OF 26

SPECIFIED MATERIALS PAYLOAD: [ ] Shall be approximately 6,000 lb. minimum. GROSS VEHICLE WEIGHT RATING: [ ] Shall be approximately 34,000 lb. GRADEABILITY: [ ] Shall be approximately 42mph @2.3% grade. 7.2mph @13.3% grade. TOP SPEED: [ ] Shall be 60 mph. WHEEL BASE: [ ] Shall be approximately 168”.

BUMPERS: [ ] Front and rear bumpers shalle be energy absorbing help type. AXLE STOPS: [ ] Coach shall be equipped with axle stops and sufficient wheel clearance so the coach may be operated with one or more fully deflated air bags without damage to the suspension, frame or the tire contacting the body. FRONT AXLE: [ ] Arvin Meritor MFS-13 with I-Beam construction or equal. Full air suspension, steering axle. Axle and suspension shall have a minimum Gross Axle Weight Rating (GAWR) of 11,000 lb. Shall meet or exceed Federal GAWR specifications. REAR AXLE: [ ] Arvin Meritor Model RS 23 Series or equal. Full air suspension. Axle and suspension shall have a minimum GAWR of 23,000 lb. Shall be geared 5.38:1 ratio. BRAKES: [ ] Full air with spring parking brake. Combination of Bendix/Wabco ABS system or equal. Front brakes shall be approximately 15 in. x 6 in. Rear brakes shall be approximately16.5 in x 7 in. 09/ONT/b1/17 2 of 26

SPECIFIED MATERIALS [ ] Brake system shall comply with FMVSS 121 with anti-skid requirement .

FRONT SUSPENSION: [ ] Full air suspension with a minimum of two rolling lobe air springs per axle. The springs’ air pressure is maintained by a single, time delayed height control valve, Air springs are internally equipped with jounce rubber stops. Springs are dampened by two (2) hydraulic shock absorbers. REAR SUSPENSION: [ ] Full air suspension with two rolling lobe air springs per axle. Springs’ air pressure is maintained by two (2) each zero delay height control valves. Air springs are internally equipped with jounce rubber stops. Springs are dampened by two (2) hydraulic shock absorbers. AIR SYSTEM: [ ] Compressor shall be engine-mounted and shall have a minimum capacity of 18.7 cu. ft. per minute. System shall have a least four separate air tanks with a minimum capacity of 6500 cu. in. or a combined capacity of at least 12 times the maximum volume of all brake chambers. All nylon brake lines to be color coded. Air system shall be equipped with a Bendix AD-9, or Chicago Rawhide Turbo 2000 drier or equal. Wet tank shall be equipped with an automatic water ejector valve. [ ] Shall be equipped with a shop air fitting with quarter-turn valve mounted either in front under bumper, or at rear engine compartment to provide shop air to the bus air system. PAINT: [ ] The entire exterior body surface to be completely sealed, cleaned, sanded, and primed before final finish. Final finish surface to be low V.O.C, urethane high solids paint which meets all State and Federal Health and Safety Regulations per paint scheme. Exterior finish paint shall be white and maroon. Colors will be finalized upon 09/ONT/b1/17 3 of 26

SPECIFIED MATERIALS award. Shall match LAWA's newest existing bus fleet. CORROSION PROTECTION: The bus flooring, sides, roof, understructure, axle suspension components shall resist corrosion or deterioration from atmospheric conditions and roads salts for a period of 12 years or 500,000 miles. It shall maintain structural integrity and nearly maintain original appearance throughout its service life provided that it is maintained in accordance with the procedures specified in the Contractor’s service manual. Representative samples of all materials and connections shall withstand a 500 hours of salt spray Test in accordance with ASTM Procedure B117 with no structural detrimental effects to normally visible surfaces and no weight loss of over 1 percent. BODY STRUCTURE: [ ] The body structure shall be warranted against any structural or manufacturing defects occurring within FIVE (5) years of operation, including full coverage for parts and labor. Where such defects require the removal from service two (2) or more buses for a period of longer than 96 hours, the manufacturer shall replace all coaches over two (2) that are removed from service simultaneously. The replacement coaches shall be of the same size and type as those bid. STEERING: [ ] Shall have power assist steering with, 6-way tilt / telescoping steering column. TURNING RADIUS: [ ] Shall be 28’ feet turning radius. WHEELS & TIRES: [ ] Six wheels, 10 Hole mounting, 7.50" x 22.5". Shall be painted steel wheels, or equal. Tires shall be Michelin 275/70R 22.5 radial tires, or equal. Mounted spare tire shall be included and shipped loose. 09/ONT/b1/17 4 of 26

SPECIFIED MATERIALS ROAD CLEARANCE: [ ] Angle of Approach - approximately 9.5 degrees. Angle of Departure - approximately 9 degrees. Break-over angle - approximately 14 degrees. ENGINE: [ ] Compressed natural gas powered engine, minimum 250 horsepower @ 2200 RPM, minimum 660 foot pounds torque at 1300 RPM, Cummins ISLG, 250 HP or equal. Engine shall be certified by the California Air Resources Board to legally operate on CNG. Engine shall be equipped with water temperature and oil pressure shutdown switches with manual override buttons for each to be mounted on driver’s station instrument panels. Engine shall be installed and insulated to conform to Federal and State of California noise standards. Engine compartment shall be equipped with adequate lighting for night servicing. Must meet 2010 State of California Emissions Standards or greater. [ ] All flexible lines shall have a Teflon inner liner and a stainless steel braided cover. [ ] Shall be equipped with rear engine “run” box mounted in engine compartment. COOLING SYSTEM: [ ] Radiator shall be stainless steel with stainless steel surge tank and stainless steel clamps. All heater lines and radiator water lines shall be silicone. Cooling system capacity shall meet or exceed engine manufacturers requirement. [ ] The fan shall be mechanically driven. Unit shall be equipped with a Fleetguard (or equal) spin-on water filter. Radiator filler shall be easily accessible. TRANSMISSION: [ ] Shall be a Allison B300R 5-Speed with Retarder or equal. Shall be equipped with an oil cooler that meets or exceeds manufacturer's requirements. Shall also be equipped with integral cartridge-type oil filter. 09/ONT/b1/17 5 of 26

SPECIFIED MATERIALS CNG FUEL TANKS: [ ] Capacity shall be approximately 12,760 to 13,192 SCF. Tanks shall be mounted on the roof with adequate ventilation and access. Tanks shall be Type 4 Lincoln Composite or equal. [ ] The bus shall have a non-skid grit type coating around the fuel tank area to prevent slipping. [ ] Fuel system shall meet all NFPA, DOT, FMVSS, rules, recommendations and regulations that apply at the time of delivery. The fuel system shall use Sherex 5000 fuel receptacles/fittings, Sherex OPW DP5000CL-5078 fast fill and Sherex OPWLB36 D36 standard fill and have incorporated duel fueling capabilities. All receptacles/fittings/valves shall be mounted on a common manifold with a glycerin filled system fuel pressure gauge, located for easy viewing and access by fueling attendants and mechanics. Primary fuel line tubing from the tank to the fill fitting manifold shall have the largest diameter feasible to work with the fast fill Sherex OPW DP5000CL-5078 fitting. Body side fueling receptacle door shall have an engine cut-off interlock that will prevent the engine to operate while the fuel door is opened. ELECTRICAL SYSTEM: [ ] The electrical system shall be of a modular design, the control and wiring system shall be I/O Controls Dinex G3 Multiplex System, or equal. [ ] All wiring shall be continuous within a circuit, color coded, numbered and installed in wiring harnesses with polarized quick disconnects. Spare circuits shall be provided in all main wiring harnesses. All exposed wiring shall be installed in water and oil resistant looms. All circuits shall be protected with manual reset circuit breakers. All wiring terminals shall be mounted on easily accessible terminal boards. Access doors shall be 09/ONT/b1/17 6 of 26

SPECIFIED MATERIALS securely fastened. Hinge all access doors including safety chains for overhead doors. ALTERNATOR: [ ] Shall be 12 volt with 200 AMP rated Leece Neville alternator. BATTERIES: [ ] Shall have three (3) 8-D Series, Group 31 batteries and shall be installed in a stainless steel slide out tray. Shall have battery isolators to charge both batteries equally. ANNOUNCEMENT SYSTEM: [ ] Shall be a Digital Recorders Talking Bus Public Address Announcement System, or equal. A Digital Recorders DR600 Talking Bus® stop announcement system or approved equal shall be installed on each vehicle. [ ] The system shall meet or exceed all ADA requirements found in 49CFR Parts 37.167 and 38.35 and shall provide different, simultaneous audio announcements to riders onboard and waiting curbside. [ ] The system shall also provide a control capability for integrating present and future electronics on the bus. In order to maximize the system's useful life and to ensure ease of integration with third party electronics on transit vehicles, the system shall provide a robust, open software and hardware architecture. [ ] The system shall comply with SAE J1708 vehicle communications protocol. The system shall have the capability of hardware and software extension to include new or additional features. The system shall also incorporate ease of programming and updates of all operating information. [ ] The DR600 Talking Bus, or approved equal, stop announcement system shall be capable of providing a single log-on for other in-vehicle electronics systems (e.g.; destination / head signs systems, fare collection systems, 2-way radio systems, etc.). The operating protocol to accomplish system integration shall be SAE J1708 or DRSIP.

09/ONT/b1/17 7 of 26

SPECIFIED MATERIALS [ ] The system shall include an easy-to-use means of specifying whether log-on and/or passwords are required, and what vehicle operator ID's and passwords are acceptable for each sub-system. [ ] The system shall allow the operator to select the route and shall display the route and the next stop to be announced on the operator control unit. The operator shall have the ability to scroll forward or backward within the selected route's list of announcements. Internal announcements are intended for on-board riders and shall play in response to signals received by an onboard Automatic Message Trigger (AMT). External announcements shall play automatically when the door is opened for a stop. [ ] The system shall also provide the ability to define and play up to 99 special announcements and 200 announcements which play at pre-defined times of day, depending upon the amount of memory available. [ ] The system shall provide the ability to play external announcements on a repeating "loop" at regular time intervals until canceled by the operator. [ ] The system shall provide an easy-to-use means of updating the programmed database in the in-vehicle stop announcement system’s vehicle logic unit with a USB data key. [ ] The unit's stop announcement system shall have dual channel audio capable of playing simultaneous internal and external announcements. Vendor shall provide all database programming and route mapping services necessary for the system to be fully functional. [ ] The system shall include a noise-sensing device, an Automatic Gain Control (AGC) Microphone, for each audio channel and shall automatically and independently adjust each channel's audio volume as appropriate in response to ambient noise detected. Volume adjustment shall be made independently on each audio channel. [ ] The unit shall provide the hardware and software necessary to: • Provide a single operator login 09/ONT/b1/17 8 of 26

SPECIFIED MATERIALS • • • • • • • • •

Coordinate audio announcements and sign displays Accept data generated by the Route Mapping Module (RMM) and Central Recording Station (CRS) Off-load data via USB data Key and/or 802.11x W-LAN Integrate with Digital Recorders’ Type N Operator Control Unit Integrate with internal LED signs for internal announcements Download and control data for TwinVision™ SAE J1708 and IBIS destination signs. Interface with J1708 Engine controllers without the use of external protocol converters. Allow for future hardware and software expansion. Support Wireless Data Transfer for software, announcement data, and route data updates

[ ] The VLU shall have the following hardware and characteristics: • Overall size 11.5” wide, 15” long, 2.5” deep. • Four audio amplifiers, 35W each (2 internal, 1 external, 1 driver monitor speaker). • 2 line x 16 character LCD backlit display to be used for diagnostics and visual status of system • 14 Discrete inputs. • Non-removable solid-state memory (no PC cards to lose). • 10 serial ports (4x RS-232, 2 x J1708/J1587, 2 x RS-485, 2 x internal). • Integrated Ethernet (10/100baseT). • Integrated USB data port. • Positive-locking, heavy-duty connectors. • Hardware & software feature expansion. • 4 Hardware-expansion slots (2x PC/104 and 2x PC/104+). • Integrated Wireless Ethernet (IEEE 802.11x) • 4 Microphone Inputs (driver, auxiliary, ext. AGC, int. AGC) • Line Level Audio IN/OUT • Built-in real-time clock 09/ONT/b1/17 9 of 26

SPECIFIED MATERIALS • • • •

Ability to support third-party control heads and mobile data terminals Compliance with SAE J1708 vehicle communications protocol Compliance with DRSIP communications protocol Support for non-J1708 communications protocols as needed, including the ability to add protocol support for non-standard electronics that may be present on, or be added to transit vehicles

Audio Diagnostics [ ] The Stop Announcement vehicle logic unit shall be capable of playing audio diagnostics for all currently integrated electronics and capability for electronics which may be integrated in the future. This includes diagnostics for the destination sign system, internal passenger information signs, Operator Control Unit, internal speaker system, external speaker system, navigation system and vehicle maintenance devices. The VLU shall confirm proper communications with each of these devices and provide audio messages describing any failures. Operator Control Unit (OCU) [ ] The Operator Control Unit (OCU), in conjunction with the VLU, shall provide a single operator log-on for electronic devices on the transit vehicles, at the Authority's discretion. The OCU shall provide a display and keypad which are specifically adapted for transit operations. The LT2 OCU shall have the functionality to update both the destination signs and the voice annunciation system. Any programming changes for either the destination signs (TwinVision only) and/or the voice annunciation system can be written to a single USB Key and that one key used to update both systems through the Vehicle Logic Unit (see section 4). The OCU shall be easily located within the vehicle operator area; operate under a wide temperature range (-20oC to +70oC) and dedicated keys for functions such as: • • •

Safety/Regulatory Announcements Route A/Route B selection Repeat Last Announcement

09/ONT/b1/17 10 of 26

SPECIFIED MATERIALS • • • • • • •

Loop External Announcement Increase/decrease display screen's brightness Arrow keys for scrolling forward or backward Activate Internal Announcements P/R Button Mic. Volume button Menu button

[ ] The OCU Unit shall contain a display of at least twolines of 20-character capability. The OCU Unit shall contain an audio annunciator that beeps indicating that a key is depressed. [ ] The OCU enclosure shall be constructed of rugged aluminum housing and meet FCC Part 15 for shielding of EMI/RFI. The OCU keypad shall have a minimum of 28 keys within a sealed, elastomeric membrane. An audible beep shall sound when keys are activated. A warning beep shall sound to indicate incorrect key selection. [ ] Message recording, programming and digitization are required for the DR600 Talking Bus® Stop Announcement System to be operational. The initial message database setup shall be provided and the transit agency’s personnel shall be trained in order to maintain the database through the CRS. Message Programming Services [ ] Message Programming shall include recording, digitization and programming of all internal stop announcements, external destination announcements and other special or safety messages, in accordance with the message script and route lists provided by the transit customer. [ ] The programming shall include the creation of a database linking the stops to geo-coded data for the AMT (Automatic Message Trigger.) [ ] Internal sign programming shall be supplied as part of the Message Programming Services. All announcements shall be recorded in a professional sound studio. [ ] The number of routes and announced stops per route shall be provided by LAWA. 09/ONT/b1/17 11 of 26

SPECIFIED MATERIALS GPS-Based Automatic Message Trigger [ ] The GPS-Based Automatic Message Trigger (AMT) shall automatically determine adherence to the bus route and trigger the announcement of the next bus stop as it is approached. The AMT shall utilize signals received from GPS satellites, a heading sensor, and an odometer sensor to provide continuous location information and automatic correction. This three-pronged approach maximizes accuracy of location information, even in the event of signal drop-outs (i.e. in dense urban areas with tall buildings, etc.) [ ] Once initialized, the automatic announcement system shall not require operator intervention or action in the event of off-route excursions. GPS dropouts and/or signal errors shall not operationally degrade on-route system performance. The system shall detect off-route excursions and remain silent when off route. The system shall detect reacquisition of the route, at any point along the route, and automatically determine and announce the next valid bus stop. Off-route and on-route detection and recovery shall be automatic and not require operator intervention or action, nor shall it require the vehicle to be driven to special reacquisition points. [ ] The GPS shall be capable of providing its positioning information to other onboard equipment. Continuous position, heading, and speed information shall be available via industry-standard interface and protocols should the transit system wish to utilize the data with other onboard electronics. Route Mapping Services [ ] Route Mapping Services shall include collection of GPS trigger points for each stop announcement and verification of same. Internal Display Sign [ ] The internal display sign shall display coordinating text for next stop and other audio announcements. The sign shall meet all ADA requirements for internal signage. The sign shall be a Light Emitting Diode (LED) type sign with 16 characters per line with bright yellow LEDs. Sign shall be no larger than 27” x 2 1/8” x 4 1/8” (single line) or 6 1/8” (double line). The sign shall be programmable via the DR600 CRS. Messages can be 09/ONT/b1/17 12 of 26

SPECIFIED MATERIALS shown streaming or by any of 3 single frame modes with automatic centering. Speed, delays, and looping shall be programmable. Busy/ready status shall be poll-able. Forced reset capability shall exist. [ ] The internal LED display sign shall be used to display the words “Stop Requested” and shall be visible to passengers. This shall be illuminated when the passenger chime is activated and shall remain on until the front or rear door is opened. The internal LED display sign shall also be used to display “Lift Requested” when the passenger chime is activated provided there are separate outputs on the vehicle to designate different chimes for Stop Requested and Lift Requested. [ ] Enclosure shall be aluminum with welded and sanded seams, black powder paint finish and red acrylic fascia with matte finish for reduction of reflected glare. Sign shall be constructed to withstand the harsh environmental conditions found in transit applications. Public Address Speakers [ ] The DR-VLU stop announcement system shall utilize 6each 4 ohm speakers for internal announcements. Internal speakers shall have a range of 70 - 15,000 Hz at a minimum. The external speaker(s) shall be a weatherproof; horn-type constructed of a hard plastic or aluminum material and have a minimum range of 200 - 15,000 Hz. [ ] All internal and external speaker locations shall require prior approval by LAWA. INTERIOR LIGHTING: [ ] Door lights, step-well lights and ceiling mounted florescent lights to be full length to provide uniform passenger compartment illumination. Step well lights and ground lights shall come on when doors open. Lights shall be wired into the running light switch. Shall be Transmatic or approved equal. EXTERIOR LIGHTING: [ ] All lights to meet California and FMVSS 108 regulations. All exterior lights shall be LED type except for headlights. Shall have day/night run switch. Shall have lighting for the rear engine compartment. 09/ONT/b1/17 13 of 26

SPECIFIED MATERIALS BACKUP ALARM: [ ] Coach shall have an automatic electronic audio backup alarm. WINDSHIELDS: [ ] Shall be safety glass with 73% light transmittance (i.e. 27% density) and have dark-tinted sunshade across top and meet State and Federal Safety Regulations. SIDE WINDOWS: [ ] Shall be two section and black “PPG Flexanar MAR plus” extruded aluminum sash with top section tip-in transom type or approved equal. Minimum height of top section, 6 inches. A positive closing device shall be provided. All side windows shall be glazed with 7/32” nominal thick, 31% gray density laminated safety sheet glass. DRIVERS AREA: [ ] Shall have a lower section of single slider design. [ ] Shall have driver’s and side windshield shade (New View Type). [ ] Shall have driver coat hook and strap. [ ] A two-way radio pre-wire box with 12-volt DC supply ground harness and antenna cable conduit shall be installed. EMERGENCY EXITS: [ ] Shall comply with FMVSS 217. All emergency exit signs shall be in English and international symbols. HVAC SYSTEM: [ ] The system shall be a rear mount Thermo King T2 system rated at a minimum of 90,000 BTU/Hr. cooling capacity and 87,000 BTU/Hr. heating capacity. The compressor to be an X430, with the refrigerant type to be R134a. A separate heater and defroster shall be provided for the driver, rated at a minimum of 60,000 BTUs per hour and air conditioning at 24,000 BTU with driver’s overhead booster fan in A/C ducting. VENTILATION SYSTEM: [ ] Shall have five-position roof ventilator and emergency escape hatch installed in the roof over the rear axle. 09/ONT/b1/17 14 of 26

SPECIFIED MATERIALS INSULATION: [ ] Roof, sidewalls, and rear crown shall be insulated with fiberglass mat that is encapsulated and sealed against moisture in plastic. Insulation shall provide maximum thermo-barrier and sound absorption. Rear engine firewall shall be a weld fabricated carbon steel panel designed to provide superior fire resistant barrier. Panel shall be covered with a 1” sound and thermo blanket. Body shall be undercoated and sealed. INTERIOR PANELS: [ ] Interior wall and ceiling covering shall be 1/10” thick laminated melamine panels. Shall me Arborite S-550-CA Elegant White, no exceptions. FLOORS AND FLOOR COVERING: [ ] Floors shall be pressure treated (ACQ treated) 3/4" thick 7-ply, preservative treated wood panels, or equal. Floor covering shall be RCA grey rubber flooring with ribbed aisles. DOORS: [ ] Doors shall be air operated. Shall be slide glide in front and rear with sensitive edging . Front door shall have a 34" x 78" clear opening minimum. Rear door shall have a 42" x 78" opening minimum. Door windows shall be glazed, upper and lower in all sections of door. Brake and throttle interlock shall activate when rear doors are open. Doors shall be equipped with inside emergency opening mechanism and pressure sensitive edges that opens the doors and operates an audible alarm in the drivers station. SEATING: [ ] Seating shall be provided for a minimum of 23 passengers. Bidder shall submit with its bid, shop drawings showing seat configurations, attachment details and kickplate construction for approval. Passenger seats shall be Freedman Citiseats, or equal. with Level 3 inserts. All seats shall be installed with backs to exterior walls in a perimeter seating arrangement. Floor plan shall accommodate 2 wheelchair positions and meet American with Disabilities Act regulations. Seat configuration shall exactly match LAWA's design and will be finalized after award.

09/ONT/b1/17 15 of 26

SPECIFIED MATERIALS [ ] Wheelchair positions shall be equipped with L-Track pockets and one (1) Q-Straint QRT 8100 Tie-Down System per position with storage box. DRIVER SEAT: [ ] Shall be a four-way, adjustable air-ride type hiback seat, shall match LAWA existing fleet and be a Recaro Ergo Metro Air Ride with black fabric and seat belt.. LUGGAGE RACK: [ ] Two luggage racks shall be provided in each coach opposite the rear entrance door. The rack shall be constructed of welded stainless steel tubing with plywood shelves. Shelves shall be constructed of Marine plywood and covered with a commercial grade RCA rubber, or equal type rubber. Color shall match coach interior. The first shelf shall be installed at a height above the coach floor, which will permit the floor of the coach to hold large luggage in an upright position. The second shelf shall be installed at a height above the first shelf, which will permit the first shelf to hold large luggage in an upright position. The back of each shelf and the area above the top shelf shall have a bar or other protective barrier installed to prevent damage to side walls, windows, ceiling or light fixtures. Total luggage rack shelf shall of primary and secondary luggage racks shall be approximately 97” wide x 30" deep. [ ] Primary luggage rack shall be located forward of the secondary luggage rack. Primary luggage rack shall also be collapsible and accommodate one wheelchair position. [ ] Secondary luggage storage racks shall be located directly to the rear of the primary rack and on the curb side of vehicle. [ ] Luggage racks shall be constructed and have the same appearance as LAWA's newest existing bus fleet. Bidder shall provide shop drawings of proposed luggage rack for approval by Department. WHEELCHAIR RAMP: 09/ONT/b1/17 16 of 26

SPECIFIED MATERIALS [ ] Bus shall have one wheelchair ramp. The wheelchair ramps shall comply with the American with Disabilities Act of 1990 Section 38.23. Wheelchair ramps shall be a "Lift-U" Model LU-11, NO EXCEPTIONS. Unit shall be installed at the rear doors. They shall be selfcontained electric/hydraulic units. Provisions shall be made for emergency operation in case of an electrical or engine failure. [ ] Ramp angle shall not exceed a 1:6 slope when deployed to ground level. Vendor shall provide factory on-site training. Cycle time shall be 45 seconds nominal. Controls shall be mounted and positioned so that unit can be operated from either the driver's seat, or at a location near the rear door. The ramp shall be covered with renewable or replaceable non-skid material. Front door throttle and brake interlock is required when wheelchair lift is in operation. [ ] International Handicap symbol decals shall be installed on each coach in three (3) locations to be determined at the pre-production meeting. GRAB RAILS: [ ] Overhead grab rails shall be installed on each side of the coach and be 1.25” diameter 304 polished stainless steel tubing and shall be fitted horizontally from the roof carline. All tube fittings shall be polished stainless steel and all hardware shall be burr free to prevent passenger injury. EXTERNAL MIRRORS: [ ] External mirrors shall be 15” x 8” overall, twopart mirrors. Upper section shall be 8.5” flat glass and lower section shall be 5.5” convex adjustable diminishing glass. Mirrors shall have a quick mount disconnect and be supported by rigid adjustable black powder-coated arms. INTERNAL MIRRORS: [ ] One 6 inch x 30 inch mirror for driver's view of coach. One 12 inch minimum diameter convex mirror for rear exit. WINDSHIELD WIPER AND WASHERS: 09/ONT/b1/17 17 of 26

SPECIFIED MATERIALS [ ] Self-parking two-speed electric wipers with an intermittent feature with a single control, shall be supplied. Nozzles shall be located on wipers wet arm. [ ] Washer system shall have a minimum reservoir capacity of 3 gallons. PASSENGER SIGNALING SYSTEM: [ ] Bus shall be equipped with a yellow colored touch- tape type passenger signaling system. Touch-tape shall be installed so to be accessible to passengers in wheelchairs. Configuration shall match LAWA newest existing bus fleet. SAFETY EQUIPMENT: [ ] Shall be equipped with a 5 lb. dry chemical fire extinguisher "General" or approved equal and highway safety Triangle Kit, K.D. Model #610-4645 or approved equal. Shall be shipped loose in coach. INSTRUMENTS AND CONTROLS: The driver's console shall include: [ ] A. Electronic speedometer with odometer [ ] B. Air pressure gauges, low air pressure warning buzzer (must meet FMVSS 121) and warning light. [ ] C. Voltmeter and no charge warning light. [ ] D. Directional signal and emergency flasher indicators. [ ] E. Heating, defrosting and ventilating controls. [ ] F. Oil pressure gauge and low oil pressure warning light. [ ] G. Water temperature gauge and overheating warning light and low water level warning light. [ ] H. Glycerin filled fuel level gauge. [ ] I. Door controls and door open warning lights. [ ] J. Individual switches for operators lights, interior lights, horn and hazard flashers. [ ] K Circuit breaker panel located in driver's compartment or easily accessible to driver. Shall have a hinge with safety chain. [ ] L. Emergency engine shutdown switch and reset control. [ ] M. Floor mounted directional signals. 09/ONT/b1/17 18 of 26

SPECIFIED MATERIALS DESTINATION SIGNS: [ ] The electronic passenger display system shall be a Twin Vision all LED solid-state electronic sign system. System shall provide multi-level brightness capabilities based on ambient light conditions, System shall offer Windows based operating software. The following are the sign configurations to be provided. [ ] Front sign shall have 16 rows x 160 columns, a display height of 7.9” and a display width of 63” with electric defogger. [ ] Side sign shall be 14 rows x 108 columns with 4.2 characters. Cables and Accessories [ ] Front sign shall be mounted in the upper windshield area and the side sign shall be mounted in the upper transom area of the first curbside window. [ ] The entire display area of all signs shall be readable in direct sunlight, at night, and in all lighting conditions. [ ] The system shall be microprocessor-based utilizing approved bi-directional serial communications, such as; E.I.A. RS-485, S.A.E.J1708 or IBIS, between system components, and shall utilize error detection techniques within the communication protocol. [ ] Independent Controller Boards shall be mounted in the front & side destination Sign. The system shall be capable of communicating with, and/or controlling additional information devices, such as interior information Signs, Voice Annunciation devices, etc. The system shall provide for destination and/or Public Relations (P/R) message entry. [ ] A Main System Controller Board (“MSCB”) shall be mounted in the front or side destination Sign. The system shall be capable of communicating with, and/or controlling additional information devices, such as interior information 09/ONT/b1/17 19 of 26

SPECIFIED MATERIALS Signs, Voice Annunciation devices, etc., The system shall provide for destination and/or Public Relations (P/R) message entry. [ ] Flash memory integrated circuits shall be capable of storing and displaying up to 10,000 message lines. Message memory shall be changeable by the use of a PCMCIA Card of not less than 1.0-megabyte memory capacity but sized according to the message listing noted herein. [ ]The System shall have the ability to sequentially display multi-line destination messages, with the route number portion remaining in a constant “on” mode at all times, if so programmed. It shall also be capable of accepting manual entry of Route Alpha/Numeric information on any/all signs. [ ] The various Signs shall be programmable to display independent messages or the same messages; up to two destinations messages and one public relations message shall be preselectable. The operator shall be able to quickly change between the pre-selected messages without re-entering a message code. Public relations messages shall be capable of being displayed alternately with the regular text and route messages or displayed separately. [ ] A push button or toggle switch in a location to be approved by LAWA shall activate an emergency message. The emergency message shall be displayed on signs facing outside the vehicle while signs inside the vehicle, including the OCU display, remain unchanged. The emergency message shall be canceled by entering a new destination code, or power cycling (after removal of the emergency signal). [ ] The programming software shall provide means of adjusting the length of time messages are displayed in 0.1-second increments up to twenty-five seconds.

09/ONT/b1/17 20 of 26

SPECIFIED MATERIALS [ ] The Master Coach Run Switch shall control power to the Sign system. The signs shall operate in all positions of this switch except off. The signs shall be internally protected against voltage transients and RFI interference to ensure proper operation in the local environment. DISPLAY & DISPLAY ILLUMINATION: [ ] All Sign displays shall consist of pixels utilizing High Intensity Light Emitting Diode’s (“LED”), for superior outdoor environmental performance, (of Amber and multi-color illumination appearance of light wavelength of 590 NM). LED should be made of AllnGaP II, superior UV resistant Epoxy lens and superior resistance to the effects of moisture. Each pixel shall have a dedicated LED for illumination of that pixel in all lighting conditions. The sign system shall have multi-level intensity changes, which adjust automatically as a function of ambient lighting conditions. There shall be no requirement for any fan or any specialized cooling or air circulation. [ ] This LED shall be mounted such as to be visible directly to the observer positioned in the viewing cone, allowing for full readability 65 degrees either side of the destination sign centerline. The LEDs shall be the only means of illumination of the sign system. The LED illumination source shall have an operating life M.T.B.F. of not less than 100,000 hours. Each LED shall not consume more than 0.02 Watts. The characters formed by the System shall meet the requirements of the Americans with Disabilities Act (ADA) of 1990 Reference 49 CFR Section 38.39. [ ] The vehicle manufacturer shall comply with the Sign manufacturer’s recommended mounting, mounting configuration, and installation procedures to assure optimum visibility and service accessibility of the Sign System and System components. [ ] All Signs shall be enclosed in a manner such as to inhibit entry of dirt, dust, water and other contaminants during normal operation or cleaning. Access shall be provided to clean the 09/ONT/b1/17 21 of 26

SPECIFIED MATERIALS inside of the Bus window(s) associated with the Sign and to remove or replace the Sign components. Access panels and display boards shall be mounted for ease of maintenance/replacement. Any exterior Rear Sign enclosure used shall be made of Polycarbonate material containing fiberglass reinforcement. The vehicle manufacturer shall comply with the sign manufacturer's recommended mounting, mounting configuration, and installation procedures to assure optimum visibility and service accessibility of the Sign System and System components. [ ] All electronic circuit boards used in the Sign System shall be conformal coated to meet the requirements of military specification MIL-I46058C. All Sign System components shall be certified to have been subjected to a “burn-in” test of a minimum of twelve (12) hours operation in a temperature of 150 degrees F. prior to final inspection. FRONT SIGN: [ ] The Front Sign message shall be readable by a person with 20/20 vision from a distance not less than 350 feet for signs of display height greater than 8 inches and from a distance not less than 275 feet for display heights less than 8 inches. The Front Sign shall have a viewing cone of equal readability at 65 degrees on either side of a line perpendicular to the center of the mean plane of the display. The intensity of the illumination of the display pixels shall appear, to the naked eye, to be approximately uniform throughout the full viewing cone. SIDE SIGN: [ ] The Side Sign message shall be readable by a person with 20/20 vision from a distance of not less than 110 feet. The Side Sign shall have a viewing cone of equal readability at 65 degrees on either side of a line perpendicular to the center of the mean plane of the display. The intensity of the illumination of the display pixels shall appear, to the naked eye, to be approximately uniform throughout the full viewing cone. 09/ONT/b1/17 22 of 26

SPECIFIED MATERIALS OPERATOR CONTROL UNIT (OCU): [ ] The OCU Unit shall be used to view and update display messages. It shall be recess mounted on the Bus vehicle front Sign compartment access cover or door. The OCU shall utilize a multi-key conductive rubber pad keyboard and be designed for transit operating conditions. [ ] The OCU Unit shall contain a display of at least two-lines of 20-character capability. The OCU Unit shall contain an audio enunciator that beeps to alert the operator to view the display for a message, or beeps indicating that a key is depressed. The OCU Unit shall continuously display the message associated with the selected destination readings (except the emergency message feature as noted above). [ ] If the IBIS interface is required in the Destination Sign System, an auxiliary RS232 (DB9) port shall be made optionally available on the OCU under frame for inputs from any wireless technology that might be envisioned in the future. This auxiliary RS232 port shall operate at 9600 baud and accept commands from a wireless source (such as Spread Spectrum receivers) and will set destination sign addresses as if manually operated by the OCU operator. An auxiliary J1708 port shall be made available on the J1708 OCU so that auxiliary J1708 commands may be provided to the Destination Sign system from a wireless source that conforms to the J1708 command structure. The System shall have the capability of interfacing via the J1708 link with any such inputs, providing that the apparatus conform with the appropriate signaling specifications. MESSAGE MEMORY TRANSFER AND UPDATE: [ ] The Sign system shall be re-programmable on the Bus vehicle with the use of a PCMCIA Card. A PCMCIA Card slot shall be provided on the OCU face for this purpose. The maximum reprogramming time for a 10,000 line listing shall be one minute. PCMCIA Cards, of appropriate memory capacity based on not less than 0.5 Megabyte, shall be supplied at the rate of one card for each 10 systems, 09/ONT/b1/17 23 of 26

SPECIFIED MATERIALS or fraction thereof, but in any event not less than two such PCMCIA Cards shall be supplied. MESSAGE LISTING: [ ] Upon receipt of the contract/purchase order the vehicle manufacturer shall supply to the Sign manufacturer, a list of the Message readings or listings such as to allow the Sign System to be preprogrammed with the correct readings. EXTERIOR SIGNS: Shall be provided as follows: [ ] A. Two (2) decal signs reading "ONT SHUTTLE" shall be installed on front and right side of coach. Exact font, size and location shall be determined after award of contract. SHALL MATCH EXACTLY AS EXISITING LAWA's NEWEST BUS FLEET. 1. CODES: [ ] The coaches shall comply with all local, Federal and State Codes and Standards applicable to vehicle used in heavy-duty public transit service, whether or not the specific Code sections are referenced within these Specifications. 2. MOTOR VEHICLE SAFETY STANDARDS: [ ] The coach design shall provide for the safety of passengers, operators and maintenance personnel. It shall also take into consideration the safety of the elderly and handicapped. [ ] The coach shall comply with all Federal Motor Vehicle Safety Standards as established by the United States Department of Transportation, State and Local regulations that may apply at the time of delivery. FIRE DETECTION AND SUPPRESSION: [ ] The engine/transmission compartment shall be equipped with an automatic fire extinguishing system manufactured by Santa Barbara Research Center, a subsidiary of the Hughes Corporation, or Kidde Aerospace and Defense, a Hamilton Standard Company, or equal. The system shall detect fires by means of infrared sensors, and shall activate fast acting 09/ONT/b1/17 24 of 26

SPECIFIED MATERIALS extinguishers which release a Halon substitute fire suppressant, and shall warn the operator by means of an audible alarm and a warning light in the driver’s stations. [ ] The system shall also monitor radiometric heat levels within the field of view of the sensors and shall activate an overheat alarm to warn the driver of an overheating situation. The dual spectrum, infrared fire sensors shall detect fires over a 90 degree minimum conical field of view. Sensor response time shall be less than ten milliseconds. The dual spectrum sensing system shall monitor short and long wavelength radiation channels. The short wavelength channel shall detect radiation below 2.5 microns and the long wavelength channel shall detect radiation at 10 microns. The sensors shall also meet the following criteria: [ ] a. The sensors shall operate over a temperature range of minus 40 degrees Fahrenheit to plus 250 degrees Fahrenheit. [ ] b. Quiescent current drain shall be less than 30 ma. [ ] c. The sensors shall weigh less that 0.75 pounds and shall occupy less than 12 cubic inches. [ ] d. The sensors shall be immune to false alarms from the following sources: [ ] 1. Sunlight [ ] 2. Flashlight (3 D-cell) [ ] 3. Lightning (except direct hit) [ ] 4. Vehicle headlights METHANE DETECTION SYSTEM: [ ] The bus shall be equipped with a methane detection system to detect methane (natural gas) leaks and shall warn the operator by means of an audible alarm and a warning light in the driver’s stations. Methane detection sensors shall be located above the fuel tank, in the engine compartment, and in the interior of the bus. A sufficient number of sensors shall be installed to insure the detection of methane throughout the 09/ONT/b1/17 25 of 26

SPECIFIED MATERIALS entire coach interior, engine compartment, and fuel tank area or compartment. EVIDENCE OF DURABILITY AND RELIABILITY: [ ] Bidder must furnish company names, addresses, phone numbers, and contact persons of at least five (5) companies or government agencies that have buses which were manufactured by the bidder.

09/ONT/b1/17 26 of 26

-1-

Administrative Requirements

10022151

Administrative Requirements Forms and explanatory documents for each of the following administrative requirements are identified below and are included in the respective sections of this package. Also included as the final section is a checklist to assist your proper completion of the required forms prior to bid/proposal submittal. This checklist should be used by Bidders/Proposers to prepare an Administrative Requirements Packet which must be submitted with your bid/proposal. This Packet should be bound separately from other parts of your bid/proposal and clearly labeled “Administrative Requirements Packet”. Additional copies of the Packet are not required to be submitted. The following administrative requirements may reference the Los Angeles City Charter (LACC), Los Angeles Municipal Code (LAMC), or Los Angeles Administrative Code (LAAC). For further information or assistance regarding all administrative requirements, contact: Los Angeles World Airports Contract Services Division P O Box 92216 Los Angeles, CA 90009-2216 Phone: (310) 417-6495 Fax: (310) 646-9620 E-mail: [email protected] Internet: www.lawa.org

1. AFFIDAVIT OF NON-COLLUSION Pursuant to the LAAC, Division 10, Chapter 1, Article 2, Section 10.15, each bid/proposal must include the attached affidavit of the Bidder/Proposer that the bid/proposal is genuine, and not a sham or collusive, or made in the interest or on behalf of any person, and that the Bidder/Proposer has not directly or indirectly induced or solicited any other Bidder/Proposer to submit a sham bid, or any other person, firms, or corporation to refrain from bidding, and that the Bidder/Proposer has not sought by collusion to secure for himself/herself an advantage over any other Bidder/Proposer. Bidders/Proposers must complete, notarize, and submit the attached “Affidavit to Accompany Proposals or Bids” with the bid/proposal. If the Bidder/Proposer is a corporation, the affidavit must be signed by two authorized officers of the corporation. Failure to include an Affidavit with the bid/proposal will render the bid/proposal nonresponsive and will result in its rejection. Attachment: •

Affidavit to Accompany Proposals or Bids

10022151 -2-

2. AFFIRMATIVE ACTION Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Section 10.13, it is the policy of the City of Los Angeles to require each person or entity contracting for goods or services in the amount $1,000 or more to comply with the non-discrimination and Affirmative Action provisions of the laws of the City of Los Angeles. All Bidders/Proposers must agree to adhere to the nondiscrimination clause and designate an Equal Employment Opportunity Officer and certify the same by signing and submitting the attached Certificate. In addition, for construction contracts of $5,000 or more and nonconstruction contracts of $100,000 or more, Bidders/Proposers are required to complete the attached Total Composition of Work Force and submit one of the following plans at the time of bid/proposal submittal: the Consultant’s own Affirmative Action Plan or an executed copy of the Los Angeles City Affirmative Action Plan, a copy of which is attached. Subcontractors will be required to submit the same to the prime contractor prior to commencing work. Attachments: • • • • •

Nondiscrimination/Equal Employment Practices/Affirmative Action Certificate Total Composition of Work Force Equal Employment Practices Provisions Affirmative Action Program Provisions Los Angeles Affirmative Action Plan

For further information regarding this requirement please contact: Bureau of Contract Administration Office of Contract Compliance, EEO Enforcement Section 1149 S. Broadway St., Suite 300 Los Angeles, CA 90015 Phone: (213) 847-1922 Fax: (213) 847-2777 Web: http://bca.lacity.org

3. ASSIGNMENT OF ANTI-TRUST CLAIMS It is the policy of Los Angeles World Airports (“LAWA”) to inform each Bidder/Proposer that in submitting a bid/proposal to LAWA, the Bidder/Proposer may be subject to California Government Code Sections 4550 – 4554. If applicable, the Bidder/Proposer offers and agrees that if the bid is accepted, it will assign to LAWA all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act or under the Cartwright Act, arising from purchases of goods, services, or materials by the Bidder/Proposer. Such assignment is made and becomes effective at the time LAWA tenders final payment to the Bidder/Proposer. Attachment: •

California Government Code Section 4550--4554

10022151 -3-

4. BID/PROPOSAL BOND Pursuant to the LACC, Section 371, and the LAAC, Division 10, Chapter 1, Article 2, Section 10.15, it is the policy of the City of Los Angeles to require that every bid/proposal be accompanied by either (a) a check certified by a responsible bank in the City of Los Angeles; (b) a cashier’s check issued by a responsible bank; (c) a corporate surety bond of a responsible surety company, payable to the order of the City of Los Angeles, Department of Airports, as a guarantee that the bidder will enter into the proposed contract and furnish the required bonds. The proposal bond for this RFP is set in the amount of $1,000,000.00. If submitting a bond, Bidder/Proposers are encouraged to use the attached Bid Bond form. If another bond is used, Bidders/Proposers are hereby advised that only a bond guaranteeing to the City the full $1,000,000.00 sum thereof, regardless of the City's actual damages should the bidder fail to enter into the contract and furnish the required bonds, will be acceptable. Failure to include a Bid/Proposal Bond and the attached instruction sheet with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection. Attachments: • •

Instructions for Bid/Proposal Bond Form Bid/Proposal Bond

5. BUSINESS TAX REGISTRATION CERTIFICATE Pursuant to the LAMC, Chapter 2, Article 1, Section 21.03, persons engaged in any business or occupation within the City of Los Angeles are required to register and pay the required tax. Businesses, including vendors, owing tax are issued a Business Tax Registration Certificate (BTRC) number. In some cases where businesses are not required to pay a business tax, a Vendor Registration Number (VRN) is issued. Non-profit organizations may apply for an exempt tax registration certificate. In order to be paid under contract with the City, a BTRC or VRN or Exempt number must be provided to the Controller’s Office. Successful Bidders/Proposers and their subcontractors must provide LAWA with a BTRC or VRN, along with the effective date of the number prior to commencing work on the contract. However, if a BTRC or VRN has already been issued, you may submit the attached “Business Tax Registration Certificate Number or Business Tax Exemption Number Form” with the bid/proposal. To obtain a BTRC, VRN, or Exempt number, please apply with the Office of Finance. Additional information regarding this requirement may be obtained at: Office of Finance Tax & Permit Division 200 N. Spring St., Room 101 Los Angeles, CA 90012 Phone: (213) 473-5901 Web: http://www.lacity.org/finance/

10022151 -4-

Attachment: • Business Tax Registration Certificate Number or Business Tax Exemption Number Form

6. CHILD SUPPORT OBLIGATIONS Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Section 10.10 et seq., contractors and subcontractors performing work for the City must comply with all reporting requirements and Wage and Earning Assignment Orders relative to legally mandated child support and certify that contractors/subcontractors will maintain such compliance throughout the term of the contract. Bidders/Proposers are required to complete and submit the attached “Certification of Compliance with Child Support Obligations” form with the bid/proposal. Subcontractors will be required to submit the same to the prime contractor prior to commencing work. Failure to include a Certification of Compliance with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection. Attachments: • •

Child Support Obligations Provisions Certification of Compliance with Child Support Obligations

For additional information please contact: Child Support Services Department Los Angeles County 5770 South Eastern Avenue Commerce, CA. 90040-2924 (323) 890-9800 http://cssd.lacounty.gov

7. CONTRACTOR RESPONSIBILITY PROGRAM Pursuant to Resolution No. 21601 adopted by the Board of Airport Commissioners, effective May 20, 2002, the Contractor Responsibility Program (CRP) is the policy of Los Angeles World Airports (LAWA) to ensure that all LAWA contractors have the necessary quality, fitness and capacity to perform the work set forth in the contract. LAWA shall award contracts only to entities and individuals it has determined to be Responsible Contractors. The provisions of this Program apply to leases and contracts for construction, for services, and for purchases of goods and products that require Board approval. Bidders/Proposers are required to complete and submit with the bid/proposal the attached “Contractor Responsibility Program Questionnaire” that provides information LAWA needs in order to determine if the Bidder/Proposer is responsible and has the capability to perform the contract. The information contained in the CRP Questionnaire is subject to public review for a period of not less than 14 days. Bidders/Proposers are also required to complete, sign and submit with the bid/proposal the attached “Contractor Responsibility Program Pledge of Compliance.” Bidders/Proposers are also required to respond within the specified time to LAWA’s request for information and documentation needed to support a Contractor 10022151 -5-

Responsibility determination. Subcontractors will be required to submit the Pledge to the prime contractor prior to commencing work. Attachments: • Contractor Responsibility Program Questionnaire • Contractor Responsibility Program Pledge of Compliance The following supplementary information is available at www.lawa.org. • •

Contractor Responsibility Program Frequently Asked Questions CRP Rules and Regulations

8. EQUAL BENEFITS ORDINANCE Unless otherwise exempt in accordance with the provisions of the Equal Benefits Ordinance (“EBO”), Contractor agrees to comply with the applicable provisions of EBO Section 10.8.2.1 of the Code, as amended from time to time. Contractor shall not, in any of its operations within the City of Los Angeles or in other locations owned by City, including Airport, discriminate in the provision of Non-ERISA Benefits (as defined below) between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of such employees, where the domestic partnership has been registered with a governmental entity pursuant to state or local law authorizing such registration. As used above, the term “Non-ERISA Benefits” (ERISA - The Employee Retirement Income Security Act of 1974) shall mean any and all benefits payable through benefit arrangements generally available to Contractor’s employees which are neither “employee welfare benefit plans” nor “employee pension benefit plans”, as those terms are defined in Sections 3(1) and 3(2) of ERISA. Required EBO forms and instructions will be provided at a later time to the selected bidder/proposer or can be found at: http://www.lawa.org/welcomeLAWA.cfm?id=658. The selected bidder/proposer must complete and return the EBO Compliance Form, along with any supporting documentation, to LAWA for approval. If the selected bidder/proposer does not currently offer equal benefits to employees with spouses and employees with domestic partners, the selected bidder/proposer must select from one of the following: (1) Request additional time to comply with the EBO (complete Provisional Compliance form) (2) Request to be allowed to comply with the EBO by providing affected employees with the cash equivalent (complete Reasonable Measures form) (3) Comply on a Contract-by-Contract Basis. The selected bidder/proposer must submit the required forms and documentation within five (5) working days upon receipt of selection notification. Should the selected bidder/proposer fail to submit the required forms and documentation within the time allowed, LAWA maintains the option to withdraw the award and select the next responsive bidder/proposer. The selected bidder/proposer must be determined to be in compliance with the EBO before a contract with LAWA may be executed.

10022151 -6-

For additional information regarding the EBO, as well as forms, ordinances, please contact Contract Services at (310) 417-6495 or Public Works, Bureau of Contract Administration, Office of Contract Compliance at (213) 847-1922 or visit our website at http://www.lawa.org/welcomeLAWA.cfm?id=658

9. INSURANCE Pursuant to LAAC, Division 11, Chapter 2, Article 2, Section 11.47 and the Risk Management Policy (Council File #79-3194-S1) adopted by Los Angeles City Council on March 1, 1991, the City of Los Angeles is to be protected to the maximum extent feasible, against loss or losses which would significantly affect personnel, property, finances, or the ability of the City to continue to fulfill its responsibilities to taxpayers and the public. Consequently, prior to commencing work, the selected Bidder/Proposer must provide evidence of insurance that conforms to the insurance requirements of the bid/proposal. Insurance requirements which specifically outline the types and amounts of coverage required for this project are explained in detail in the attached language and “Insurance Requirement Sheet”. Successful Bidder/Proposer and their subcontractors must provide acceptable evidence of insurance as explained in the attachments prior to commencing work on the contract. Said acceptable evidence of insurance must remain current throughout the term of the contract and be on file with the Insurance Compliance Unit in order to receive payment under any contract with the City of Los Angeles. Attachments: • •

Insurance Requirement Sheet Insurance Language

The following supplementary information is available at www.lawa.org. • • • • • •

Guidance for Submitting Evidence of Insurance Workers' Compensation Special Endorsement Automobile Liability Special Endorsement Aviation/Airport/Aircraft Liability Special Endorsement General Liability Special Endorsement Frequently Asked Questions

10. LIST OF OTHER CITY OF LOS ANGELES CONTRACTS Pursuant to City of Los Angeles Resolution No. 56 (Council File #98-1331) adopted by Los Angeles City Council on July 21, 1998, Bidders/Proposers must submit a list of all City of Los Angeles contracts held within the last ten (10) years. Accordingly, Bidders/Proposers are required to used the attached “Current and Prior City of Los Angeles Contracts” form with the bid/proposal. Attachment: 10022151 -7-



Current and Prior City of Los Angeles Contracts

11. LIVING WAGE AND SERVICE CONTRACT WORKER RETENTION ORDINANCES Unless otherwise exempt in accordance with the provisions of the Living Wage Ordinance, Los Angeles Administrative Code Section 10.37 et seq., as amended from time to time (the “LWO”), (i) contractors under service contracts primarily for the furnishing of services to or for the City and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months, (ii) certain lessees and licensees of City property, and (iii) certain recipients of City financial assistance, shall comply with the provisions of the LWO. Generally, the LWO requirements are as follows: (i) Wages: employers shall pay its employees a wage of no less than the hourly rates set under the LWO; and (ii) Compensated Days Off: employers shall provide at least twelve (12) compensated days off per year for sick leave, vacation or personal necessity at the employee’s request, and employers shall also permit its employees to take at least an additional ten (10) days a year of uncompensated time to be used for sick leave for the illness of the employee or a member of his or her immediate family where the employee has exhausted his or her compensated days off for that year. Unless otherwise exempt in accordance with the provisions of the Service Contractor Worker Retention Ordinance Section 10.36 et seq., as amended from time to time (the “SCWRO”), contractors under service contracts primarily for the furnishing of services to or for the City or financial assistance recipients and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months shall comply with the provisions of the SCWRO. Generally, for SCWRO compliance, the successor contractor shall agree to retain, for a ninety (90)-day transition employment period, employees who have been employed by the terminated contractor or its subcontractors, if any, for the preceding twelve (12) months or longer and who were earning less than Fifteen Dollars ($15.00) per hour. Compliance with LWO and SCWRO does not require any form to be submitted with the bid/proposal, however, if the Bidders/Proposers believe that they meet the qualifications for one of the LWO Statutory Exemptions (Collective bargaining agreement with supersession language or Occupational license; 501(c)(3) Non-Profit Organizations or One-Person Contractors; Small Business, for lessees and licensees only), or SCWRO Exemption (City Financial Assistance Recipient), they shall submit with their bid/proposal one of the exemption forms along with supporting documents. Once the contract is executed, the contractor is required to complete and submit the following forms: • Employee Information Form • Subcontractor Information Form All the forms as well as the draft contract language pertaining to LWO and SCWRO compliance are available at: http://www.lawa.org/welcomeLAWA.cfm?id=596. Please follow the instructions on the forms for completion and submittal. If you have questions about LWO and SCWRO compliance at LAWA, please contact us at 310-417-0409 or [email protected].

10022151 -8-

For the most current LWO/SCWRO rates, rules and regulations, please visit the Department of Public Works’ website at http://bca.lacity.org or contact the Bureau of Contract Administration, Office of Contract Compliance, 1149 S. Broadway St., Suite 300, Los Angeles, CA 90015; phone: (213) 847-1922, and fax: (213) 847-2777.

12. MUNICIPAL LOBBYING ORDINANCE Pursuant to the Los Angeles Municipal Code, Section 48.09, all bids/proposals must include a copy of the Municipal Lobbying Ordinance in one of the following formats: on paper, in an electronic format, or through a link to an online version of the ordinance. The City's Municipal Lobbying Ordinance requires certain individuals and entities to register with the City Ethics Commission and requires public disclosure of certain lobbying activities, including money received and spent. Additionally, for all construction contracts, public leases, or licenses of any value and duration; goods or service contracts with a value greater than $25,000 and a term of at least three months, each bidder/proposer must submit with its bid a certification, on a form (CEC Form 50) proscribed by the City Ethics Commission, that the bidder acknowledges and agrees to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance, if the bidder qualifies as a lobbying entity. Failure to submit the Bidder Certification CEC Form 50 with the bid/proposal may render the bid/proposal non-responsive. Additional information regarding this requirement may be obtained at: 200 N. Spring Street City Hall, 24th Floor Los Angeles, California 90012 (213) 978-1960 (213) 978-1988 [Fax] [email protected] Web: http://ethics.lacity.org Attachments: ƒ Municipal Lobbying Ordinance, available at http://ethics.lacity.org/PDF/laws/law_mlo.pdf ƒ Bidder Certification CEC Form 50

13. MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISE PROGRAM Pursuant to Executive Directive No. 2001-26 of Mayor Richard Riordan and the provisions of Resolution No. 19765 of the Board of Airport Commissioners, it is the policy of Los Angeles World Airports (LAWA) to provide Minority Business Enterprises (MBEs), Woman Business Enterprises (WBEs) and all Other Business Enterprises (OBEs) an equal opportunity to participate in the performance of all LAWA contracts. The objective of this policy is to achieve the participation of MBE/WBE/OBEs at levels comparable to their availability to provide goods and services to Los Angeles World Airports, with the ultimate goal of developing their status and expertise so that they may compete for future contracts on an equal basis. The anticipated level of participation for this project has been set at 15% M/WBE.

10022151 -9-

Failure to meet this M/WBE participation level will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, it is incumbent on the Bidder/Proposer to submit appropriate documentation to demonstrate that a “good faith effort” was made to reach out to M/WBEs. Failure to provide supporting documentation of a good faith effort within three (3) days of notification by the Department, as described in the attached, will render the bid/proposal non-responsive and will result in its rejection. Attachments: • • •

MBE/WBE/OBE Policy Statement Instructions Regarding Demonstration of MBE/WBE/OBE Good Faith Efforts MBE/WBE/DBE Participation Form

The following supplementary information is available at www.lawa.org. • •

Frequently Asked MBE/WBE/OBE Questions MBE/WBE/DBE Certification Application and Information

10022151 - 10 -

Checklist

10022151 - 11 -

Administrative Requirements Checklist BIDDERS/PROPOSERS (PRIME CONTRACTORS) MUST SUBMIT THE FOLLOWING WITH THEIR PROPOSAL, AS INDICATED:

1. AFFIDAVIT OF NON-COLLUSION Is the “Affidavit to Accompany Proposals or Bids” completed and signed? Is the Affidavit notarized? Is the Affidavit enclosed in the Packet? Failure to include an Affidavit with the bid/proposal will render the bid/proposal nonresponsive and will result in its rejection.

2. AFFIRMATIVE ACTION Is the non-discrimination certificate (A-1) completed and signed? Is the non-discrimination certificate enclosed in the Packet? Is the ethnic composition worksheet (A-2) completed? Is the ethnic composition worksheet enclosed in the Packet? Is a copy of the City’s Affirmative Action Plan (A-6 to A-7) signed and enclosed in the Packet? or If the company has an Affirmative Action Plan, is a copy of said plan enclosed in the Packet? 3. BID/PROPOSAL BOND Is the “Instructions for Bid/Proposal Bond Form” completed? Select A, B, or C, as applicable: A. Certified Check Is the amount of the certified check $1,000,000.00? Is the certified check attached to the Instructions form and enclosed in the Packet? B. Cashier’s Check Is the amount of the cashier’s check $1,000,000.00? Is the cashier’s check attached to the Instructions form and enclosed in the Packet? C. Surety Bond Is the amount of the bond $1,000,000.00? Is the bond completed and signed by the surety? If a corporation, is the corporate seal affixed to the bond? Is the surety bond attached to the Instructions form and enclosed in the Packet? 10022151 - 12 -

Failure to include a Bid/Proposal Bond and Instructions with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection.

4. CHILD SUPPORT OBLIGATIONS Is the required “Certification of Compliance with Child Support Obligations" completed and signed? Is the Certification enclosed in the Packet? Failure to include a Certification of Compliance with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection. 5. CONTRACTOR RESPONSIBILITY PROGRAM Is the required "Contractor Responsibility Program Questionnaire" completed and signed? Is the Questionnaire enclosed in the Packet? Is the required "Contractor Responsibility Program Pledge of Compliance" completed and signed? Is the Pledge of Compliance enclosed in the Packet?

6. LIST OF OTHER CITY OF LOS ANGELES CONTRACTS Is the “Current and Prior City of Los Angeles Contracts” form completed? Is this form enclosed in the Packet?

7. LIVING WAGE / SERVICE CONTRACT WORKER RETENTION ORDINANCES If you are claiming exemption from said Ordinances: Is the appropriate Exemption form completed and signed? Is the Exemption form enclosed in the Packet?

8. MUNICIPAL LOBBYING ORDINANCE Is the required Bidder Certification CEC Form 50 completed and signed? Is the Certification enclosed in the Packet?

10022151 - 13 -

9. MINORITY, WOMEN, AND OTHER / DISADVANTAGED BUSINESS ENTERPRISE PROGRAM – Good Faith Effort Documentation (GFE) (Upon Notification by the Department) Is the “MBE/WBE/DBE Participation Form” completed and enclosed in the GFE Packet? Is the pre-bid meeting sign-in sheet enclosed in the GFE Packet? Is a copy of the advertisement for sub-bids and proof of publication enclosed in the GFE Packet? Are copies of the letters sent to MBEs, WBEs, DBEs and OBEs indicating work items to be performed enclosed in the GFE Packet? Are copies of the appropriate telephone logs enclosed in the GFE Packet? Are copies of the letters sent to recruitment organizations enclosed in the GFE Packet? Are all bids, quotes, or qualifications received for the project enclosed in the GFE Packet? Is a summary sheet listing bids received and the subcontractor selected for that work area enclosed in the GFE Packet? Failure to provide supporting documentation of a good faith effort within three (3) days of notification by the Department, as described in the attached, will render the bid/proposal non-responsive and will result in its rejection.

IF YOU ARE AWARDED THE CONTRACT AND PRIOR TO COMMENCING WORK: Prime contractors are required to submit to LAWA forms pertaining to the following requirements: • • •

Business Tax Registration Certificate Equal Benefits Ordinance Insurance

Subcontractors are required to submit to prime contractors, who then must submit to LAWA the subcontractors’ forms pertaining to the following requirements: • • • • • •

Affirmative Action Business Tax Registration Certificate Child Support Obligations Contractor Responsibility Program Pledge of Compliance Insurance Living Wage Ordinance

10022151 - 14 -

Affidavit of Non-Collusion

ENG. 3--1M--4-59---(R)

AFFIDAVIT TO ACCOMPANY PROPOSALS OR BIDS STATE OF CALIFORNIA

) ) ss.: )

COUNTY OF

being first duly sworn, deposes and says: (Type or print name)

that he or she is the

of (Type or print title)

, who submits herewith ( Type or print name of company/firm)

to the Board of Airport Commissioners the attached bid/proposal; that he or she is the person whose name is signed to the attached bid/proposal; that said bid/proposal is genuine; that the same is not sham or collusive; that all statements of fact therein are true; and that such bid/proposal was not made in the interest or behalf of any person, partnership, company, association, organization, or corporation not herein named or disclosed. Affiant further deposes and says: that the bidder/proposer has not directly or indirectly by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interests of the public body which is to award the contract, or of any other bidder/proposer, or anyone else interested in the proposed contract; and that the bidder/proposer has not in any manner sought by collusion to secure for himself/herself/itself/themselves, an advantage over any other bidder/proposer. Affiant further deposes and says that prior to the public opening and reading of bids/proposals, said bidder/proposer: (a) did not, directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; (b) did not, directly or indirectly, collude, conspire, connive or agree with any one else that said bidder/proposer or anyone else would submit a false or sham bid, or that anyone should refrain from bidding or withdraw their bid/proposal; (c) did not, in any manner, directly or indirectly, seek by agreement, communication or conference with anyone to raise or fix the bid price of said bidder/proposer or of anyone else, or to raise or fix any overhead, profit or cost element of their price or of that of anyone else; (d) did not, directly or indirectly, submit their bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association organization, bid depository, or to any member or agent, thereof, or to any individual or group of individuals, except to the awarding authority or to any person or person who have a partnership or other financial interest with said bidder/proposer in their business. Signed:

Name: Title:

Subscribed and sworn to (or affirmed) before me on this

day of

, 20

, by

, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me.

____________________________________________ Notary Public

(Notarial Seal)

WARNING: Bids will not be considered unless the affidavit hereon is fully executed including the affidavit of the notary and the notarial seal.

Affirmative Action

CITY OF LOS ANGELES

BCA Form (7/20/06)

NONDISCRIMINATION

EQUAL EMPLOYMENT PRACTICES

AFFIRMATIVE ACTION

CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS)

Los Angeles Administrative Code (LAAC), Division 10, Chapter 1, Article 1, Section 10.8 requires entities doing business with the City to comply with a Nondiscrimination/Affirmative Action Program. (Refer questions regarding these requirements to the Bureau of Contract Administration, Office of Contract Compliance, Equal Employment Opportunities Enforcement Section, at (213) 847-1922.) In order to comply, it is necessary that the bidder/proposer/respondent complete, sign and return with the bid/proposal/response, the following: A. For all contracts, the contractor agrees to adhere to the following Nondiscrimination Clause: 1. The contractor agrees and obligates the company not to discriminate during the performance of this contract against any employee or applicant for employment because of the employee's or applicant's race, religion, national origin, ancestry, sex, age, sexual orientation, disability, marital status, domestic partner status, or medical condition; and 2. All subcontracts awarded under this contract shall contain a like Nondiscrimination Clause. B. For construction contracts from $1,000 to under $5,000 and nonconstruction contracts from $1,000 to under $100,000, the contractor agrees to: 1. Adhere to the Nondiscrimination Clause above; 2. Designate a management level Equal Employment Opportunity Officer as provided for in Section "E" below; and 3. Adhere to Equal Employment Practices provisions as outlined in LAAC § 10.8.3 and on Page A-3 of this document. C. For construction contracts of $5,000 or more and non-construction contracts of $100,000 or more, the contractor agrees to: 1. Adhere to the Nondiscrimination Clause above; 2. Designate a management level Equal Employment Opportunity Officer as provided for in Section “E” below; 3. Adhere to Equal Employment Practices provisions as outlined in LAAC § 10.8.3 and on Pages A-4 and A-5 of this document; 4. Complete the Ethnic Composition of Total Work Force Report provided on Page A-2 of this document; and 5. Sign and submit an Affirmative Action Plan. The bidder must submit one of the two following plans: a. Plan A. Los Angeles City Affirmative Action Plan ("Los Angeles City Affirmative Action Requirements”) on Page A-6 and Page A-7 which is an approved plan requiring only signature of acceptance along with the Ethnic Composition of Work Force (Page A-2) and submittal to be effective; or, b. Plan B. The Bidder's own Affirmative Action Plan for approval, which must contain at a minimum all of the elements of the City’s Plan. D. Subcontractors: 1. The contractor shall require the same documents indicated above to be submitted for subcontractors of any contract awarded by the City; and 2. The contractor shall be responsible for obtaining the Affirmative Action Plans from its subcontractors. Additional forms are Available from the Office of Contract Compliance or the awarding authority. E. Equal Employment Opportunity Officer: Please be advised that

is hereby

NAME OF DESIGNEE

TITLE

designated as the Company’s Equal Employment Opportunity Officer. The Officer has been given the authority to establish, disseminate and enforce the Equal Employment and Affirmative Action Policies of this firm to ensure nondiscrimination in all of its employment practices. The Officer may be contacted at: ,(

ADDRESS

)

WORK

TELEPHONE

F. Signed Certification - The Contractor by its signature affixed hereto declares under penalty of perjury that: 1. The contractor has read the Nondiscrimination Clause in “A” above and certifies that it will adhere to the practices in the performances of all contracts; 2. The contractor has read the Equal Employment Practices provisions on Page A-3 and certifies that it will adhere to the practices in the performance of any construction contract $1,000 to under $5,000 and nonconstruction contract $1,000 to under $100,000; 3. The contractor has designated the Equal Employment Opportunity Officer as noted in Section “E” above; 4. The contractor has read the Affirmative Action Program provisions on Pages A-4 and A-5, certifies that it will adhere to the practices in the performance of any construction contract of $5,000 or more and nonconstruction contract of $100,000 or more and submits an Affirmative Action Plan. Indicate which plan is submitted: City Plan; Company Plan. 5. The information contained herein is true and correct. All Certificates and Plans are effective for 12 months from date of approval by the Office of Contract Compliance. COMPANY NAME

AUTHORIZED SIGNATURE

ADDRESS

NAME AND TITLE (TYPE OR PRINT)

CITY, COUNTY, STATE, ZIP

A-1

TELEPHONE

DATE

PRIME SUB BCA Form (7/20/06) TOTAL COMPOSITION OF WORK FORCE OCC# _______________________ Contractor_______________________________________________ Project Title __________________________________________________Length of Contract____________ ___ (If you have no employees, write "no employee at this time.") Contractor Address_______________________________________ Work Force as of (Date)____________________

FOR CONSTRUCTION PROJECTS

(Note: J - Journeyman, A - Apprentice, T - Trainee, F - Female, M - Male) AFRICAN AMERICAN (BLACK) CRAFT

J

A

T

ASIAN / PACIFIC ISLANDER

HISPANIC J

A

T

J

A

T

AMERICAN INDIAN/ ALASKAN NATIVE J

A

T

(L.A. County Only)

CAUCASIAN (NON-HISPANIC) J

A

T

TOTAL EMPLOYEES J

A

T

% MINORITY J

A

T

GENDER M

F

Brick Layers Carpenters Electricians Gunite Workers Iron Worker Laborers Operator Engineers Painters Pipe Trades Plasters / Cement Masons Sheet Metal Workers Teamsters Clerical Supervisory TOTAL

FOR NON-CONSTRUCTION PROJECTS AFRICAN AMERICAN (BLACK) OCCUPATION

Regular

Trainee

HISPANIC Regular

Trainee

ASIAN OR PACIFIC ISLANDER

AMERICAN INDIAN/ ALASKAN NATIVE

Regular

Regular

Trainee

Official &Managers Professionals Technicians Sales Workers Office / Clerical Semi-Skilled Laborers (Unskilled) Service Workers TOTAL Employment statistics were obtained from: Available Records

Visual Check

Other (Specify)

A-2

Trainee

CAUCASIAN (NON-HISPANIC) Regular

Trainee

TOTAL EMPLOYEES R

T

% MINORITY R

T

GENDER M

F

BCA Form (7/20/06)

EQUAL EMPLOYMENT PRACTICES PROVISIONS

Construction Contracts in excess of $1,000 or more but less than $5,000 and Nonconstruction Contracts of $1,000 or more but less than $100,000 Sec. 10.8.3. Equal Employment Practices Provisions. Every non-construction contact with or on behalf of the City of Los Angeles for which the consideration is $1,000 or more, and every construction contract for which the consideration is $1,000 or more, shall contain the following provisions, which shall be designated as the EQUAL EMPLOYMENT PRACTICES provision of such contract: A.

During the performance of this contract, the contractor agrees and represents that it will provide equal employment practices and the contractor and each subcontractor hereunder will ensure that in his or her employment practices persons are employed and employees are treated equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition. 1. This provision applies to work or service performed or materials manufactured or assembled in the United States. 2. Nothing in this section shall require or prohibit the establishment of new classifications of employees in any given craft, work or service category. 3. The contractor agrees to post a copy of Paragraph A hereof in conspicuous places at its place of business available to employees and applicants for employment.

B.

The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to their race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

C.

As part of the City’s supplier registration process, and/or at the request of the awarding authority, or the Board of Public Works, Office of Contract Compliance, the contractor shall certify in the specified format that he or she has not discriminated in the performance of City contracts against any employee or applicant for employment on the basis or because of race, religion, national origin, ancestry, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

D.

The contractor shall permit access to and may be required to provide certified copies of all of his or her records pertaining to employment and to employment practices by the awarding authority or the Office of Contract Compliance for the purpose of investigation to ascertain compliance with the Equal Employment Practices provisions of City contracts. On their or either of their request the contractor shall provide evidence that he or she has or will comply therewith.

E.

The failure of any contractor to comply with the Equal Employment Practices provisions of this contract may be deemed to be a material breach of City contracts. Such failure shall only be established upon a finding to that effect by the awarding authority, on the basis of its own investigation or that of the Board of Public Works, Office of Contract Compliance. No such finding shall be made or penalties assessed except upon a full and fair hearing after notice and an opportunity to be heard has been given to the contractor.

F.

Upon a finding duly made that the contractor has failed to comply with the Equal Employment Practices provisions of a City contract, the contract may be forthwith canceled, terminated or suspended, in whole or in part, by the awarding authority, and all monies due or to become due hereunder may be forwarded to and retained by the City of Los Angeles. In addition thereto, such failure to comply may be the basis for a determination by the awarding authority or the Board of Public Works that the said contractor is an irresponsible bidder or proposer pursuant to the provisions of Section 371 of the Charter of the City of Los Angeles. In the event of such a determination, such contractor shall be disqualified from being awarded a contract with City of Los Angeles for a period of two years, or until the contractor shall establish and carry out a program in conformance with the provisions hereof.

G.

Notwithstanding any other provision of this contract, the City of Los Angeles shall have any and all other remedies at law or in equity for any breach hereof.

H.

The Board of Public Works shall promulgate rules and regulations through the Office of Contract Compliance, and provide necessary forms and required language to the awarding authorities to be included in City Request for Bids or Request for Proposal packages or in supplier registration requirements for the implementation of the Equal Employment Practices provisions of this contract, and such rules and regulations and forms shall, so far as practicable, be similar to those adopted in applicable Federal Executive orders. No other rules, regulations or forms may be used by an awarding authority of the City to accomplish the contract Compliance program.

I.

Nothing contained in this contract shall be construed in any manner so as to require or permit any act which is prohibited by law.

J.

At the time a supplier registers to do business with the City, or when an individual bid or proposal is submitted, the contractor shall agree to adhere to the Equal Employment Practices specified herein during the performance or conducted of City Contracts.

K.

Equal Employment Practices shall, without limitation as to the subject or nature of employment activity, be concerned with such employment practices as: 1. Hiring practices; 2. Apprenticeships where such approved programs are functioning, and other on-the-job training for non-apprenticeable occupations; 3. Training and promotional opportunities; and 4. Reasonable accommodations for persons with disabilities. All contractors subject to the provisions of this section shall include a like provision in all subcontracts awarded for work to be performed under the contract with the City and shall impose the same obligations, including but not limited to filing and reporting obligations, on the subcontractors as are applicable to the contractor. Failure of the contractor to comply with this requirement or to obtain the compliance of its subcontractors with all such obligations shall subject the contractor to the imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor’s contract with the City.

L.

A-3

BCA Form (7/20/06)

AFFIRMATIVE ACTION PROGRAM PROVISIONS Construction Contracts of $5,000 or More and Nonconstruction Contracts of $100,000 or More

Sec. 10.8.4. Affirmative Action Program Provisions. Every non-construction contract with or on behalf of the City of Los Angeles for which the consideration is $100,000 or more and every construction contract with or on behalf of the City of Los Angeles for which the consideration is $5,000 or more shall contain the following provisions which shall be designated as the AFFIRMATIVE ACTION PROGRAM provisions of such contract: A.

During the performance of a City contract, the contractor certifies and represents that the contractor and each subcontractor hereunder will adhere to an affirmative action program to ensure that in its employment practices, persons are employed and employees are treated equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition. 1. This provision applies to work or services performed or materials manufactured or assembled in the United States. 2. Nothing in this section shall require or prohibit the establishment of new classifications of employees in any given craft, work or service category. 3. The contractor shall post a copy of Paragraph A hereof in conspicuous places at its place of business available to employees and applicants for employment.

B.

The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to their race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

C.

As part of the City’s supplier registration process, and/or at the request of the awarding authority or the Office of Contract Compliance, the contractor shall certify on an electronic or hard copy form to be supplied, that the contractor has not discriminated in the performance of City contracts against any employee or applicant for employment on the basis or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

D.

The contractor shall permit access to and may be required to provide certified copies of all of its records pertaining to employment and to its employment practices by the awarding authority or the Office of Contract Compliance, for the purpose of investigation to ascertain compliance with the Affirmative Action Program provisions of City contracts, and on their or either of their request to provide evidence that it has or will comply therewith.

E.

The failure of any contractor to comply with the Affirmative Action program provisions of City contracts may be deemed to be a material breach of contract. Such failure shall only be established upon a finding to that effect by the awarding authority, on the basis of its own investigation or that of the Board of Public Works, Office of Contract Compliance. No such finding shall be made except upon a full and fair hearing after notice and an opportunity to be heard has been given to the contractor.

F.

Upon a finding duly made that the contractor has breached the Affirmative Action Program provisions of a City contract, the contract may be forthwith canceled, terminated or suspended, in whole or in part, by the awarding authority, and all monies due or to become due hereunder may be forwarded to and retained by the City of Los Angeles. In addition thereto, such breach may be the basis for a determination by the awarding authority or the Board of Public Works that the said contractor is an irresponsible bidder or proposer pursuant to the provisions of Section 371 of the Los Angeles City Charter. In the event of such determination, such contractor shall be disqualified from being awarded a contract with the City of Los Angeles for a period of two years, or until he or she shall establish and carry out a program in conformance with the provisions hereof.

G.

In the event of a finding by the Fair Employment and Housing Commission of the State of California, or the Board of Public Works of the City of Los Angeles, or any court of competent jurisdiction, that the contractor has been guilty of a willful violation of the California Fair Employment and Housing Act, or the Affirmative Action Program provisions of a City contract, there may be deducted from the amount payable to the contractor by the City of Los angeles under the contract, a penalty of TEN DOLLARS ($10.00) for each person for each calendar day on which such person was discriminated against in violation of the provisions of a City contract.

H.

Notwithstanding any other provisions of a City contract, the City of Los Angeles shall have any and all other remedies at law or in equity for any breach hereof.

I.

The public Works board of Commissioners shall promulgate rules and regulations through the Office of Contract Compliance and provide to the awarding authorities electronic and hard copy forms for the implementation of the Affirmative Action Program provisions of City contracts, and rules and regulations and forms shall, so far as practicable, be similar to those adopted in applicable Federal Executive Orders. No other rules, regulations or forms maybe used by an awarding authority of the City to accomplish this contract compliance program.

J.

Nothing contained in City contracts shall be construed in any manner so as to require or permit any act which is prohibited by law.

A-4

BCA Form (7/20/06)

K.

The contractor shall submit an Affirmative Action Plan which shall meet the requirements of this Chapter at the time it submits its bid or proposal or at the time it registers to do business with the City. The plan shall be subject to approval by the Office of Contract Compliance prior to award of the contract. The awarding authority may also require contractors and suppliers to take part in a pre-registration, pre-bid, pre-proposal, or pre-award conference in order to develop, improve or implement a qualifying Affirmative Action Plan. Affirmative Action Programs developed pursuant to this section shall be effective for a period of twelve months from the date of approval by the Office of Contract Compliance. In case of prior submission of a plan, the contractor may submit documentation that it has an Affirmative Action Plan approved by the Office of Contract Compliance within the previous twelve months. If the approval is 30 days or less from expiration, the contractor must submit a new Plan to the Office of Contract Compliance and that Plan must be approved before the contract is awarded. (1) Every contract of $5,000 or more which may provide construction, demolition, renovation, conservation or major maintenance of any kind shall in addition comply with the requirements of Section 10.13 of the Los Angeles Administrative Code. (2) A contractor may establish and adopt as its own Affirmative Action Plan, by affixing his or her signature thereto, an Affirmative Action Plan prepared and furnished by the Office of Contract Compliance, or it may prepare and submit its own Plan for approval.

L.

The Office of Contract Compliance shall annually supply the awarding authorities of the City with a list of contractors and suppliers who have developed Affirmative Action Programs. For each contractor and supplier the Office of Contract Compliance shall state the date the approval expires. The Office of Contract Compliance shall not withdraw its approval for any Affirmative Action Plan or change the Affirmative Action Plan after the date of contract award for the entire contract term without the mutual agreement of the awarding authority and the contractor.

M.

The Affirmative Action Plan required to be submitted hereunder and the pre-registration, pre-bid, pre-proposal or pre-award conference which may be required by the Board of Public Works, Office of Contract Compliance or the awarding authority shall, without limitation as to the subject or nature of employment activity, be concerned with such employment practices as: 1. 2. 3. 4. 5.

Apprenticeship where approved programs are functioning, and other on-the-job training for non-apprenticeable occupations; Classroom preparation for the job when not apprenticeable; Pre-apprenticeship education and preparation. Upgrading training and opportunities; Encouraging the use of contractors, subcontractors and suppliers of all racial and ethnic groups, provided, however, that any contract subject to this ordinance shall require the contractor, subcontractor or supplier to provide not less than the prevailing wage, working conditions and practices generally observed in private industries in the contractor’s, subcontractor’s or supplier’s geographical area for such work; 6. The entry of qualified women, minority and all other journeymen into the industry; and 7. The provision of needed supplies or job conditions to permit persons with disabilities to be employed, and minimize the impact of any disability.

N.

Any adjustments which may be made in the contractor’s or supplier’s work force to achieve the requirements of the city’s Affirmative Action Contract Compliance Program in purchasing and construction shall be accomplished by either an increase in the size of the work force or replacement of those employees who leave the work force by reason of resignation, retirement or death and not by termination, layoff, demotion or change in grade.

O.

Affirmative Action Agreements resulting from the proposed Affirmative Action Plan or the pre-registration, pre-bid, pre-proposal or pre-award conferences shall not be confidential and may be publicized by the contractor at his or her discretion. Approved Affirmative Action Agreements become the property of the City and may be used at the discretion of the City in its Contract Compliance Affirmative Action Program.

P.

This ordinance shall not confer upon the City of Los Angeles or any Agency, Board or Commission thereof any power not otherwise provided by law to determine the legality of any existing collective bargaining agreement and shall have application only to discriminatory employment practices by contractors or suppliers engaged in the performance of City contracts.

Q.

All contractors subject to the provisions of this section shall include a like provision in all subcontracts awarded for work to be performed under the contract with the City and shall impose the same obligations, including but not limited to filing and reporting obligations, on the subcontractors as are applicable to the contractor. Failure of the contractor to comply with this requirement or to obtain the compliance of its subcontractors with all such obligations shall subject the contractor to the imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor’s contract with the City.

A-5

BCA Form (7/20/06)

LOS ANGELES CITY AFFIRMATIVE ACTION PLAN LOS ANGELES CITY AFFIRMATIVE ACTION MANDATORY PROVISIONS Notwithstanding any other provision of this Division to the contrary, every construction contract involving an expenditure of $5,000 or more of City funds, except in cases of urgent necessity, as provided in Section 371 of the Charter of the city of Los Angeles and except as provided in Section 10.9 of this Code, shall contain as part of the contract an Affirmative Action Plan substantially as set forth in this section and which by the contractor’s signature affixed thereto, shall constitute and be established as the contractor’s Affirmative Action Plan. The Plan, which may be a plan proposed by the contractor or the City’s proposed Plan prepared by the Office of Contract Compliance, shall be subject to the approval of the Office of Contract Compliance prior to award of the contract. The Plan may consist of a Plan approved by the Office of Contract Compliance within the previous twelve months. If the previously approved Plan is 30 days or less from expiration, the contractor must submit a new Plan to the Office of Contract Compliance which shall be subject to approval before the contract may be awarded. Sec. 10.13. Mandatory Provisions Pertaining to Nondiscrimination in Employment and Affirmative Action in Hiring Employees in the Performance of Work on Certain City Construction Contracts. 1.

Construction Contracts Included. The contractor shall not be eligible for an award of a City Construction Contract in excess of $5,000, unless the contractor has submitted as part of the bid a written Affirmative Action Plan embodying both (1) anticipated levels of minority*, women and all other staffing utilization, and (2) specific affirmative action steps directed at applying good faith efforts in a nondiscriminatory manner to recruit and employ minority, women and all other potential staff or is deemed to have submitted such a program pursuant to Subsection 3 of this section. Both the anticipated levels and the affirmative action steps must be taken and applied in good faith and in a nondiscriminatory manner to attempt to meet the requirements of this section for all trades which are to be utilized on the project, whether subcontracted or not. *“Minority” is defined as the term “minority person” is defined in subsection (f) of section 2000 of the California Public Contract Code.

2.

Anticipated Utilization. The plan 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. The anticipated levels of minority, women and other staffing utilization shall be the levels at which each of those groups are represented in the relevant workforce in the Greater Los Angeles Area as determined by the U. S. Bureau of the Census and made available by the Office of Contract Compliance. Attainment of the anticipated levels of utilization may only be used as an indicia of whether the contractor has complied with the requirements of this section and has applied its Affirmative Action Plan in good faith and in a nondiscriminatory manner. Failure to attain the anticipated levels of utilization shall not, by itself, disqualify the contractor for award of a contract or subject the contractor to any sanctions or penalties. In no event may a contractor utilize the requirements of this section in such a manner as to cause or result in discrimination against any person on account of race, color, religion, ancestry, age, disability, medical condition, marital status, domestic partner status, sex, sexual orientation, or national origin.

3.

An Affirmative Action Plan. The contractor certifies and agrees to immediately implement good faith efforts measures to recruit and employ minority, women, and other potential staff in a nondiscriminatory manner including, but not limited to, the following actions. The contractor shall: a. Recruit and make efforts to obtain such employees through: (1) Advertising employment opportunities in minority and other community news media. Notifying minority, women and other community organizations of employment opportunities. (2) Maintaining contact with schools with diverse populations of students to notify them of employment opportunities. (3) Encouraging present minority, women and other employees to refer their friends and relatives. (4) Promoting after school and vacation employment opportunities for minority, women and other youth. (5) Validating all job specifications, selection requirements, tests, etc. (6) Maintaining a file of names and addresses of each worker referred to the contractor and what action was taken concerning such worker. (7) Notifying the appropriate awarding authority of the City and the Office of Contract Compliance in writing when a union with whom the contractor has a collective bargaining agreement has failed to refer a minority, woman or other worker. b. Continually evaluate personnel practices to assure that hiring, upgrading, promotions, transfers, demotions and layoffs are made in nondiscriminatory manner so as to achieve and maintain a diverse work force. c. Utilize training programs and assist minority, women and other employees in locating, qualifying for and engaging in such training programs to enhance their skills and advancement. d. Secure cooperation or compliance from the labor referral agency to the contractor’s contractual affirmative action obligations. e. Establish a person at the management level of the contracting entity to be the Equal Employment Opportunity Office; such individual to have the authority to disseminate and enforce the company’s Equal Employment and Affirmative Action Policies. A-6

BCA Form (7/20/06)

f. Maintain such records as are necessary to determine compliance with equal employment and affirmative action obligations, and making such records available to City, State and Federal authorities upon request. 4. The contractor shall make a good faith effort with respect to apprenticeship and training program to: a. Recruit and refer minority, women and other employees to such programs; b. Establish training programs within the company and/or its association that will prepare minority, women and other employees for advancement opportunities. c. Abide by the requirements of the Labor Code of the State of California with respect to the provision of apprenticeship job opportunities. 5.

The contractor shall establish written company policies, rules, and procedures which shall be encompassed in a company-wide Affirmative Action Plan for all its operations and contracts. Said policies shall be provided to all employees, subcontractors, vendors, unions and all others with whom the contractor may become involved in fulfilling any of its contracts. The company’s Affirmative Action Plan shall encompass the requirements contained herein as a minimum and shall be submitted with its bid to the appropriate awarding authority of the City and to the Office of Contract Compliance of the City.

6.

Where problems are experienced by the contractor in complying with its obligations pursuant to this section, the contractor shall document its good faith effort to comply with the requirements by the following procedure. The contractor shall state: a. What steps were taken, how and on what date. b. To whom those efforts were directed. c. The responses received, from whom and when. d. What other steps were taken or will be taken to comply and when. e. Why the contractor has been or will be unable to comply.

7.

The contractor shall complete and file, and require each of its known subcontractors to complete and file with the contractor’s bid for the subject project an acceptable Affirmative Action Plan.

8.

The contractor shall submit and require each of its subcontractors to submit an Ethnic Composition of the Company’s Total Work Force (by employees) prior to the date of award of the contract.

9.

No contract shall be executed until the appropriate awarding authority of the City of Los Angeles, and the Federal funding agency (if Federal funds are involved), has determined in writing that such contractor has executed and filed with the awarding authority and the City Office of Contract Compliance the required Affirmative Action Plan.

10. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for referral, exclusive or otherwise, failed to refer minority, women or other employees. 11. Subject to this subsection the contractor shall execute such further forms and documentation at such times and as may be required by the appropriate awarding authority of the City of Los Angeles. 12. Where the contractor has failed to comply with the requirements contained in this section, any and all sanctions allowed by law may be imposed upon the contractor. 13. The Office of Contract Compliance within the Department of Public Works shall be responsible for administering the City’s Contract Compliance Program in the manner described in Sections 22.359 through 22.359.5 of this Code.

14.

All contractors subject to the provisions of this section shall include a like provision in all subcontracts awarded for work to be performed under the contract with the City and shall impose the same obligations, including but not limited to filing and reporting obligations, on the subcontractors as are applicable to the contractor. Failure of the contractor to comply with this requirement or to obtain the compliance of its subcontractors with all such obligations shall subject the contractor to the imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor’s contract with the City.

By its execution hereof, the contractor accepts and submits the foregoing as its Affirmative Action Plan.

DATE

FIRM NAME

OFFICER’S SIGNATURES

A-7

OFFICER’S NAME AND TITLE (TYPE OR PRINT)

Assignment of Anti-Trust Claims

GOVERNMENT CODE SECTION 4550-4554 4550. As used in this chapter: (a) "Public purchase" means a purchase by means of competitive bids of goods, services, or materials by the state or any of its political subdivisions or public agencies on whose behalf the Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the Business and Professions Code. (b) "Public purchasing body" means the state or the subdivision or agency making a public purchase. 4552. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. The preceding provisions of this section shall be included in full in any specifications for the public purchase and shall be included in full in the bid agreement or general provisions incorporated into the bid agreement. 4553. If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery. In state contracts, the preceding provisions of this section shall be included in full in any specifications for the public purchase and shall be included in full in the bid agreement or general provisions incorporated into the bid agreement. 4554. Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action. In state contracts, the preceding provisions of this section shall be included in full in any specifications for the public purchase and shall be included in full in the bid agreement or general provisions incorporated into the bid agreement.

Bid/Proposal Bond

INSTRUCTIONS FOR BID/PROPOSAL BOND FORM (Return completed and attached to bond or check) 1.

General Information In order for your bid/proposal bond or deposit to be acceptable to the City of Los Angeles, Department of Airports, every bidder/proposer must comply with Los Angeles City Charter Section 371 (d), and Los Angeles Administrative Code Division 10; Chapter 1; Article 2; Section 10.15(d), which requires that the bid/proposal be accompanied by one of the following (please check whichever you are using):

‰ ‰ ‰ 2.

(a) Certified check issued by a bank in the City of Los Angeles (b) Cashier’s check issued by a bank (c) Surety bond by corporate surety company (“bid/proposal bond”) If a surety bond is used, please read and complete #3 carefully. Amount The amount of the bid/proposal bond or deposit shall be in the amount of $1,000,000.00.

3.

Bid/Proposal Bond Execution The following steps must be completed when submitting a bid/proposal bond. Please note that personal sureties are not acceptable. YOU ARE REQUIRED TO USE THE BOND FORM ATTACHED TO THESE INSTRUCTIONS. To make certain your bid is deemed responsive, please check each step as completed: REQUIREMENTS FOR THE BIDDER/PROPOSER

‰ ‰ ‰ ‰

Bidder/Proposer must sign the bid/proposal bond form. The signature of the bidder/proposer must be notarized. If the bidder/proposer is a corporation, the corporate seal must be affixed to the bond. If the bidder is a partnership, there must be two notarized partnership signatures on the bond form. REQUIREMENT FOR THE SURETY BONDING COMPANY

‰ ‰ ‰ ‰

The corporate seal of the surety must be affixed to the bond. The Attorney-in-Fact for the surety bonding company must sign the surety bond. The signature from the Attorney-in-Fact must be notarized. A Power of Attorney from the surety company must be affixed t the bond.

Bond Instructions Rev. 3/2/09

The bond, unless otherwise stated in the Instructions to Bidders/Proposers, MUST BE ON THE FORM ATTACHED TO THESE INSTRUCTIONS. 4.

‰ ‰ ‰ ‰

BOND FORM: (Please check each box) THE BID/PROPOSAL BOND FORM MUST BE THE ATTACHED FORFEITURE BOND, NOT A “DAMAGES ONLY” BOND. IF YOUR COMPANY USES A NON-CITY BID BOND FORM (SUCH AS THE “AIA BID BOND FORM”) WHICH PROVIDES FOR “DAMAGES ONLY”, IT WILL BE REJECTED. THE CITY REQUIRES THAT BIDDERS/PROPOSERS USE THE ATTACHED BID/PROPOSAL BOND FORM. BY SIGNING THE CITY BOND FORM, THE SURETY AGREES TO PAY $1,000,000.00 TO THE CITY, OR SUCH OTHER AMOUNT THAT CITY REQUIRES IN THE NOTICE INVITING BIDS/PROPOSALS, UPON THE BIDDER’S/PROPOSER’S FAILURE TO ENTER INTO THE CONTRACT, AND/OR, FAILURE TO PROVIDE AND EXECUTE SUCH OTHER BONDS AS ARE SPECIFIED IN THE NOTICE INVITING BIDS OR PROPOSALS.

This form must be submitted with your bid/proposal or deposit.

PROPOSAL/BID BOND (Not required if certified or cashier’s check accompanies the bid) KNOW ALL PERSONS BY THESE PRESENTS THAT WE, __________________________________________________________________ as Principal, and ______________________________________________, authorized and licensed to transact business in the State of California, as Surety (collectively “Obligors”), do hereby acknowledge ourselves to be held and obligated as joint Obligors to the CITY OF LOS ANGELES, DEPARTMENT OF AIRPORTS, as Obligee, in the sum of $1,000,000.00. Said Obligors do hereby bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally by this bond. WHEREAS, Principal is about to submit to the Executive Director (“Director”) of the Department of Airports of the City of Los Angeles the foregoing bid or proposal for performance of the work therein mentioned, which includes the furnishing of all materials in compliance with the specifications and plans, if any, in response to a Notice Inviting Bids/Proposals (“Notice” issued by the Director. NOW, THEREFORE, if the bid or proposal of the Principal is either (i) withdrawn by Principal during the time in which withdrawal is prohibited as set forth in the Request for Proposals (“RFP”), which time may be extended with the written consent of the Principal, or (ii) if (A) Principal is selected for negotiations pursuant to the procedures set forth in the RFP, and (B) following the commencement of such negotiations, Principal withdraws its proposal, fails to negotiate in good faith or refuses to execute a contract negotiated in good faith, then, Obligors shall pay to said Obligee the sum of $1,000,000.00, as liquidated damages for such withdrawal, failure, or neglect. THIS AGREEMENT shall be binding on the Principal and Surety executing the same, their legal representatives, successors, and assigns. EXECUTED this __________________ day of ________________, 200____. [CORP.SEAL] _______________________________ PRINCIPAL By_____________________________ Signature/Title

By_____________________________ Signature/Title

_______________________________ SURETY [CORP.SEAL] Notary

By_____________________________ Attorney-in-Fact

NOTE: ALL SIGNATURES MUST BE NOTARIZED AND CORPORATE SEALS AFFIXED TO THIS BOND. ATTORNEY-IN-FACT MUST ATTACH A POWER OF ATTORNEY FROM THE SURETY. Bond Form Rev. 5-15-08

Business Tax Registration Certificate

BUSINESS TAX REGISTRATION CERTIFICATE NUMBER OR BUSINESS TAX EXEMPTION NUMBER FORM

All persons who do business with or within the City of Los Angeles, must first file with the Department of Finance (Tax/Permit Division), and obtain from that office a Business Tax Registration Certificate account number (BTRC) or Vendor Registration Number (VRN). Registration is renewable annually. For further information, contact the Tax and Permit Division located at 200 N. Spring St., Rm 101, Los Angeles, CA 90012 (213) 473-5901. (Authority: Article 1, Chapter 2, Section 21.00 et seq. – LAMC) Company Name:_________________________________________________________ Enter your current Business Tax Registration or Vendor Registration Number: Old format: ACCOUNT NUMBER

FUND

CLASS

New format: ACCOUNT NUMBER

FUND -

CLASS

-

State effective dates here:_________________ to ________________ If you have an application pending in the Department of Finance, and have not as yet received your number, a copy of your application must be submitted with your bid, proposal or agreement. If you have received an exemption from the Department of Finance, provide an explanation for the exemption and the exemption number. Exemption Number: Explanation: _____________________________________________________________ ______________________________________________________________________ ______________________________________________________________________

BTRC Rev. 04/07

Child Support Obligations

CHILD SUPPORT OBLIGATIONS The City of Los Angeles has adopted an ordinance requiring that all contractors and subcontractors performing work for the City comply with all reporting requirements and wage and earning assignments relative to legally mandated child support. As a result, every contract that is let, awarded, or entered into with or on behalf of the City of Los Angeles shall contain the following provision: The Contractor(s) and any Subcontractor(s) must fully comply with all applicable State And Federal employment reporting requirements for the Contractor(s)’ and any Subcontractor(s)’ employees. The Contractor(s) and any Subcontractor(s) must fully Comply with all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment in accordance with the California Family Code. The Contractor(s) and any Subcontractor(s) must certify that the principal owner(s) thereof (any person who owns and interest of 10 percent or more) are in compliance with any Wage and Earnings Assignment Orders or Notices of Assignment applicable to them personally. The Contractor(s) and any Subcontractor(s) must certify that such compliance will be maintained throughout the term of the contract. Failure of the Contractor(s) and /or any Subcontractor(s) to fully comply with all applicable reporting requirements or to implement lawfully served Wage and Earnings Assignments or Notices of Assignment or failure of the principal owner(s) to comply with any Wage and Earnings Assignments or Notices of Assignment applicable to them personally shall constitute a default under the contract. Failure of the Contractor(s) and /or any Subcontractor(s) or principal owner(s) thereof to cure the default within 90 days of notice of such default by the City shall subject the contract to termination. All Requests for Proposals, Requests for Qualifications, Invitations for Bids, advertisement for bids, and other similar documents must give notice of these provisions to those who bid on or submit proposals for prospective contracts with the City. All bidders and proposers are required to complete the attached Certification of Compliance with Child Support Obligations. Failure to return the completed certification as part of the bid or proposal will result in the bid or proposal being deemed unresponsive and being rejected.

CSO Rev. 8/01

City of Los Angeles

CERTIFICATION OF COMPLIANCE WITH CHILD SUPPORT OBLIGATIONS This document must be returned with the Proposal/Bid Response 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 Order 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 term 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 subcontractors and that all subcontractors shall certify and disclose accordingly. To the best of my knowledge, I declare under penalty of perjury that the foregoing is true and was executed at: ____________________________________________________ City/County/State

____________________________________________________ Date

_______________________________________________________________________ Name of Business

Address

_______________________________________________________________________ Signature of Authorized Officer of Representative

Print Name

_______________________________________________________________________ Title

CertCSO Rev. 5/01

Telephone Number

Contractor Responsibility Program

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM QUESTIONNAIRE On December 4, 2001, the Board of Airport Commissioners adopted Resolution No. 21601, establishing LAWA’s Contractor Responsibility Program (CRP). The intent of the program is to ensure that all LAWA contractors have the necessary quality, fitness and capacity to perform the work set forth in the contract. To assist LAWA in making this determination, each bidder/proposer is required to complete and submit with the bid/proposal the attached CRP Questionnaire. If a non-competitive process is used to procure the contract, the proposed contractor is required to complete and submit the CRP Questionnaire to LAWA prior to execution of the contract. Submitted CRP questionnaires will become public records and information contained therein will be available for public review for at least fourteen (14) calendar days, except to the extent that such information is exempt from disclosure pursuant to applicable law. The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to the questions herein. Failure to complete and submit this questionnaire may make the bid/proposal non-responsive and result in non-award of the proposed contract. During the review period if the bidder/proposer or contractor is found nonresponsible, he/she is entitled to an Administrative Hearing if a written request is submitted to LAWA within ten (10) working days from the date LAWA issued the non-responsibility notice. Final determination of non-responsibility will result in disqualification of the bid/proposal or forfeiture of the proposed contract. All Questionnaire 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 CRP Questionnaire Attachment A. Submit the completed and signed Questionnaire and all attachments to LAWA. Retain a copy of this completed questionnaire for future reference. Contractors shall submit updated information to LAWA within thirty (30) days if changes have occurred that would make any of the responses inaccurate in any way. A.

PROJECT TITLE: _______________________________________________________________________

B.

BIDDER/CONTRACTOR INFORMATION: ____________________________________________________________________________________ Legal Name DBA ____________________________________________________________________________________ Street Address City State Zip ____________________________________________________________________________________ Contact Person, Title Phone Fax

C.

TYPE OF SUBMISSION: The CRP Questionnaire being submitted is: An initial submission of a CRP Questionnaire. Please complete all questions and sign Attachment A. An update of a prior CRP Questionnaire dated _____/_____/_____. Please complete all questions and sign Attachment A. A copy of the initial CRP Questionnaire dated _____/_____/_____/. Please sign below and return this page. 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 firm submitted the last CRP Questionnaire. ________________________________________________________________________________________ Print Name, Title Signature Date

CRP Questionnaire

Los Angeles World Airports Contractor Responsibility Program Questionnaire

A.

2

OWNERSHIP AND NAME CHANGES 1.

In the past five (5) years, has your firm changed name? Yes

No

If Yes, list on Attachment A all prior legal and D.B.A. names, addresses, and the dates when used. Explain the specific (s) reason for each name change. B.

FINANCIAL RESOURCES AND RESPONSIBILITY 2.

In the past five (5) years, has your firm ever been the debtor in a bankruptcy proceeding? Yes

No

If Yes, explain on Attachment A the specific circumstances and dates surrounding each instance. 3.

Is your company now in the process of, or in negotiations toward, or in preparations for being sold? Yes

No

If Yes, explain on Attachment A the specific circumstances, including to whom being sold and principal contact information. 4.

In the past five (5) years, has your firm's financial position significantly changed? Yes

No

If Yes, explain the specific circumstances on Attachment A. 5.

In the past five (5) years, has your firm ever been denied bonding? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance and include the name of the bonding company. 6.

In the past five (5) years, has any bonding company made any payments to satisfy any claims made against a bond issued on your firm's behalf or a firm where you were the principal? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance. C.

PERFORMANCE HISTORY 7.

In the past five (5) years, has your firm ever defaulted under a contract with a governmental entity or with a private individual or entity? Yes

No

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

CRP Questionnaire

Los Angeles World Airports Contractor Responsibility Program Questionnaire 8.

3

In the past five (5) years, has a governmental or private entity or individual terminated your firm's contract prior to completion of the contract? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance, and principal contact information. 9.

In the past five (5) years, has your firm ever failed to meet any scheduled deliverables or milestones? Yes

No

If Yes, explain on Attachment A the circumstances surrounding each instance, and principal contact information. 10. List on a separate attachment prior contracts your firm has had with any private or governmental entity over the last ten (10) years which are similar to the work to be performed on the contract for which you are bidding or proposing. For each contract listed in response to this question, include: (a) contract number and dates; (b) awarding authority; (c) contact name and phone number; (d) description and success of performance; and (e) total dollar amount. Include audit information if available. Check the box if you have not had any similar contracts in the last ten (10) years. D.

COMPLIANCE 11. In the past five (5)years, has your firm or any of its owners, partners, or officers, been penalized for or been found to have violated any federal, state, or local laws in the performance of a contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws which affect employees? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status. 12. In the past five (5) years, has your firm ever been debarred or determined to be a non-responsible bidder contractor? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the current status. E.

BUSINESS INTEGRITY 13. In the past five (5) 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 private or governmental entity? Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status. 14. In the past five (5) years, has your firm or any of its executives, management personnel, and owners been convicted of a crime, including misdemeanors, or been found liable in a civil suit involving the bidding, awarding, or performance of a government contract; or the crime of theft, fraud, embezzlement, perjury, or bribery?

CRP Questionnaire

Los Angeles World Airports Contractor Responsibility Program Questionnaire Yes

No

If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and current status.

CRP Questionnaire

4

Los Angeles World Airports Contractor Responsibility Program Questionnaire

5

ATTACHMENT "A" FOR ANSWERS TO QUESTIONS IN SECTIONS A THROUGH E Use the space below to provide required additional information or explanation(s). Information submitted on this sheet must be typewritten. Indicate the question for which you are submitting the additional information. Information submitted on this Attachment will be available for public review, except to the extent that such information is exempt from disclosure pursuant to applicable law. Insert additional Attachment A pages as necessary.

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 CRP Questionnaire. I further certify that I am responsible for the completeness and accuracy of the answers to each question, and that all information provided in response to this Questionnaire is true to the best of my knowledge and belief.

Print Name, Title

CRP Questionnaire

Signature

Date

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM PLEDGE OF COMPLIANCE The Los Angeles World Airports (LAWA) Contractor Responsibility Program (Board Resolution #21601) provides that, unless specifically exempted, LAWA contractors working under contracts for services, for purchases, for construction, and for leases, that require the Board of Airport Commissioners' approval shall comply with all applicable provisions of the LAWA Contractor Responsibility Program. Bidders and proposers are required to complete and submit this Pledge of Compliance with the bid or proposal or with an amendment of a contract subject to the CRP. In addition, within 10 days of execution of any subcontract, the contractor shall submit to LAWA this Pledge of Compliance from each subcontractor who has been listed as performing work on the contract. The contractor agrees to comply with the Contractor Responsibility Program and the following provisions: (a) (b) (c) (d)

(e) (f) (g)

To comply with all applicable Federal, state, and local laws in the performance of the contract, including but not limited to, laws regarding health and safety, labor and employment, wage and hours, and licensing laws which affect employees. To notify LAWA within thirty (30) calendar days after receiving notification that any government agency has initiated an investigation that may result in a finding that the contractor is not in compliance with paragraph (a). To notify LAWA within thirty (30) calendar days of all findings by a government agency or court of competent jurisdiction that the contractor has violated paragraph (a). To provide LAWA within thirty (30) calendar days updated responses to the CRP Questionnaire if any change occurs which would change any response contained within the completed CRP Questionnaire. Note: This provision does not apply to amendments of contracts not subject to the CRP and to subcontractors not required to submit a CRP Questionnaire. To ensure that subcontractors working on the LAWA contract shall complete and sign a Pledge of Compliance attesting under penalty of perjury to compliance with paragraphs (a) through (c) herein. To submit to LAWA the completed Pledges. To notify LAWA within thirty (30) days of becoming aware of an investigation, violation or finding of any applicable federal, state, or local law involving the subcontractors in the performance of a LAWA contract. To cooperate fully with LAWA during an investigation and to respond to request(s) for information within ten (10) working days from the date of the Notice to Respond.

Failure to sign and submit this form to LAWA with the bid/proposal may make the bid/proposal non-responsive. ____________________________________________________________________________ Company Name, Address and Phone Number _____________________________________________________________________________________________ Signature of Officer or Authorized Representative Date _____________________________________________________________________________________________ Print Name and Title of Officer or Authorized Representative _____________________________________________________________________________________________

CRP Pledge

Equal Benefits Ordinance

EQUAL BENEFITS ORDINANCE It is the policy of the City of Los Angeles to include the following language in all Contracts: Unless otherwise exempted in accordance with the provisions of this Ordinance, this Contract is subject to the applicable provisions of the Equal Benefits Ordinance (EBO) Section 10.8.2.1 of the Los Angeles Administrative Code, as amended from time to time. During the performance of the Contract, the CONTRACTOR/CONSULTANT certifies and represents that the CONTRACTOR/CONSULTANT will comply with the EBO. The CONTRACTOR/CONSULTANT agrees to post the following statement in conspicuous places at its place of business available to employees and applicants for employment: “During the performance of a Contract with the City of Los Angeles, the CONTRACTOR/CONSULTANT will provide equal benefits to employees with spouses and its employees with domestic partners. Additional information about the City of Los Angeles’ Equal Benefits Ordinance may be obtained from the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance at (213) 847-1922.”

CITY OF LOS ANGELES Los Angeles World Airports Contract Services Division 7301 World Way West, 2nd Floor Los Angeles, CA 90045 Phone: (310) 417-6495 - Fax: (310) 646-9620 INSTRUCTIONS FOR COMPLETING EQUAL BENEFITS ORDINANCE FORMS 1. Start with the Equal Benefits Ordinance (EBO) Compliance Form (Form OCC/EBO-1). Your company must be determined to be in compliance with the EBO before a contract with the City may be executed. In Section 2 of the form, indicate what benefits your company currently offers its employees. If a benefit is not offered, indicate the benefit is not offered. If your company currently does not offer equal benefits to employees with spouses and employees with same or different sex domestic partners, you may, on page two of the EBO Compliance Form, request one of the following by checking the appropriate box on the form: a. Request additional time to come into compliance with the EBO. This is available to contractors who agree to fully comply with the EBO but need additional time to add domestic partner coverage, to change company policies, or to negotiate the addition of domestic partner coverage to a collective bargaining agreement. Complete the Application for Provisional Compliance (Form OCC/EBO-3) and return it with the EBO Compliance Form (Form OCC/EBO-1). You must submit supporting documentation to verify why additional time is needed. b. Request to be allowed to comply with the EBO by providing employees the cash equivalent. This is available to contractors who meet both of the following: (1) agree to provide employees with domestic partners the cash equivalent of the benefits offered to employees with spouses; and (2) have demonstrated that they have taken reasonable yet unsuccessful efforts to comply, or that it would be unreasonable under the circumstances to require the contractor to provide equal benefits rather than pay the cash equivalent to employees. Complete the Application for Reasonable Measures Determination (Form OCC/EBO-2) and return it with the EBO Compliance Form (Form OCC/EBO-1). You must submit the supporting documentation requested in the Reasonable Measures Form. c. Request to be allowed to comply with the EBO on a contract-by-contract basis. If your company can only comply with the EBO for those locations or employees covered by the EBO, you may apply for compliance on a contract-by-contract basis. Contact the Department of Public Works, Office of Contract Compliance for additional information. Check the appropriate box on the EBO Compliance Form (Form OCC/EBO-1) and submit supporting documentation regarding the locations and employees affected by the EBO. 2. Obtain supporting documentation. The City must verify that each benefit offered by your company is offered equally. Refer to the EBO supporting documentation information sheet for the type of documentation that will be required. You must submit supporting documentation for each benefit checked in Question 2 of the EBO Compliance Form (Form OCC/EBO-1). Unless otherwise specified in the RFB/RFP/RFQ, you do not need to submit supporting documentation with the bid or proposal. However, because supporting documentation will be required if you are selected for award of a contract, you must have the supporting documentation readily available for submission. A delay in the submission of documentation will result in a delay in the execution of your contract. If you have already been notified that you have been selected for the award of a contract, supporting documentation must be submitted immediately to avoid delays. 3. Submit the EBO Compliance Form (Form OCC/EBO-1) to the awarding department. If you are requesting additional time to comply or to be allowed to pay employees the cash equivalent, you must also submit the appropriate forms (see #1 above) and supporting documentation with the EBO Compliance Form. 4. The forms and documentation will be forwarded to the Office of Contract Compliance for review. If

additional information or supporting documentation is needed, the Contractor Enforcement Section will contact you to obtain the information. Because your contract cannot be executed until you have been determined to be in compliance with the EBO, you must respond promptly to any request for additional information. Form OCC/EBO-10 (Rev. 06/08)

COMPLIANCE CITY OF LOS ANGELES Los Angeles World Airports Contract Services Division 7301 World Way West, 2nd Floor Los Angeles, CA 90045 Phone: (310) 417-6495 - Fax: (310) 646-9620

EQUAL BENEFITS ORDINANCE COMPLIANCE FORM Your company must be certified as complying with Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance, prior to the execution of a City agreement. This form must be returned to the City department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal. City Dept. Awarding Contract:

Contact/Phone: File/Bid/Contract

Number_________________________ SECTION 1. CONTACT INFORMATION Company Name: Company Address: City: State: Zip: Contact Person: Phone: Fax: I am a one-person contractor, and I have no employees. …Yes … No (if you answered “Yes,” go to Section 3) Approximate Number of Employees in the United States: Are any of your employees covered by a collective bargaining agreement or union trust fund? … Yes … No SECTION 2. COMPLIANCE QUESTIONS Has your company previously submitted a Compliance Form and all supporting documentation? … Yes … No If Yes, AND the benefits provided to your employees have not changed since that time, continue onto Section 3. If No, OR if the benefits provided to your employees have changed since that time, complete the rest of this form. In the table below, check all benefits that your company currently provides to employees or to which your employees have access. Provide information for each benefits carrier if your employees have access to more than one carrier. Note: some benefits are available or apply to employees because they have a spouse or domestic partner to whom the benefit applies, such as bereavement leave that allows an employee time off because of the death of a spouse or domestic partner; other benefits are provided directly to the spouse or domestic partner, such as medical insurance that covers the spouse or domestic partner as a dependent. BENEFIT(S) YOUR COMPANY CURRENTLY OFFERS 1

2

3 4 5 6 7 8 9 10 11 12 13 14

Health Insurance (List Name of Carrier(s)) Health Carrier 1: Health Carrier 2: …additional carriers on attachment. Dental Insurance (List Name of Carrier(s)) Dental Carrier 1: Dental Carrier 2: … additional carriers on attachment. Vision Plan (List Name of Carrier(s)) Vision Carrier 1: Vision Carrier 2: Pension/401(k) Plans Bereavement Leave Family Leave Parental Leave Employee Assistance Program Relocation & Travel Company Discount, Facilities & Events Credit Union Child Care Other: Other:

Form OCC/EBO-1 (Rev. 06/08)

This Benefit is Available to Employees

Available/Applies to Spouses of Employees

Available/Applies to Domestic Partners of Employees

… …

… …

… …

… …

… …

… …

… …

… …

… … … … … … … … … … … … …

… … … … … … … … … … … … …

… … … … … … … … … … … … …

… … … … … … … … … … … … …

This Benefit is Not Offered to Employees

Page 1

COMPLIANCE YOU MUST SUBMIT SUPPORTING DOCUMENTATION TO VERIFY EACH BENEFIT MARKED. Without proper documentation for each carrier and each benefit marked, your company cannot be certified as complying with the EBO. If documentation for a particular benefit does not exist, attach an explanation. Refer to the “Documentation to Verify Compliance with the Equal Benefits Ordinance” fact sheet for more information on the type of documentation that must be submitted to verify compliance with the EBO. If in the Table in Section 2 you indicated that your company does not provide all benefits equally throughout its entire operations to all your employees with spouses and employees with domestic partners of the same and different sex, you may: … a. Request additional time to comply with the EBO. Provisional Compliance may be granted to Contractors who agree to fully comply with the EBO but need more time to incorporate the requirements of the EBO into their operations. Submit the Application for Provisional Compliance (OCC/EBO-3) and supporting documentation with this Compliance Form. … b. Request to be allowed to comply with the EBO by providing affected employees with the cash equivalent. Your company must agree to provide employees with a cash equivalent. In most cases, the cash equivalent is the amount of money equivalent to what your company pays for spousal benefits that are unavailable for domestic partners, or vice versa. Submit a completed Application for Reasonable Measures Determination (OCC/EBO-2) and supporting documentation with this Compliance Form. … c. Comply on a Contract-by-Contract Basis. Compliance may be granted on a contract-by-contract basis for those Contractors who have multiple locations in the U.S. but cannot comply with the EBO throughout the Contractor’s operations. Indicate below the compliance category you are requesting: … Contractor has multiple operations located both within and outside City limits. Contractor will comply with the EBO only for the operation(s) located within City limits and for employee(s) located elsewhere in the United States who perform work relating to the City agreement. Supporting documentation for the affected operation(s)/employees must be submitted. … Contractor has no offices within City limits but does have (an) employee(s) working on the City agreement located elsewhere in the United States. Contractor will comply with the EBO only for employee(s) located elsewhere in the United States who perform work relating to the City agreement. Supporting documentation for the affected employee(s) must be submitted. SECTION 3. EXECUTE THE DECLARATION AND SUBMIT THE FORM TO THE AWARDING DEPARTMENT This form must be returned to the City department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal to the awarding department. The awarding department will forward the form to the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance for review. DECLARATION UNDER PENALTY OF PERJURY I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that I am authorized to bind this entity contractually.

Executed this _______day of _________________, in the year __________, at __________________, _____ (City)

(State)

_____________________________________

______________________________________

Signature

Mailing Address

_____________________________________

______________________________________

Name of Signatory (please print)

City, State, Zip Code

_____________________________________

______________________________________

Title

EIN/TIN

Form OCC/EBO-1 (Rev. 06/08)

Page 2

COMPLIANCE CITY OF LOS ANGELES Los Angeles World Airports Contract Services Division 7301 World Way West, Los Angeles, CA 90045 Phone: (310) 417-6495 - Fax: (310) 646-9620 DOCUMENTATION TO VERIFY COMPLIANCE WITH THE EQUAL BENEFITS ORDINANCE Section 2 of the Equal Benefits Ordinance Compliance Form (Form LAWA/EBO-1) requires that you submit supporting documentation to the Procurement Services Division to verify that all benefits marked in your response(s) are offered in a nondiscriminatory manner. This list is intended to be used only as a guide for the type of documentation needed. Health, Dental, Vision Insurance: A statement from your insurance provider that spouses and domestic partners receive equal coverage in your medical plan. This may be in a letter from your insurance provider or reflected in the eligibility section of your official insurance plan document. Note that “domestic partner” includes same-sex as well as different-sex partners so that the definition of “domestic partner” contained in the plan document must include different-sex partners. Pension/401(k) Plans: Documentation should indicate that participating employees may designate a beneficiary to receive the amount payable upon the death of the employee. Submit a blank beneficiary designation form. Bereavement Leave: Your bereavement leave or funeral leave policy indicating the benefit is offered equally. If your policy allows employees time off from work because of the death of a spouse, it should also allow for time off because of the death of a domestic partner. If the policy allows time off for the death of a parent in-law or other relative of a spouse, it must include time off for the death of a domestic partner's equivalent relative. Family Leave: Your company's Family and Medical Leave Act policy. All companies with 50 or more employees must offer this benefit. Your policy should indicate that employees may take leave because of the serious medical condition of their spouse or domestic partner. Parental Leave: Your company's policy indicating that employees may take leave for the birth or adoption of a child. If leave is available for step-children (the spouse's child) then leave should also be made available for the child of a domestic partner. Employee Assistance Program (EAP): The benefit typically refers to programs that allow employees and their family members access to counselors who provide short-term counseling and referrals to assist in dealing with issues such as family problems, addiction, and financial and legal difficulties. Your company's EAP policy must confirm that spouses, domestic partners and their parents and children are equally eligible (or ineligible) for such benefits. If provided through a third party, a statement from the third party provider regarding eligibility is required. Relocation & Travel: Your company's policy confirming that expenses for travel or relocation will be paid on the same basis for spouses and domestic partners of employees. Company Discounts, Facilities & Events: Your company's policy confirming that to the extent discounts, facilities (such as a gym) and events (such as a company holiday party) are equally available to spouses and domestic partners of employees. Credit Union: Documentation from the credit union indicating that spouses and domestic partners have equal access to credit union services. Child Care: Documentation that the children of spouses (step-children) and children of domestic partners have equal access to child care services. Other Benefits: Documentation of any other benefits listed to indicate that they are offered equally.

Form LAWA/EBO-1 (Rev. 04/05)

Page 3

PROVISIONAL COMPLIANCE CITY OF LOS ANGELES Los Angeles World Airports Contract Services Division 7301 World Way West, 2nd Floor Los Angeles, CA 90045 Phone: (310) 417-6495 - Fax: (310) 646-9620

APPLICATION FOR PROVISIONAL COMPLIANCE WITH EQUAL BENEFITS ORDINANCE COMPLETE AND SUBMIT THIS FORM ONLY IF APPLICABLE. Contractors entering into, amending, or bidding on a City contract who agree to comply with the Equal Benefits Ordinance (“EBO”) but need more time to incorporate the requirements of the EBO into their operations must submit this form, and supporting documentation, to the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance (“OCC”). (This form must be submitted with the EBO Compliance Form OCC/EBO-1.) The Contractor may be granted additional time to incorporate the requirements of the EBO only in the circumstances indicated below. Fill out all sections that apply. Attach additional sheets if necessary. _____ A. OPEN ENROLLMENT FOR HEALTH, DENTAL AND/OR VISION INSURANCE PLANS The Contractor may be granted additional time to implement the requirements of the EBO if equal benefits cannot be provided until after the first open enrollment process following the date the contract with the City is executed. To qualify, the Contractor must submit evidence that reasonable efforts are being undertaken to implement the requirements of the EBO. Additional time granted may not exceed two years from the date the contract with the City is executed, and applies only to benefits for which an open enrollment period is applicable. __________ - Date domestic partner (same and different sex) coverage will become effective. You must submit copies of correspondence between your company and your insurance provider(s) documenting your effort to obtain domestic partner coverage for same- and different-sex couples. You should also submit verification of the next open enrollment date or the date the benefits become available. _____ B. ADMINISTRATIVE ACTIONS AND REQUESTS FOR EXTENSION The Contractor may be granted additional time to implement the requirements of the EBO if the administrative actions necessary to incorporate the EBO cannot be completed prior to the date that the contract with the City is executed. Additional time granted for the completion of the administrative action shall apply only to those benefits that require administrative actions and may not exceed three months. Upon written request by the Contractor and at the discretion of the OCC, the Contractor may be granted additional time to complete the administrative actions. Administrative actions may include personnel policy revisions and the development and distribution of employee communications. Describe below or on an attachment the administrative actions needed and the anticipated completion dates. Attach supporting documentation such as the relevant portions of your current policy and the changes you plan to make.

If you are requesting an extension beyond three months, explain why more than three months is needed and attach any supporting documentation that may be relevant.

Form OCC/EBO-3 (Rev. 06/08)

Page 1

PROVISIONAL COMPLIANCE _____ C. COLLECTIVE BARGAINING AGREEMENTS Compliance with the EBO may be delayed until the expiration of a Contractor’s current collective bargaining agreement(s) (CBA). When the CBA is renegotiated, the Contractor must propose to the union for incorporation into the CBA the EBO requirements so that all benefits provided to employees with spouses are also extended to employees with domestic partners. Provisional compliance status may be granted if all of the following conditions are met. 1. The provision of some or all of the benefits offered to the Contractor’s employees are governed by one or more CBA(s) but domestic partner coverage for same- and different-sex couples is not offered under the CBA(s). Required Information: Indicate below the name of each CBA for which Provisional Compliance is being requested and the time period the CBA covers. Name of Bargaining Unit: ____________________________ Start date:________ End date:_________ Name of Bargaining Unit: ____________________________ Start date:________ End date:_________ Name of Bargaining Unit: ____________________________ Start date:________ End date:_________ 2. The Contractor agrees to propose to the union that the EBO requirements be incorporated into each of the CBA(s) by signing the statement below. When the CBA is renegotiated, we will propose to the union that the EBO requirements be incorporated into the CBA so that all benefits provided to employees with spouses will be extended to employees with same or different sex domestic partners. After the CBA expires, we will provide, upon request by the City, reports on the status of the efforts to incorporate the EBO requirements into the CBA. By the end of negotiations, we agree to notify the OCC of the result by submitting a statement which will indicate: (1) when the issue of same and different sex domestic partners was raised during negotiations; and (2) whether or not the EBO requirements was incorporated into the CBA. We understand that a separate statement must be submitted for each CBA for which Provisional Compliance was requested. ___________________________________________________________________________________ Name of Signatory (Print)

Signature

Title

Date

3. For benefits not strictly governed by a CBA, the Contractor must establish policies so that those benefits are provided in accordance with the requirements of the EBO. For example, the Contractor may be required to expand the existing bereavement leave policy to allow an employee with a domestic partner time off in event of the domestic partner’s death even if the CBA does not require the employer to do so. Required documentation: A listing of benefits not strictly governed by the CBA along with the Contractor’s policies as they relate to those benefits. EXECUTE THE DECLARATION AND SUBMIT THE FORM TO THE AWARDING DEPARTMENT: This form, and the Equal Benefits Ordinance Compliance Form (Form OCC/EBO-1) must be returned to the City department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal to the awarding department. The awarding department will forward the form to the OCC for review. DECLARATION UNDER PENALTY OF PERJURY I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this _______day of _________________, in the year __________, at __________________, _____ (City)

(State)

_________________________________________________________________________________________ Name of Company

Form OCC/EBO-3 (Rev. 06/08)

Name of Signatory (Print)

Signature

Title

Page 2

REASONABLE MEASURES CITY OF LOS ANGELES Los Angeles World Airports Contract Services Division 7301 World Way West, 2nd Floor Los Angeles, CA 90045 Phone: (310) 417-6495 - Fax: (310) 646-9620 APPLICATION FOR REASONABLE MEASURES DETERMINATION - CASH EQUIVALENT COMPLIANCE Name of Company

EIN/TIN

Street Address

City,

State

Contact Person/Title

Telephone Number

Fax Number

Zip

Before the Department of Public Works, Bureau of Contract Administration , Office of Contract Compliance (OCC) will approve a contractor’s application to comply with the Equal Benefits Ordinance (EBO) by paying a cash equivalent, the OCC must determine that: (a) the contractor has made a reasonable yet unsuccessful effort to provide equal benefits; or (b) under the circumstances, it would be unreasonable to require the contractor to provide benefits to domestic partners (or spouses if applicable). To apply, contractors must submit: 1. An explanation and documentation that demonstrates: (a) the Contractor has made a reasonable, yet unsuccessful, effort to provide equal benefits; or (b) under the circumstances, it would be unreasonable to require the contractor to provide equal benefits rather than paying the cash equivalent. See EBO Regulation #2B(1)(a) and #2B(1)(b). 2. This completed application. Fill in the company’s information, then read and sign the acknowledgement below. 3. A completed Equal Benefits Ordinance Compliance Form (Form OCC/EBO-1). Be certain that box “b” on page two of the form is checked. 4. A draft of the memorandum that will be distributed to affected employees informing them of the cash equivalent option. 5. Copies of the revised policies, such as bereavement, for which the cash equivalent is not applicable. If approved by the OCC, a contractor will be allowed to comply with the EBO by paying its employees with domestic partners the cash equivalent of benefits made available to the spouses of its employees. The cash equivalent is the difference between the amount an employer pays to provide an employee with spousal or family coverage and the amount that an employer pays to provide an employee with employee-only coverage. For example, an employer pays $200 per month to provide benefits for an employee and his/her spouse, and $150 per month to provide benefits for an employee with employee-only coverage. The cash equivalent that must be paid to the employee with a domestic partner is $50 per month. For benefits for which a cash equivalent is not applicable, such as bereavement leave, the employer must amend its policies so that domestic partners are treated in the same manner as spouses. For example, if the policy allows an employee three days off in the event of the death of a spouse or the spouse’s parents, the policy must be amended to allow an employee three days off in the event of the death of a domestic partner or the domestic partner’s parents.

ACKNOWLEDGEMENT REGARDING APPLICATION I declare under penalty of perjury under the laws of the State of California that I am authorized to bind the company/entity listed above. I understand that this Application must be approved by the OCC before compliance by paying the cash equivalent will be allowed. By signing below, I agree on behalf of the company that if this Application is approved by the OCC, the company will comply with the EBO by providing employees with domestic partners the cash equivalent of the benefits that are made available to employees with spouses. For those benefits to which the cash equivalent is not applicable, such as for bereavement leave or family leave, the company agrees to amend its policies so that the domestic partners of employees will be treated in the same manner as the spouse of an employee. The relatives of domestic partners will be treated in the same manner as relatives of spouses. The company further agrees to provide a memorandum notifying our affected employees of the availability of the cash equivalent option if they have domestic partners for whom equal benefits cannot be provided. Executed this _____day of _________________, in the year _______, at ________________________________, _____

Name of Signatory (Print)

Form OCC/EBO-2 (Rev. 06/08)

Signature

(City)

(State)

Title

Date

Insurance

INSURANCE REQUIREMENTS FOR LOS ANGELES WORLD AIRPORTS NAME: City of Los Angeles Department of Airports AGREEMENT / ACTIVITY: RFP - Operation of Courtesy Shuttle Service at LA/Ontario TERM: Five years The insured must maintain insurance coverage at limits normally required of its type operation; however, the following coverage noted with an "X" are the minimum required and must be at least the level of the Combined Single Limits indicated. LIMITS (X) Workers' Compensation (Statutory)/Employer's Liability (X) Broad Form All States Endorsement (X) Voluntary Compensation Endorsement (*) Longshoremen's and Harbor Workers' Compensation Act Endorsement (X) Waiver of Subrogation (Specifically naming “Los Angeles World Airports” Blanket endorsements are unacceptable)

Statutory

(X) Automobile Liability - covering owned, non-owned & hired auto

$5,000,000 CSL

(X) Aviation/Airport Liability

$5,000,000 CSL

OR (X) Commercial General Liability, including the following coverages: (X) (X) (X) (X) (X) (X) (X)

$5,000,000CSL

Premises and Operations Contractual (Blanket/Schedule) Independent Contractors Products /Completed Operations Broad Form Property Damage Personal Injury Explosion,Collapse & Underground (required when work involves digging, excavation,grading or use of explosive materials.)

(X) Additional Insured Endorsement (Specifically naming “Los Angeles World Airports” Blanket endorsements are unacceptable) *** Coverage for Hazardous Substances

**

Sudden Occurrence Non-sudden Occurrence

Builder's Risk Insurance - (All Risk Coverage, including material in transit)

Comments:

$ *** $ *** Value of Improvements

* If exposure exists, coverage is required. ** Required if property or building ultimately revert to City. *** Must meet Federal and/or State requirements.

CONTRACTOR SHALL BE HELD RESPONSIBLE FOR OWN OR HIRED EQUIPMENT AND SHALL HOLD AIRPORT HARMLESS FROM LOSS, DAMAGE OR DESTRUCTION TO SUCH EQUIPMENT. PLEASE RETURN THIS FORM WITH EVIDENCE OF INSURANCE COVERAGE. INSURANCE COMPANIES WHICH DO NOT HAVE A BEST RATING OF B OR BETTER, AND HAVE A MINIMUM FINANCIAL SIZE OF AT LEAST 4, MUST BE REVIEWED FOR ACCEPTABILITY BY EXECUTIVE DIRECTOR. IRV5

10/05

Revised-10/26/05

No lease involved. For vendor/contractor work with airfield access at LAX, ONT, PMD.

Insurance Contractor shall procure at its own expense, and keep in effect at all times during the term of this Agreement, the types and amounts of insurance specified herein. The specified insurance shall also, either by provisions in the policies, by City's own endorsement form or by other endorsement attached to such policies, include and insure City, its Department of Airports, its Board of Airport Commissioners (hereinafter referred to as "Board"), and all of its officers, employees and agents, their successors and assigns, as insureds, against the area of risk described herein as respects Contractor's acts or omissions in its operations, use and occupancy of the premises hereunder or other related functions performed by or on behalf of Contractor on Airport. Each specified insurance policy (other than Workers' Compensation and Employers' Liability and fire and extended coverages) shall contain a Severability of Interest (Cross Liability) clause which states, "It is agreed that the insurance afforded by this policy shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company's liability," and a Contractual Endorsement which shall state, "Such insurance as is afforded by this policy shall also apply to liability assumed by the insured under this Agreement with the City of Los Angeles." All such insurance shall be primary and noncontributing with any other insurance held by City's Department of Airport where liability arises out of or results from the acts or omissions of Contractor, its agents, employees, officers, assigns, or any person or entity acting for or on behalf of Contractor. Such policies may provide for reasonable deductibles and/or retentions acceptable to the Executive Director of the Department of Airport (hereinafter referred to as "Executive Director") based upon the nature of Contractor's operations and the type insurance involved. City shall have no liability for any premiums charged for such coverage(s). The inclusion of City, its Department of Airports, its Board, and all of its officers, employees and agents, and their agents and assigns, as insureds, is not intended to, and shall not, make them, or any of them a partner or joint venturer with Contractor in its operations at Airport. In the event Contractor fails to furnish City evidence of insurance and maintain the insurance as required, City, upon ten (10) day prior written notice to comply, may (but shall not be required to) procure such insurance at the cost and expense of Contractor, and Contractor agrees to promptly reimburse City for the cost thereof plus fifteen percent (15%) for administrative overhead. At least ten (10) days prior to the expiration date of any of the above policies, documentation showing that the insurance coverage has been renewed or extended shall be filed with City. If such coverage is canceled or reduced, Contractor shall, within fifteen (15) days of such cancellation or reduction of coverage, file with City evidence that the required insurance has been reinstated or provided through another insurance company or companies. Contractor shall provide proof of all specified insurance and related requirements to City either by production of the actual insurance policy(ies), by use of City's own endorsement form(s), by broker's letter acceptable to Executive Director in both form and content in the case of foreign insurance syndicates, or by other written evidence of insurance acceptable to Executive Director. The documents evidencing all specified coverages shall be filed with City prior to Contractor occupying the premises hereunder. They shall contain the applicable policy number, the inclusive dates of Insurance Rev. 8/01

policy coverages and the insurance carrier's name, shall bear an original signature of an authorized representative of said carrier, and shall provide that such insurance shall not be subject to

cancellation, reduction in coverage or nonrenewal except after written notice by certified mail, return receipt requested, to the City Attorney of the City of Los Angeles at least thirty (30) days prior to the effective date thereof. City and Contractor agree that the insurance policy limits specified herein shall be reviewed for adequacy annually throughout the term of this Agreement by Executive Director, who may thereafter require Contractor to adjust the amounts of insurance coverage to whatever amount Executive Director deems to be adequate. City reserves the right to have submitted to it, upon request, all pertinent information about the agent and carrier providing such insurance.

City Held Harmless Except for the sole negligence of City, Contractor undertakes and agrees to defend, indemnify and hold harmless City and any and all of City's Boards, officers, agents, employees, assigns, and successors in interest from and against all suits and causes of action, claims losses, demand and expenses, including, but not limited to, attorney's fees and cost of litigation, damage or liability of any nature whatsoever, for death or injury to any person, including Contractor's employees and agents, or damage of or destruction to any property of either party hereto or of third persons, in any manner arising by reasons of or incident to the performance of this Agreement on the part of Contractor, whether or not contributed to by any act or omission of City or any of the City's Boards, officers, agents, or employees.

Hazardous and Other Regulated Substances (a) Contractor agrees to accept sole responsibility for full compliance with any and all applicable present and future rules, regulations, restrictions, ordinances, statutes, laws and/or other orders of any governmental entity regarding the use, storage, handling, distribution, processing and/or disposal of hazardous wastes, extremely hazardous wastes, hazardous substances, hazardous materials, hazardous chemicals, toxic chemicals, toxic substances, pollutants, contaminants or other similarly regulated substances (hereinafter referred to as "hazardous substances") regardless of whether the obligation for such compliance or responsibility is placed on the owner of the land, on the owner of any improvements on the premises, on the user of the land or on the user of the improvements. Said hazardous substances shall include, but shall not be limited to, gasoline, aviation, diesel and jet fuels, lubricating oils and solvents. Contractor agrees that any damages, penalties or fines levied on City and/or Contractor as a result of noncompliance with any of the above shall be the sole responsibility of Contractor and further, that Contractor shall indemnify and pay and/or reimburse City for any damages, penalties or fines that City pays as a result of noncompliance with the above. (b) In the case of any hazardous substance spill, leak, discharge or improper storage on the premises or contamination of same by any person, Contractor agrees to make or cause to be made any necessary repairs or corrective actions as well as to clean up and remove any leakage, contamination or contaminated ground. In the case of any hazardous substance spill, leak, discharge or contamination by Contractor or its employees, servants, agents, contractors or subcontractors which affects other property of City or its tenants' property, Contractor agrees to make or cause to be made any necessary corrective actions to clean up and remove any spill, leakage or contamination to the satisfaction of Executive Director. If Contractor fails to repair, cleanup, properly dispose of or take any other corrective actions as required herein, City may (but shall not be required to) take all steps it deems necessary to properly repair, clean up or otherwise correct the conditions resulting from the spill, leak or contamination. Any such repair, clean-up or corrective actions taken by City shall be at Contractor's sole cost and expense and Contractor shall

indemnify and pay for and/or reimburse City for any and all costs (including any administrative costs) City incurs as a result of any repair, clean-up or corrective action it takes. (c) If Contractor installs or uses already installed underground storage tanks, pipelines or other improvements on the specified premises for the storage, distribution, use , treatment or disposal of any hazardous substances, Contractor agrees, upon the expiration and/or termination of this Consent, to remove and/or clean up, at the sole option of Executive Director, the abovereferred to improvements. Said removal and/or clean-up shall be at Contractor's sole cost and expense and shall be undertaken and completed in full compliance with all federal, state and local laws and regulations, as well as with the reasonable directions of Executive Director. (d) Contractor shall promptly supply City with copies of all notices, reports, correspondence and submissions made by Contractor to any governmental entity regarding any hazardous substance spill, leak, discharge or clean-up including all test results. (e) This Section and the obligation therein shall survive the expiration or earlier termination of this Consent to Agreement.

List of Other City of Los Angeles Contracts

Current and Prior City of Los Angeles Contracts Pursuant to City of Los Angeles Resolution No. 56, adopted July 21, 1998, Consultant shall submit a list entitled “Current and Prior City of Los Angeles Contracts”, which shall state all City contracts held by the Consultant within the last ten (10) years. Contract Number

List Rev. 8/01

Name of City Department/Agency

Contact person name and phone number

Signing date

Completion date

Description

Total dollar amount

Municipal Lobbying Ordinance

City Ethics Commission 200 N Spring Street City Hall — 24th Floor Los Angeles, CA 90012 Mail Stop 129 (213) 978-1960

Bid/Contract Number:

Department:

Name of Bidder:

Phone:

Address:

Email:

CERTIFICATION I certify the following on my own behalf or on behalf of the entity named above, which I am authorized to represent: A. I am a person or entity that is applying for a contract with the City of Los Angeles. B. The contract for which I am applying is an agreement for one of the following: 1. The performance of work or service to the City or the public; 2. The provision of goods, equipment, materials, or supplies; 3. Receipt of a grant of City financial assistance for economic development or job growth, as further described in Los Angeles Administrative Code § 10.40.1(h) [see reverse]; or 4. A public lease or license of City property where both of the following apply, as further described in Los Angeles Administrative Code § 10.37.1(i) [see reverse]: a. I provide services on the City property through employees, sublessees, sublicensees, contractors, or subcontractors, and those services: i. Are provided on premises that are visited frequently by substantial numbers of the public; or ii. Could be provided by City employees if the awarding authority had the resources; or iii. Further the proprietary interests of the City, as determined in writing by the awarding authority. b. I am not eligible for exemption from the City’s living wage ordinance, as eligibility is described in Los Angeles Administrative Code § 10.37(i)(b). C. The value and duration of the contract for which I am applying is one of the following: 1. For goods or services contracts—a value of more than $25,000 and a term of at least three months; 2. For financial assistance contracts—a value of at least $100,000 and a term of any duration; or 3. For construction contracts, public leases, or licenses—any value and duration. D. I acknowledge and agree to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance if I qualify as a lobbying entity under Los Angeles Municipal Code § 48.02. Date:

Signature: Name: Title: Under Los Angeles Municipal Code § 48.09(H), this form must be submitted to the awarding authority with your bid or proposal on the contract noted above.

Los Angeles Administrative Code § 10.40.1(h) (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(i) (i)

“Public lease or license”. (a) Except as provided in (i)(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 the company 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 same 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.

MBE, WBE and OBE Program

Policy Statement Pursuant to Executive Directive No. 2001-26 of Mayor Richard Riordan and the provisions of Resolution No. 19765 of the Board of Airport Commissioners, it is the policy of Los Angeles World Airports (LAWA) to provide Minority Business Enterprises (MBEs), Woman Business Enterprises (WBEs) and all Other Business Enterprises (OBEs) an equal opportunity to participate in the performance of all LAWA contracts. Current and prospective contractors, subcontractors, lessees, permittees, and concessionaires shall assist LAWA in implementing this policy by taking the necessary measures to ensure meaningful and equitable participation by MBE/WBE/OBEs and to encourage the development of existing and new MBE/WBE/OBEs. Los Angeles World Airports shall review and, where appropriate, establish levels of participation for all non-federally funded contracts, contract amendments and renewal option approvals with a value of $50,000 or more. LAWA also will establish annual goals in accordance with City of Los Angeles and applicable United States Department of Transportation requirements for MBE/WBE participants. LAWA will develop an aggressive outreach program, consistent with and complementary to Citywide outreach efforts. Additionally, LAWA's contract awarding procedure and regular compliance monitoring will be used to insure proper and full utilization of MBE/WBEs and achievement of contract goals. The objective of this policy is to achieve the participation of MBE/WBE/OBEs at levels comparable to their availability to provide goods and services to Los Angeles World Airports, with the ultimate goal of developing their status and expertise so that they may compete for future contracts on an equal basis.

Outreach Requirements Los Angeles World Airports is committed to increasing the number of minority and woman-owned firms participating in Airport contracts. Bidders/proposers should strive to achieve the levels of participation set for each project and must also demonstrate that a good faith effort was made to secure MBE/WBE subcontractors sufficient to reach these levels. Firms may participate in LAWA contracts as prime contractors, members of a joint venture, subcontractors, or suppliers.

Evaluating Good Faith Efforts It is incumbent on the bidder/proposer to submit appropriate documentation to demonstrate that a good faith effort was made to reach out to MBE/WBE/OBEs. The attached Instructions Regarding Demonstration of Good Faith Effort provide guidelines on such documentation, which must be submitted within three days of notification by the Department. It is important to understand that all bidders/proposers, regardless of whether or not they have met or exceeded the levels of participation and regardless of their own minority or gender status, will be evaluated on their good faith effort. Bidders/proposers determined to have not made a good faith effort will be considered non-responsive for purposes of this bid/proposal.

Subcontractor Listing In addition to the good faith effort documentation, your bid/proposal must also include a completed MBE/WBE/DBE Participation Form outlining the portion of the work that will be performed by each listed MBE/WBE subcontractor. The form must include the name and address of the subcontractor, the percentage of the total contract the subcontractor will perform, and the dollar amount the percentage represents. A copy of the required form is included in this section. Please note that the Participation Form is signed under penalty of perjury. Any change of subcontractor is subject to the substitution provisions outlined in this document.

M/WBE Rev. 4/06

Utilization Reporting Form An MBE/WBE/DBE Utilization Form for reporting the actual utilization of MBE/WBE firms is to be submitted monthly by each prime contractor. A copy of this form will be provided prior to the commencement of work. The progress payment and/or final payment may be withheld pending receipt of the Utilization Form. Failure to submit the Utilization Form as required shall constitute a breach of contract.

Substitutions of MBE/WBE Subcontractors Prime contractors shall notify LAWA's Procurement Services Division of the need for a substitution as soon as such need is determined, and shall not make the substitution until the Division has authorized the substitution. Should the substitution result in a lower level of MBE/WBE participation, the prime contractor will be required to document their good faith effort.

Certification A firm that wants to be considered a Minority Business Enterprise or Woman Business Enterprise for this project must be certified under the Unified Certification Program no later than the due date of the bid/proposal. If not currently certified, the company must submit all necessary documents including the Application for Certification (available at http://www.lawa.org/busiForms.cfm) to the City of Los Angeles Centralized Certification Administration. For additional clarification of the Minority and Woman-Owned Business Enterprise Program, please contact the Centralized Certification Administration at (213) 847-1922.

M/WBE Rev. 4/06

DEPARTMENT OF AIRPORTS INSTRUCTIONS REGARDING DEMONSTRATION OF GOOD FAITH EFFORT It is the policy of the City of Los Angeles to provide all MBEs, WBEs, and OBEs an equal opportunity to participate in the performance of all City contracts. Bidders must assist the City in implementing this policy by taking all reasonable steps to ensure that all qualified business enterprises including MBEs, WBEs and OBEs have an equal opportunity to compete for and participate in City contracts. A bidder’s good faith efforts to reach out to MBEs, WBEs and OBEs will be determined from written documentation of the level of effort put into achieving the indicators. Failure to meet expected MBE/WBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, failure to submit supporting documentation of a good faith effort within three days upon notification by the department and failure to achieve a minimum of 75 out of 100 Good Faith Effort evaluation points will render the bid non-responsive and will result in its rejection. Adequacy of a bidder’s good faith effort will be determined by the Department after consideration of the indicators of good faith as set forth below. Indicator Points 1

0

2

10

3

10

4

9

5

15

6

10

7

5

8

10

9

26

10

5

Total

100

Each indicator (2-10) is evaluated on a pass/fail basis, i.e., either full or zero points can be achieved for compliance with each item. 1. LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION

NO POINTS

The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs and OBEs which could be expected to produce a reasonable level of participation by interested business enterprises, including the MBE and WBE percentages set forth for this project. Required documentation: Completed MBE/WBE/DBE Participation Form. M/W/OBE GFE Rev. 04/06

2. ATTENDED PRE-BID MEETING

10 POINTS

The bidder has attended the pre-bid meeting scheduled by the Department to inform all bidders of the requirements for the project for which the contract will be awarded. The Department may waive this requirement only if the bidder certifies in writing prior to the pre-bid meeting that it was already informed as to those project requirements. Required documentation: a) Attend pre-bid meeting and be listed on the attendance sheet; or b) Submit a letter prior to the pre-bid meeting either by fax to 310 646-9620, or by mail to Contract Administration, 7301 World Way West, 2nd floor, Los Angeles, CA 90045. 3. SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS

10 POINTS

The bidder has identified and selected specific work items in the project to be performed by subbidders/subcontractors in order to provide an opportunity for participation by MBEs, WBEs and OBEs. Upon making this determination, the bidder subdivided the total contract work requirements into smaller portions or quantities to permit maximum active participation of MBEs, WBEs and OBEs. Required documentation: Proof of this must be demonstrated in either Indicator 4 or 5. 4. ADVERTISEMENT

9 POINTS

Not less than ten calendar days prior to the submittal of bids, the bidder advertised for sub-bids from interested business enterprises in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media specified by the Department Required documentation: A copy of the advertisement and a proof of publication statement or other verification which confirms the date the advertisement was published. Note: The advertisement must be specific to the project, not generic, and may not be a planholder advertisement provided by the publication. It should include the City of Los Angeles project name, name of bidder, areas of work available for subcontracting, and a contact person’s name and telephone number, information on the availability of plans and specifications and the bidder’s policy concerning assistance to subcontractors in obtaining bonds, lines of credit and/or insurance. Consideration will be given to the wording of the advertisement to ensure that it did not exclude or seriously limit the number of potential respondents. 5. WRITTEN NOTICES TO SUBCONTRACTORS

15 POINTS

The bidder has provided written notice of its interest in receiving sub-bids on the contract to those business enterprises, including MBEs, WBEs and OBEs having an interest in participation in the selected work items. All notices of interest shall be provided not less than ten calendar days prior to the date the bids are required to be submitted. Required documentation: A copy of each letter sent to available MBEs, WBEs and OBEs for each item of work to be performed. If there is only one master notification, then a copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must include copies of the metered

envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted, City of Los Angeles project name, name of the bidder, and contact person’s name, address, and telephone number. * This written notice can be used to satisfy Indicators 3, 7, and 10. CERTIFICATION AGENCIES (Bidders should contact the following agencies to obtain current copies of MBE/WBE directories.) City of Los Angeles Bureau of Contract Administration Office of Contract Compliance 1149 S. Broadway St., 300 Los Angeles, CA 90015

(213) 847-1922 (213) 847-2777 FAX http://bca.lacity.org

Caltrans State of California, Department of Transportation Civil Rights Group 120 S. Spring Street Los Angeles, CA 90012

(916) 324-1700 directory orders Toll free: 1866-810-6346 http://www.dot.ca.gov/hq/bep/

Los Angeles County Metropolitan Transportation Authority Equal Opportunity Department 1 Gateway Plaza Los Angeles, CA 90012

(213) 922-2600 (213) 922-7660 FAX

6. FOLLOW-UP ON INITIAL SOLICITATION

10 POINTS

The bidder has documented efforts to follow-up initial solicitation of sub-bid interest by contacting the affected business enterprises to determine with certainty whether said enterprises were interested in performing specific portions of the project work. Required documentation: A copy of telephone logs. These logs must include the name of the company called, telephone number, contact person, who did the calling, time, date, and the result of the conversation. Bidders must follow-up with all subcontractors to whom they sent letters. 7. PLANS, SPECIFICATIONS AND REQUIREMENTS

5 POINTS

The bidder has provided interested sub-bid enterprises with information about the plans, specifications and requirements for the selected sub-bid/subcontracting work. Required documentation: Include in Indicator 4 or 5, information detailing how, where and when the bidder will make the required information available to interested subcontractors. 8. CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS

10 POINTS

The bidder has requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs and OBEs not less than fifteen calendar days prior to the submission of bids. Any other organizations promoting MBE/WBE/OBE activities not included in the following list which have been contacted, must also be listed in the required documentation.

Directories of Certified Firms ACDBE/DBE/MBE/WBE

The City of Los Angeles, Bureau of Contract Administration (BCA) maintains a directory of certified ACDBE, DBE, MBE, and WBE’s on their website @ http://bca.lacity.org/index.cfm?nxt=ots&nxt_body=otsindex.cfm. This listing includes only firms whose certification application has been processed by BCA. The directory can be searched by company name or by NAICS code and will provide contact information, NAICS code classification(s), and current certification status of firms. This directory is one of several resources available to contractors looking for certified firms. The California Unified Certification Program also has an online directory of certified firms: http://www.dot.ca.gov/hq/bep/dbe_query.htm. This directory includes all ACDBE and DBE firms certified by any of the eleven certification agencies in the UCP. Because it provides statewide listing, this directory will provide a much bigger pool of firms for contractors and should be the primary resource used by contractors looking for DBE or ACDBE participation. In addition to the City of Los Angeles, Caltrans and Los Angeles County Metropolitan Transportation Authority administer a MBE/WBE certification program; however, the CUCP directory does not include firms certified only as MBE or WBE by these agencies. To find a sufficient pool of MBE/WBE certified firms, contractors should use the following resources: ƒ ƒ

ƒ ƒ

BCA’s Directory of ACDBE/DBE/MBE/WBE Certified firms CUCP Directory of ACDBE/DBE certified firms o DBE/ACDBE certification requires a firm to be 51% owned by “socially or economically disadvantaged individuals” and minorities and women are “presumed to be socially or economically disadvantaged”, therefore the majority of DBE’s and ACDBE’s firms are MBE’s or WBE’s and can be used to meet MBE/WBE participation levels. Caltrans’ Directory of certified MBE/WBE o The directory can be accessed from the same link as the CUCP database (http://www.dot.ca.gov/hq/bep/dbe_query.htm) Los Angeles County Metropolitan Transportation Authority (Metro) Listing of Certified MBE/WBE’s. o Metro’s MBE/WBE certified firms is not available on-line but a current listing can be obtained by contacting the Diversity & Economic Opportunity Department @ 213) 922-2600.

Required documentation: A copy of each letter sent to outreach agencies requesting assistance in recruiting MBEs, WBEs and OBEs. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted, City of Los Angeles project name, name of the bidder, and contact person’s name, address, and telephone number. RECRUITMENT/PLACEMENT ORGANIZATIONS

Minority Business Opportunity Center (MBOC) City Hall 200 N. Main Street, 13th Floor Los Angeles, CA 90012

213 978-0671 213 978-0690 FAX

National Center for American Indian Enterprise Development 11138 Valley Mall, Suite 200 El Monte, CA 91731

626 442-3701 626 442-7115 FAX http://www.ncaied.org

The Associated General Contractors of California Los Angeles District Office 1906 W. Garvey Avenue South, Suite 100 West Covina, CA 91790

626 608-5800 626 608-5810 FAX http://www.agc-ca.org

Latin Business Association (LBA) 120 S. San Pedro Street, Suite 530 Los Angeles, CA 90012

213 628-8510 213 628-8519 FAX http://www.lbausa.com

Black Business Association Mailing Address: P.O. Box 43159 Los Angeles, CA 90043 President: Earl 'Skip' Cooper, II

323 291-9334 323 291-9234 FAX http://www.bbala.org E-mail: [email protected]

The Asian Business Association 120 S. San Pedro Street, Suite 523 Los Angeles, CA 90012

213 628-1ABA 213 628-3222 FAX http://www.aba-la.org/index.asp Email: [email protected]

Engineering Contractors’ Association 8310 Florence Avenue Downey, CA 90240

800 293-2240 562 923-6179 FAX

National Association of Minority Contractors Southern California Chapter PO Box 43307 Los Angeles, CA 90043 Attn: Kevin Ramsey

310 635 3277 310 635-0562 FAX http://www.namcsc.net Email: [email protected]

National Association of Women Business Owners – Los Angeles 213 622-3200 900 Wilshire Boulevard, Suite 404 213 622-6659 FAX Los Angeles, CA 90017 http://www.nawbola.org Email: [email protected] Los Angeles Urban League 3450 Mount Vernon Drive Los Angeles, CA 90008

323 299-9660 323 299-0618 FAX http://www.laul.org Email: [email protected]

Society of Hispanic Professional Engineers SHPE National Office 5400 E. Olympic Blvd., Suite 210 Los Angeles, CA 90022 SHPE National email: [email protected]

323 725-3970 323 725-0316 FAX http://www.shpe.org

The Asian American Architects/Engineers Association (of Southern California) 213 896-9270 P.O. Box 861807 213 896-9271 FAX Los Angeles, CA 90086 http://www.aaaesc.com

9. NEGOTIATE IN GOOD FAITH 26 POINTS The bidder has negotiated in good faith with interested MBEs, WBEs and OBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the Department. Required documentation: a) Copies of all MBE/WBE/OBE bids or quotes received; and b) Summary sheet organized by work area, listing bids received and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own work forces, they must include a bid that shows their own costs for the work. 10. BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 5 POINTS The bidder has documented efforts to advise and assist interested MBEs, WBEs and OBEs in obtaining bonds, lines of credit and insurance required by the Department or contractor. Required documentation: Include in Indicator 4 or 5, information about the bidder’s efforts to assist with bonds, lines of credit and insurance. The bidders shall submit completed good faith effort documentation within three days upon notification by the Department. The Department in its review of the good faith effort documentation may request additional information to validate and/or clarify that the good faith effort submission was adequate. Such information shall be submitted promptly upon request by the Department.

INSTRUCTIONS FOR SUBCONTRACTOR PARTICIPATION REPORT COMPLETION This form is used to report the proposed participation of minority/woman/other and disadvantaged business enterprises during the term of the contract. It represents the bidder’s or proposer’s commitment to utilize the named MBE/WBE/DBE/OBE firms at the percentages indicated should the contract be awarded to the bidder or proposer.

THIS FORM MUST BE SUBMITTED WITHIN THREE (3) DAYS UPON NOTIFICATION BY THE DEPARTMENT Prime Contractor - The bidder or proposer. Project Title - The name or designation of the project at the time of bid or proposal. Bid/Proposal Amount – Total amount prime contractor proposed for the bidding project. Bid # - The Bidding number assigned by the Purchasing Office to the specific project being bid. Profile Information - Insert the following codes in the appropriate blanks for the Prime Contractor and for all subcontractors. If an application has been submitted and certification is pending, place a “P” in parentheses after the appropriate entry. [e.g. MBE (P)]. Group DBE - Disadvantaged Business Enterprise MBE - Minority Business Enterprise WBE - Woman Business Enterprise OBE – Other Business Enterprise (i.e., any firm other than a DBE, MBE or WBE)

Ethnicity A - Asian B - Black C - Caucasian H - Hispanic NA - Native American

Gender M - Male F - Female

NAICS The North American Industry Classification System number listed at http://www.census.gov/epcd/www/naics.html

Listing of LAWA approved MBE/WBE/DBE/OBE Subcontractors - The complete name, address, phone number (including area code), email and contact person of each MBE/WBE/DBE/OBE subcontractor, vendor or supplier must be provided. Include the subcontractor’s State License #. PLEASE NOTE: All MBE/WBE/DBE firms must be certified by one of the following: the City of Los Angeles, Department of Public Works, Office of Contract Compliance, the California Unified Certification Program (CUCP), Los Angeles County Metropolitan Transportation Authority (MTA), or the California Department of Transportation (Caltrans). For information regarding the certification process, please call the Department of Public Works, Bureau of Contract Compliance @ (213) 847-1922. Description of Work to be performed - A brief description of the work subcontractor will perform, and the anticipated starting date for the subcontractor. The expiration date of the MBE/WBE or DBE certification – List the expiration date of the subcontractor’s MBE/WBE/DBE certification. If the listed MBE/WBE/DBE firm is not certified, the dollar amount of its participation will not be counted toward goal achievement. Amount Proposed - Indicate the amount to be paid the subcontractor over the term of the contract. Percentage of Total - Calculate the subcontractor’s share of the contract by dividing the Subcontractors Proposed Amount by the Bid/Proposal Amount. Please note: If the subcontractor is a regular dealer/supplier as defined in Code of Federal Regulations, Title 49, Part 26.55(e), only 60 percent of the Amount Proposed can be used in this calculation. Signature/Date - This form must be signed by a responsible person capable of committing the firm contractually. Name/Title/Phone - Print the name and title of the person signing the form. Include the area code with his or her telephone number. Participation levels set by LAWA - List the MBE/WBE/DBE participation levels as set forth in the Request for Bid/Proposal. Participation levels Proposed by Prime - Calculate the MBE participation level by adding the Amounts Proposed for all MBE subcontractors, and divide the result by the Bid/Proposal Amount. Calculate the WBE participation level by adding the Amounts Proposed for all WBE subcontractors, and divide the result by the Bid/Proposal Amount. Calculate the DBE participation level by adding the Amounts Proposed for all DBE subcontractors, and divide the result by the Bid/Proposal Amount. SPR-Rev.12/2003

MBE/WBE/DBE/OBE SUBCONTRACTOR PARTICIPATION REPORT

Prime Contractor _______________________________________________ Address ____________________________________________________ City/State/Zip ________________________________________________ Contact Name and Phone # _________________________________________ Forward Invoices: Monthly _____ Quarterly _____ Other _____ (Choose One) Listing of LAWA approved subcontractors Name, Address, Phone and Contact of proposed MBE/WBE/DBE subcontractor

Project Title _______________________________________________________ Bid/Proposal Amount ________________________________Bid # ________________ Profile Information: (Circle One) Group: MBE WBE DBE OBE Gender: Male Female (Circle One) Ethnicity: Asian Black Caucasian Hispanic Native American NAICS # ___________ (North American Industry Classification System)

Profile Information Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

Email: Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

Email: Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

Email: Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

Email: Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

$ Amount proposed

Percentage of Total

Subcontractor starting date: M/W/DBE Certification Expires

Subcontractor starting date: M/W/DBE Certification Expires

Subcontractor starting date: M/W/DBE Certification Expires

Subcontractor starting date: M/W/DBE Certification Expires

Subcontractor starting date: M/W/DBE Certification Expires

Email: Group_________ Ethnicity ______ Gender ________ NAICS ________

State License #

Description of work to be performed

Email:

Subcontractor starting date: M/W/DBE Certification Expires

Page 1

MBE/WBE/DBE/OBE SUBCONTRACTOR PARTICIPATION REPORT Name, Address, Phone and Contact of proposed OBE subcontractor

Profile Information

Description of work to be performed

$ Amount proposed

Percentage of Total

OBE

State License #

Email:

Subcontractor starting date: OBE

State License #

Email:

Subcontractor starting date: OBE

State License #

Email:

Subcontractor starting date: OBE

State License #

Email:

Subcontractor starting date:

I certify under the penalty of perjury that the information contained on this form is true and correct and that the firms listed are the sublessees/subcontractors that will be utilized if this contract is awarded to the above prime. I agree to comply with the Good Faith Effort provisions for substitutions and I further understand and agree that any and all changes or substitutions must be authorized by LAWA Procurement Services prior to their implementation Participation Level Set by LAWA Signature Name (Please Print)

Participation Levels Proposed by Prime

Date Title

Total MBE

%

$

%

Total WBE

%

$

Total DBE

%

$

%

Total OBE

%

$

%

Phone %

Grand Total _____________% Good Faith Effort reviewed by _______ Date___________ Date sent to Compliance Unit___________ Procurement Services Control Number__________ Contract No._________ Division __________

SPR-Rev 12-2003

FOR IMPORTANT INFORMATION SEE THE ATTACHED INSTRUCTIONS, CALL THE CONTRACT COMPLIANCE UNIT (310) 417-0409, TO OBTAIN A COPY OF THE INSTRUCTIONS IF THEY ARE NOT ATTACHED.

Page 2

Suggest Documents