11
--- ----- ----------- --- --- ----------- - --- --- --------- --- ------------------- --- ----- --- -- -------- ---------- - -- - ---------------- - - --------- -- ---- --- --------- - -------------- - -- ----- -------- ----- - --- ------------------- --------------------------------- ------- -- - ----------- --- ------ ------------------- --- -- - --- - -- ----------------------- ------- ---------- --------------- ------------------------------ ------ --- ---------- ----------------------------- ---- ----------- - - - - -- ------- -------------------- -- -------------------------- -------------- - --- -------------- -------------------------- -------- - ---- -- ---------- -- ------------ - ------- --- ---- ---- ------------ ------------------- ---- -- ---------- ---- ---------- - -- - ---- - ----------------------------------------- TRANSMITTAL NO. 1 BID RECAP SHEET Acco Engineered FM Thomas VENDOR Systems Glendale Brea CITY ITEM QTY 1. ----- ._------- ------- 2. 1- 3. --- -- -- _. ------_.- .----- ---- ----- ----- --- --.-- -- -- -- - ------- ---- - ------ --------------_. -------- -- ----- 4. . -- 1- - --- --- ------ - -- -----_._------------- - -------------------1------ 5. ------ - ----- -------------- ------------- - . - 6. - - - - - -----------------_.- ------------- ---- -------- ------+- --------------- 7. ---------------+------- 1-- ---- - ----------- --1------------------- -------1--- ------------ --- f--- -----------------------f------ --f------- ----------- 1-------------------+---------- .. 8. 9. ----_.--------------------------------- -- ----- -- ------------------- - ---------- --------------------------------- ---------- ------- ------1----------------------- 10. - ---------------------- --- ..-- $ $ $ TOTAL OTHERPG. $ $ '. TOTAL $ 1,793,915.00 $ 2,116,152.00 $ $ $ 1-------'----------'------- $ 2,116,152.00 $ -- $ $ 1,793,915.00 $ DISCOUNTTOTAL DELIVERY 30 days BILLING DISCOUNT 0.00% 0.00% BILLING DAYS 30 .' SL13(10%) StH NET PRICE 30 F.O.B. AWARDEDTO:<·.·.. VENDOR # ITEMS REASONS P.O. # BID NO.: F-741 DATE: 3/30/11 PAGE: 1 OF 1 -c--- .------ . -,-__ - ---------- L BUYER: Michelle Johnson

BID RECAP SHEET TRANSMITTAL NO. 1 - Port of Los Angeles · 1 Acco Engineered . FM Thomas. VENDOR Systems Glendale ... on the reverse side of this form. ... solicited any olher bi

Embed Size (px)

Citation preview

---

----- ----------- ---

--- ----------- - --- ---

--------- ---

------------------- --- -----

--- -- -------- ----------

- -- - ---------------- - -

--------- -- ---- --- --------- - -------------- - -- -----

-------- ----- -

--- ------------------- --------------------------------- ------- -- - ----------- --- ------ ------------------- ---

-- - --- - -- -----------------------

-------

---------- --------------- ------------------------------ ------ --- ---------- ----------------------------- ---- ----------- -

- - - -- ------- -------------------- -- --------------------------

-------------- - ---

-------------- -------------------------- -------- -

---- -- ---------- -------------- - ------- --- ---- ---- ------------------------------- ----

-- ---------- ---- ---------- - -- - ---- - -----------------------------------------

TRANSMITTAL NO 1BID RECAP SHEET Acco Engineered FM Thomas

VENDOR Systems Glendale Brea

CITY

ITEM QTY

1 ----- _------- ------shy

2

1shy

3 -- - -- -- _ ------_- ----shy ---- ----- ----- --- ---- -- - - -- - ------shy

---- - ------ --------------_ -------- -- ----shy

4 -shy

1- - --- --- ------ - -- -----__------------shy - -------------------1-----shy

5

------ - ----- ------~ -------------- ------------shy- shy

6 - - - - - -----------------_- ------------- ---- -------shy ------+- --------------shy

7 ---------------+------shy

1-- ---- shy

----------- --1------------------- -------1--- ------------ --shyf-- shy

-----------------------f------ --f------- -----------1-------------------+----------

8

9 ----_--------------------------------- -- ----- -- ------------------- - ---------- --------------------------------shy

---------- ------- ------1----------------------shy

10 -

---------------------- --- -shy

$ $ $TOTAL OTHERPG $ $ TOTAL $ 179391500 $ 211615200 $ $$

1-----------------------shy

$ 211615200 $--

$$ 179391500 $DISCOUNTTOTAL

DELIVERY 30 days BILLINGDISCOUNT 000 000

BILLING DAYS 30 SL13(10)

StH NET PRICE

30

FOB AWARDEDTOltmiddotmiddot VENDOR ITEMS REASONSPO

BID NO F-741DATE 33011 PAGE 1 OF 1

-c--- ------ --__ - ---------- L ~

BUYER Michelle Johnson

7 3L 797 TRANSMITTAL NO 2

TO HARBOR DEPARTMENT PURCHASING OFFICE BID NOF-741 Pagel

BY MAIL PO Box786WilmingtonCA 90748 Show this nuniber on envelope DELIveRY 500 Pier A Street Berth 161

Wilmington CA 90744 Contracr No 39584

lCOMPLETE CONTRACT This entire Bid Request hall become rhe contract upon its execution by the Executive Director on behalf of the Harbor Department of the City of Los Angeles The complete contract shaH consist of the entire Bid (including Spltcificacions) rhis page lind rhe reverse Side any addendums and when reqUired CONTRACTORS BOND COl1tracror will be prbvided with a copy of the executed conmct

2GOODS AND SERVICES TO BE PROVIDED BY TIlE CONTRACTOR ~n1e Contractor agrees upon acceprance of this offer by the City to furnish the goods and services herein $pecified according to the terms and conditions as set forth herein

3A10lJNT TO BE PAID bull The City agrees to pay the contracror for the goods or services in the manner described in the paragraph entitled PAThfENTS on the reverse side of this form Unless orherwise indicated by the Bidder remittance by the City for gO(i1s or services will be made to t1e address below

4 CHOICE OF ALTERNATIVE PROVISIONS OPTIONS NOTIFICATION When alternative provisions are requested or options are offered the contractor will be notified as to whicl1 provision or option is being accepted when notification is sent that the Contractor is the successful bidder

5DECLAR~TION OF N()~middotCOLLUSION

The understglted certifies (or declares) under penalty of perjury that this bid is genuine and not sham or collusive or made in the interest or on behalf of any person firm or corporation not herein named that the bidder has not bHrectly or indirectly indllced Cit solicited any olher biltder to put up a sham bid or any other person firm or corporation to r~frain from bidding and that the bidder has fot in any manner sought by collusion to secure any advantage over other bidders

6LEGAL JUSTIFICATION This agreement shall be deemed entered inro in Los Angeles California and shall be governed and conStrued in accordance with the laws of the State of California

EXECUTED AT -1L~tJlJ ALt I poundJ4IJfotilIiJoN TIlE Jd-_DAY OF __AJdYltjh __201L City State Date Moth Year

BIDDER MUST COMPLETE AilD SIGN BELOW

Firm Name AQ[J cN61 Ii) GampZ E() Sj576M S Phone _-318 6J S 5152lt Fax__ Bl8_ $-8 LjtO) Address bJ-GS 51J1jiFE1y4NO at) bLCJI2IlL~ ___LA----lt-910 ---L~St_t City Stare Zip

~ SnVpoundN J 511111 d~tUlOl _Vie Signllurc Printed Name Printed Title

~u~1t) 1~~~raquo bJertr Le-52IeL_~4esi~t5cif(rlr1 Stgnature ~ Pwted Name Pnnred Tttle (AFFIX CORPORATE SEAL HERE)(Approvelt Corporate Signature cthods) a Two signatures One by Chairman of Board of Directors President or a Vice-Presidem and one by Secrelarv Assislanl Secretary Chief Financial Officer ot an

Assislant Treasurer b One signarure by corporate designated individual togelher with properly attested resolution of Board of Directors authorizing penon to sign

NOTARIZATION Bids executed outside the State of California must be sworn to and notarized below

________________________201_

SignatureNup1y SeaL

County oC _

Subscribed and sworn this date

State of ___ SS

Dare

By _

Executive Director Harbor Deparm1cnt

In witness whereof the BOltlrd of Harbor Commissioners of the City of Los Angeles has caused this contract to be executed by the Executive Director of the Harbor Department of said City and said Contractor has executed this contract the day and year written below

Approved as to Forn

____~~Ol[ City Atton(l ~

I

PURCHASING DEPARTME~T ~00030029032212011 1603 FAX 1 I

FOI~ REQl$Srr~ORBID ClTY OF LOS ANGELES

HABBORDEPARTMENT BIQ N~ F-741

I I I SUE MIT BID TO Bn DUfBEFORE By Hand Los Angeles Harbor Department By MaD Los Angeles Harbor Department 20 PMPurchasing Office 1st Floor Purchasing Office

500 Pier A Street P O Box 786 ~rc~30 2011 WilIninoaton CA 90744 Wilmington CA 90748

1IfI~ rrrJ I BIDS flL Jbullbull PUBLICLY

Buyer Michelle JObDsO lrocurement ~ upervisor (310) 732-3890 bull O~D

ALL rIBMSltEQ1JESTED MAY BE QUOTED AS OR Ei JUAL I 4EmMtllVEAC1lON - ANAr~I()YEDAA PLAN (J Jt ~~JCAnON IF NOT ON FILE WILL 1pound 8EQJ]Bpoundlgt PJUOJI TO AWARD OF COlTRACT

QUANTtrY AND UNIT ITEMS and DESCRIPTION UNITPRICE i EXTENSION QUOTED

I

l his is a re-bid of Bid No F-729

PRICES QUOTED ARE IN ACCO~DANCE WITH LOS ANGELES GENERAL SE~VltES CONTRACT NO 59044 COOPE~~TIVE PURCHASING ARRANGEMENT PER tHECITY OF LOS ANGELES ADMINISTRATIVE COt E DIVISION 10 CHAPTER 1 ARTICLE 2 SeCnpN 1015 (A)(8)

Replace and install two (2) existing ~hmersl three (~) air handling units and boiler Inst~1I new VAV system and properly zone Replace fume hoods wfth proper fume hoods and add ~roper venting where necessary Replace eXisting contro s with carrier GGN ivu in accordance with the $1a4hed specifications I

Price to include aU equipment labor tools materials transportation applicable pe~itsiand taxes to

complete werle lj~U~3~ 1 ~ ocJ

i I i

aIQ NO EI10613 NOTIFY T Jessemy lt)112611 MJbb

rAGEl

STATE TIME Of DELIVERY b 0 DAYS AFTER RE(EIPT OF ORDER TERMS ~ DISCOUNT FPR PAYMENT WITH~ -10 DAYS BIDDER Ml~ST SIGN THIS BID ON PAGE 1 I

I

I4l 00040029PURCHASING DEPARTMElT03222011 1604 FAX I

__---__----__--1----__--------- --r----i------ shyRMALltllEQIJESTmiddot FORBID I

CffY OF LOS ANGELES BID NO F-741 IBAImOR DEPARTMENT BIDD BEFORE 200 PM ON March 30 2011 I

Contact Person --I-I-=~-+-f~-=-- -=-=-~ ~ _

Title 5 A -6 s Telephone No ~~yenI~_-- _

Fax No __--JIo-l-~__~ __+L-lr--_------------- I_

I I

24 Hour Contact No I

ADDENDUMS From time to ti e the Harbor Deparnnent may deem it n~~ry to issue an addendUm(S) to modify or cancel a id Request ddendum(s) will be availatjgt1Ie ~~~e Port of LosSuch a Angeles internet website - www 0 oflosan eleso and the Los Angeles Business ~istance Virtual Network website - wwwlabavnorgltis the responsibility of the bidder to be a~re of and respond to any such addendum(s) before the d dline ofthe applicable bid request Failure todo to may deem the bid nonresponsive I

SPECIFICATION CHANGES If pro islons afthe Specifications preclude bidder from S~bmitting bid he may request in writing that the spec cations be modified Such request must be re~ived by the Purchasing Officer at least five (5) w rking days before bid opening date AU bidde w be notified by Addendum of any approved chang in the specifications 1

DEVIATION FROM SPECIFICATIO S Specifications contained herein are to desc1be ~he construction design size and quality of the desifi product and are not intended to be restrictive to any particular product )f bidder proposes to furnis another product equal in quality and purpose suc~ bids wilt be considered as long as they material comply with the specifications Each deviationrfror the specifications must be stated in a I r attached to bidders submittal Failure to doro ray void bid

NEW AND UNUSED The equipme furnished shan be new and unused current mQde

VI~RANTY Terms of warranty on uipment offered Free PARTS ampSERVICE (UA R) for defective parts and workmanship for he following time period after equipment has been coopted

3

~ 00050029PURCHASING DEPARTMENT03222011 1604 FAX

RltAL~QlJESTFOR BID CITY OF LOS ANGELES BID N F-741 IRARBORDEPARTMENT

BIDD BEFORE 200 PM ON March 30 2011

INSYRANCE Contractor will be uired to furnish at its own expense and withi~ TEN (10) days of n6tification of pending award proof f insurance in accordance with the types am~ in t~e minimum limits shown on the attached Los Angel Harbor Department Insurance Assessment RltU~ft document (Exhibit A) Such proof except for orkers Compensation shall include the follOfingclauses

ADDITIONALINSURED I The City of Los Angeles Harbor De artrnent its officers agents and employees mfJst be included as addttional insureds in applicable lia i1rty policies to cover the City of Los Angeles Hfirbo~ Departments vicarious liability for the acts or ami ions of the named insured Such coverage is not ~xpected to respond to the active negligence of e City of Los Angeles Harbor Department I

PRIMARY COVERAGE I The coverages submitted must be p middotmary with respect to any insurance or self ins~ranpe of the City of Los Angeles Harbor Department Crty of Los Angeles Harbor Departments prdgrarp shall be excess of this insurance and non-contributi

NonCE OF CANCELLATION I

By terms of the contract the contra ing company agrees to maintain all required in~ur~nce in full force for the duration ofthe contractors b siness with the City of Los Angeles Harbor De~amrent Each contractually required insurance poli shall provide that it will not be canceled or repu~ in coverage until after the Board of Harbor Com issioners Attention Risk Manager and the City Attpmey of the City of Los Angeles Harbor Department ave been given thirty (30) days prior notice (or10 ~ays notice of non payment of premium) by registe ed mail addressed to 425 S Palos Verdes Street ~an Pedro California 90731

INSURANCE PROCEDURES

Electronic submission is the equired method of submitting Consultants in$urance documents Track4LA~ is the Citys online insu nee compliance system and is designed to ma~e the experience of submitting and retrieving insurance information quick and easy The system is d~signed to be used primarily by insurance brokers and a ents as they submit client insurance certificate~ directly to the City It uses the standard insurance indus ry fonn known as the ACORD 25 Certificate of ~iatfility Insurance in electronic format The advantag of Track4LA~ include standardized universally ~ccepted forms paperless approval transactions (2 hours 7 days per week) and security ch~ks and balances Consultants insurance broker or ag t shall obtain access to Track4LA~ at httptrabk4~alacityorgand folow the instructions to register and submit the appropriate proof of insurance on c~ns~ttants behalf

ndemntfigation

Except for the sale negligen or willful misconduct of the City or any of ifs Boards Officers AgentsEmployees Assigns and Su cessors in Interest Consultant undertakes an~ agrees to defend indemnify and hold harmless the Cmiddot and any of its Boards Officers Agents Employ~s Assigns and SUQCe$sors in Interest from and a9 inst all suits and causes of action claims lo$e~ demands and

4

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

7 3L 797 TRANSMITTAL NO 2

TO HARBOR DEPARTMENT PURCHASING OFFICE BID NOF-741 Pagel

BY MAIL PO Box786WilmingtonCA 90748 Show this nuniber on envelope DELIveRY 500 Pier A Street Berth 161

Wilmington CA 90744 Contracr No 39584

lCOMPLETE CONTRACT This entire Bid Request hall become rhe contract upon its execution by the Executive Director on behalf of the Harbor Department of the City of Los Angeles The complete contract shaH consist of the entire Bid (including Spltcificacions) rhis page lind rhe reverse Side any addendums and when reqUired CONTRACTORS BOND COl1tracror will be prbvided with a copy of the executed conmct

2GOODS AND SERVICES TO BE PROVIDED BY TIlE CONTRACTOR ~n1e Contractor agrees upon acceprance of this offer by the City to furnish the goods and services herein $pecified according to the terms and conditions as set forth herein

3A10lJNT TO BE PAID bull The City agrees to pay the contracror for the goods or services in the manner described in the paragraph entitled PAThfENTS on the reverse side of this form Unless orherwise indicated by the Bidder remittance by the City for gO(i1s or services will be made to t1e address below

4 CHOICE OF ALTERNATIVE PROVISIONS OPTIONS NOTIFICATION When alternative provisions are requested or options are offered the contractor will be notified as to whicl1 provision or option is being accepted when notification is sent that the Contractor is the successful bidder

5DECLAR~TION OF N()~middotCOLLUSION

The understglted certifies (or declares) under penalty of perjury that this bid is genuine and not sham or collusive or made in the interest or on behalf of any person firm or corporation not herein named that the bidder has not bHrectly or indirectly indllced Cit solicited any olher biltder to put up a sham bid or any other person firm or corporation to r~frain from bidding and that the bidder has fot in any manner sought by collusion to secure any advantage over other bidders

6LEGAL JUSTIFICATION This agreement shall be deemed entered inro in Los Angeles California and shall be governed and conStrued in accordance with the laws of the State of California

EXECUTED AT -1L~tJlJ ALt I poundJ4IJfotilIiJoN TIlE Jd-_DAY OF __AJdYltjh __201L City State Date Moth Year

BIDDER MUST COMPLETE AilD SIGN BELOW

Firm Name AQ[J cN61 Ii) GampZ E() Sj576M S Phone _-318 6J S 5152lt Fax__ Bl8_ $-8 LjtO) Address bJ-GS 51J1jiFE1y4NO at) bLCJI2IlL~ ___LA----lt-910 ---L~St_t City Stare Zip

~ SnVpoundN J 511111 d~tUlOl _Vie Signllurc Printed Name Printed Title

~u~1t) 1~~~raquo bJertr Le-52IeL_~4esi~t5cif(rlr1 Stgnature ~ Pwted Name Pnnred Tttle (AFFIX CORPORATE SEAL HERE)(Approvelt Corporate Signature cthods) a Two signatures One by Chairman of Board of Directors President or a Vice-Presidem and one by Secrelarv Assislanl Secretary Chief Financial Officer ot an

Assislant Treasurer b One signarure by corporate designated individual togelher with properly attested resolution of Board of Directors authorizing penon to sign

NOTARIZATION Bids executed outside the State of California must be sworn to and notarized below

________________________201_

SignatureNup1y SeaL

County oC _

Subscribed and sworn this date

State of ___ SS

Dare

By _

Executive Director Harbor Deparm1cnt

In witness whereof the BOltlrd of Harbor Commissioners of the City of Los Angeles has caused this contract to be executed by the Executive Director of the Harbor Department of said City and said Contractor has executed this contract the day and year written below

Approved as to Forn

____~~Ol[ City Atton(l ~

I

PURCHASING DEPARTME~T ~00030029032212011 1603 FAX 1 I

FOI~ REQl$Srr~ORBID ClTY OF LOS ANGELES

HABBORDEPARTMENT BIQ N~ F-741

I I I SUE MIT BID TO Bn DUfBEFORE By Hand Los Angeles Harbor Department By MaD Los Angeles Harbor Department 20 PMPurchasing Office 1st Floor Purchasing Office

500 Pier A Street P O Box 786 ~rc~30 2011 WilIninoaton CA 90744 Wilmington CA 90748

1IfI~ rrrJ I BIDS flL Jbullbull PUBLICLY

Buyer Michelle JObDsO lrocurement ~ upervisor (310) 732-3890 bull O~D

ALL rIBMSltEQ1JESTED MAY BE QUOTED AS OR Ei JUAL I 4EmMtllVEAC1lON - ANAr~I()YEDAA PLAN (J Jt ~~JCAnON IF NOT ON FILE WILL 1pound 8EQJ]Bpoundlgt PJUOJI TO AWARD OF COlTRACT

QUANTtrY AND UNIT ITEMS and DESCRIPTION UNITPRICE i EXTENSION QUOTED

I

l his is a re-bid of Bid No F-729

PRICES QUOTED ARE IN ACCO~DANCE WITH LOS ANGELES GENERAL SE~VltES CONTRACT NO 59044 COOPE~~TIVE PURCHASING ARRANGEMENT PER tHECITY OF LOS ANGELES ADMINISTRATIVE COt E DIVISION 10 CHAPTER 1 ARTICLE 2 SeCnpN 1015 (A)(8)

Replace and install two (2) existing ~hmersl three (~) air handling units and boiler Inst~1I new VAV system and properly zone Replace fume hoods wfth proper fume hoods and add ~roper venting where necessary Replace eXisting contro s with carrier GGN ivu in accordance with the $1a4hed specifications I

Price to include aU equipment labor tools materials transportation applicable pe~itsiand taxes to

complete werle lj~U~3~ 1 ~ ocJ

i I i

aIQ NO EI10613 NOTIFY T Jessemy lt)112611 MJbb

rAGEl

STATE TIME Of DELIVERY b 0 DAYS AFTER RE(EIPT OF ORDER TERMS ~ DISCOUNT FPR PAYMENT WITH~ -10 DAYS BIDDER Ml~ST SIGN THIS BID ON PAGE 1 I

I

I4l 00040029PURCHASING DEPARTMElT03222011 1604 FAX I

__---__----__--1----__--------- --r----i------ shyRMALltllEQIJESTmiddot FORBID I

CffY OF LOS ANGELES BID NO F-741 IBAImOR DEPARTMENT BIDD BEFORE 200 PM ON March 30 2011 I

Contact Person --I-I-=~-+-f~-=-- -=-=-~ ~ _

Title 5 A -6 s Telephone No ~~yenI~_-- _

Fax No __--JIo-l-~__~ __+L-lr--_------------- I_

I I

24 Hour Contact No I

ADDENDUMS From time to ti e the Harbor Deparnnent may deem it n~~ry to issue an addendUm(S) to modify or cancel a id Request ddendum(s) will be availatjgt1Ie ~~~e Port of LosSuch a Angeles internet website - www 0 oflosan eleso and the Los Angeles Business ~istance Virtual Network website - wwwlabavnorgltis the responsibility of the bidder to be a~re of and respond to any such addendum(s) before the d dline ofthe applicable bid request Failure todo to may deem the bid nonresponsive I

SPECIFICATION CHANGES If pro islons afthe Specifications preclude bidder from S~bmitting bid he may request in writing that the spec cations be modified Such request must be re~ived by the Purchasing Officer at least five (5) w rking days before bid opening date AU bidde w be notified by Addendum of any approved chang in the specifications 1

DEVIATION FROM SPECIFICATIO S Specifications contained herein are to desc1be ~he construction design size and quality of the desifi product and are not intended to be restrictive to any particular product )f bidder proposes to furnis another product equal in quality and purpose suc~ bids wilt be considered as long as they material comply with the specifications Each deviationrfror the specifications must be stated in a I r attached to bidders submittal Failure to doro ray void bid

NEW AND UNUSED The equipme furnished shan be new and unused current mQde

VI~RANTY Terms of warranty on uipment offered Free PARTS ampSERVICE (UA R) for defective parts and workmanship for he following time period after equipment has been coopted

3

~ 00050029PURCHASING DEPARTMENT03222011 1604 FAX

RltAL~QlJESTFOR BID CITY OF LOS ANGELES BID N F-741 IRARBORDEPARTMENT

BIDD BEFORE 200 PM ON March 30 2011

INSYRANCE Contractor will be uired to furnish at its own expense and withi~ TEN (10) days of n6tification of pending award proof f insurance in accordance with the types am~ in t~e minimum limits shown on the attached Los Angel Harbor Department Insurance Assessment RltU~ft document (Exhibit A) Such proof except for orkers Compensation shall include the follOfingclauses

ADDITIONALINSURED I The City of Los Angeles Harbor De artrnent its officers agents and employees mfJst be included as addttional insureds in applicable lia i1rty policies to cover the City of Los Angeles Hfirbo~ Departments vicarious liability for the acts or ami ions of the named insured Such coverage is not ~xpected to respond to the active negligence of e City of Los Angeles Harbor Department I

PRIMARY COVERAGE I The coverages submitted must be p middotmary with respect to any insurance or self ins~ranpe of the City of Los Angeles Harbor Department Crty of Los Angeles Harbor Departments prdgrarp shall be excess of this insurance and non-contributi

NonCE OF CANCELLATION I

By terms of the contract the contra ing company agrees to maintain all required in~ur~nce in full force for the duration ofthe contractors b siness with the City of Los Angeles Harbor De~amrent Each contractually required insurance poli shall provide that it will not be canceled or repu~ in coverage until after the Board of Harbor Com issioners Attention Risk Manager and the City Attpmey of the City of Los Angeles Harbor Department ave been given thirty (30) days prior notice (or10 ~ays notice of non payment of premium) by registe ed mail addressed to 425 S Palos Verdes Street ~an Pedro California 90731

INSURANCE PROCEDURES

Electronic submission is the equired method of submitting Consultants in$urance documents Track4LA~ is the Citys online insu nee compliance system and is designed to ma~e the experience of submitting and retrieving insurance information quick and easy The system is d~signed to be used primarily by insurance brokers and a ents as they submit client insurance certificate~ directly to the City It uses the standard insurance indus ry fonn known as the ACORD 25 Certificate of ~iatfility Insurance in electronic format The advantag of Track4LA~ include standardized universally ~ccepted forms paperless approval transactions (2 hours 7 days per week) and security ch~ks and balances Consultants insurance broker or ag t shall obtain access to Track4LA~ at httptrabk4~alacityorgand folow the instructions to register and submit the appropriate proof of insurance on c~ns~ttants behalf

ndemntfigation

Except for the sale negligen or willful misconduct of the City or any of ifs Boards Officers AgentsEmployees Assigns and Su cessors in Interest Consultant undertakes an~ agrees to defend indemnify and hold harmless the Cmiddot and any of its Boards Officers Agents Employ~s Assigns and SUQCe$sors in Interest from and a9 inst all suits and causes of action claims lo$e~ demands and

4

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

I

PURCHASING DEPARTME~T ~00030029032212011 1603 FAX 1 I

FOI~ REQl$Srr~ORBID ClTY OF LOS ANGELES

HABBORDEPARTMENT BIQ N~ F-741

I I I SUE MIT BID TO Bn DUfBEFORE By Hand Los Angeles Harbor Department By MaD Los Angeles Harbor Department 20 PMPurchasing Office 1st Floor Purchasing Office

500 Pier A Street P O Box 786 ~rc~30 2011 WilIninoaton CA 90744 Wilmington CA 90748

1IfI~ rrrJ I BIDS flL Jbullbull PUBLICLY

Buyer Michelle JObDsO lrocurement ~ upervisor (310) 732-3890 bull O~D

ALL rIBMSltEQ1JESTED MAY BE QUOTED AS OR Ei JUAL I 4EmMtllVEAC1lON - ANAr~I()YEDAA PLAN (J Jt ~~JCAnON IF NOT ON FILE WILL 1pound 8EQJ]Bpoundlgt PJUOJI TO AWARD OF COlTRACT

QUANTtrY AND UNIT ITEMS and DESCRIPTION UNITPRICE i EXTENSION QUOTED

I

l his is a re-bid of Bid No F-729

PRICES QUOTED ARE IN ACCO~DANCE WITH LOS ANGELES GENERAL SE~VltES CONTRACT NO 59044 COOPE~~TIVE PURCHASING ARRANGEMENT PER tHECITY OF LOS ANGELES ADMINISTRATIVE COt E DIVISION 10 CHAPTER 1 ARTICLE 2 SeCnpN 1015 (A)(8)

Replace and install two (2) existing ~hmersl three (~) air handling units and boiler Inst~1I new VAV system and properly zone Replace fume hoods wfth proper fume hoods and add ~roper venting where necessary Replace eXisting contro s with carrier GGN ivu in accordance with the $1a4hed specifications I

Price to include aU equipment labor tools materials transportation applicable pe~itsiand taxes to

complete werle lj~U~3~ 1 ~ ocJ

i I i

aIQ NO EI10613 NOTIFY T Jessemy lt)112611 MJbb

rAGEl

STATE TIME Of DELIVERY b 0 DAYS AFTER RE(EIPT OF ORDER TERMS ~ DISCOUNT FPR PAYMENT WITH~ -10 DAYS BIDDER Ml~ST SIGN THIS BID ON PAGE 1 I

I

I4l 00040029PURCHASING DEPARTMElT03222011 1604 FAX I

__---__----__--1----__--------- --r----i------ shyRMALltllEQIJESTmiddot FORBID I

CffY OF LOS ANGELES BID NO F-741 IBAImOR DEPARTMENT BIDD BEFORE 200 PM ON March 30 2011 I

Contact Person --I-I-=~-+-f~-=-- -=-=-~ ~ _

Title 5 A -6 s Telephone No ~~yenI~_-- _

Fax No __--JIo-l-~__~ __+L-lr--_------------- I_

I I

24 Hour Contact No I

ADDENDUMS From time to ti e the Harbor Deparnnent may deem it n~~ry to issue an addendUm(S) to modify or cancel a id Request ddendum(s) will be availatjgt1Ie ~~~e Port of LosSuch a Angeles internet website - www 0 oflosan eleso and the Los Angeles Business ~istance Virtual Network website - wwwlabavnorgltis the responsibility of the bidder to be a~re of and respond to any such addendum(s) before the d dline ofthe applicable bid request Failure todo to may deem the bid nonresponsive I

SPECIFICATION CHANGES If pro islons afthe Specifications preclude bidder from S~bmitting bid he may request in writing that the spec cations be modified Such request must be re~ived by the Purchasing Officer at least five (5) w rking days before bid opening date AU bidde w be notified by Addendum of any approved chang in the specifications 1

DEVIATION FROM SPECIFICATIO S Specifications contained herein are to desc1be ~he construction design size and quality of the desifi product and are not intended to be restrictive to any particular product )f bidder proposes to furnis another product equal in quality and purpose suc~ bids wilt be considered as long as they material comply with the specifications Each deviationrfror the specifications must be stated in a I r attached to bidders submittal Failure to doro ray void bid

NEW AND UNUSED The equipme furnished shan be new and unused current mQde

VI~RANTY Terms of warranty on uipment offered Free PARTS ampSERVICE (UA R) for defective parts and workmanship for he following time period after equipment has been coopted

3

~ 00050029PURCHASING DEPARTMENT03222011 1604 FAX

RltAL~QlJESTFOR BID CITY OF LOS ANGELES BID N F-741 IRARBORDEPARTMENT

BIDD BEFORE 200 PM ON March 30 2011

INSYRANCE Contractor will be uired to furnish at its own expense and withi~ TEN (10) days of n6tification of pending award proof f insurance in accordance with the types am~ in t~e minimum limits shown on the attached Los Angel Harbor Department Insurance Assessment RltU~ft document (Exhibit A) Such proof except for orkers Compensation shall include the follOfingclauses

ADDITIONALINSURED I The City of Los Angeles Harbor De artrnent its officers agents and employees mfJst be included as addttional insureds in applicable lia i1rty policies to cover the City of Los Angeles Hfirbo~ Departments vicarious liability for the acts or ami ions of the named insured Such coverage is not ~xpected to respond to the active negligence of e City of Los Angeles Harbor Department I

PRIMARY COVERAGE I The coverages submitted must be p middotmary with respect to any insurance or self ins~ranpe of the City of Los Angeles Harbor Department Crty of Los Angeles Harbor Departments prdgrarp shall be excess of this insurance and non-contributi

NonCE OF CANCELLATION I

By terms of the contract the contra ing company agrees to maintain all required in~ur~nce in full force for the duration ofthe contractors b siness with the City of Los Angeles Harbor De~amrent Each contractually required insurance poli shall provide that it will not be canceled or repu~ in coverage until after the Board of Harbor Com issioners Attention Risk Manager and the City Attpmey of the City of Los Angeles Harbor Department ave been given thirty (30) days prior notice (or10 ~ays notice of non payment of premium) by registe ed mail addressed to 425 S Palos Verdes Street ~an Pedro California 90731

INSURANCE PROCEDURES

Electronic submission is the equired method of submitting Consultants in$urance documents Track4LA~ is the Citys online insu nee compliance system and is designed to ma~e the experience of submitting and retrieving insurance information quick and easy The system is d~signed to be used primarily by insurance brokers and a ents as they submit client insurance certificate~ directly to the City It uses the standard insurance indus ry fonn known as the ACORD 25 Certificate of ~iatfility Insurance in electronic format The advantag of Track4LA~ include standardized universally ~ccepted forms paperless approval transactions (2 hours 7 days per week) and security ch~ks and balances Consultants insurance broker or ag t shall obtain access to Track4LA~ at httptrabk4~alacityorgand folow the instructions to register and submit the appropriate proof of insurance on c~ns~ttants behalf

ndemntfigation

Except for the sale negligen or willful misconduct of the City or any of ifs Boards Officers AgentsEmployees Assigns and Su cessors in Interest Consultant undertakes an~ agrees to defend indemnify and hold harmless the Cmiddot and any of its Boards Officers Agents Employ~s Assigns and SUQCe$sors in Interest from and a9 inst all suits and causes of action claims lo$e~ demands and

4

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

I4l 00040029PURCHASING DEPARTMElT03222011 1604 FAX I

__---__----__--1----__--------- --r----i------ shyRMALltllEQIJESTmiddot FORBID I

CffY OF LOS ANGELES BID NO F-741 IBAImOR DEPARTMENT BIDD BEFORE 200 PM ON March 30 2011 I

Contact Person --I-I-=~-+-f~-=-- -=-=-~ ~ _

Title 5 A -6 s Telephone No ~~yenI~_-- _

Fax No __--JIo-l-~__~ __+L-lr--_------------- I_

I I

24 Hour Contact No I

ADDENDUMS From time to ti e the Harbor Deparnnent may deem it n~~ry to issue an addendUm(S) to modify or cancel a id Request ddendum(s) will be availatjgt1Ie ~~~e Port of LosSuch a Angeles internet website - www 0 oflosan eleso and the Los Angeles Business ~istance Virtual Network website - wwwlabavnorgltis the responsibility of the bidder to be a~re of and respond to any such addendum(s) before the d dline ofthe applicable bid request Failure todo to may deem the bid nonresponsive I

SPECIFICATION CHANGES If pro islons afthe Specifications preclude bidder from S~bmitting bid he may request in writing that the spec cations be modified Such request must be re~ived by the Purchasing Officer at least five (5) w rking days before bid opening date AU bidde w be notified by Addendum of any approved chang in the specifications 1

DEVIATION FROM SPECIFICATIO S Specifications contained herein are to desc1be ~he construction design size and quality of the desifi product and are not intended to be restrictive to any particular product )f bidder proposes to furnis another product equal in quality and purpose suc~ bids wilt be considered as long as they material comply with the specifications Each deviationrfror the specifications must be stated in a I r attached to bidders submittal Failure to doro ray void bid

NEW AND UNUSED The equipme furnished shan be new and unused current mQde

VI~RANTY Terms of warranty on uipment offered Free PARTS ampSERVICE (UA R) for defective parts and workmanship for he following time period after equipment has been coopted

3

~ 00050029PURCHASING DEPARTMENT03222011 1604 FAX

RltAL~QlJESTFOR BID CITY OF LOS ANGELES BID N F-741 IRARBORDEPARTMENT

BIDD BEFORE 200 PM ON March 30 2011

INSYRANCE Contractor will be uired to furnish at its own expense and withi~ TEN (10) days of n6tification of pending award proof f insurance in accordance with the types am~ in t~e minimum limits shown on the attached Los Angel Harbor Department Insurance Assessment RltU~ft document (Exhibit A) Such proof except for orkers Compensation shall include the follOfingclauses

ADDITIONALINSURED I The City of Los Angeles Harbor De artrnent its officers agents and employees mfJst be included as addttional insureds in applicable lia i1rty policies to cover the City of Los Angeles Hfirbo~ Departments vicarious liability for the acts or ami ions of the named insured Such coverage is not ~xpected to respond to the active negligence of e City of Los Angeles Harbor Department I

PRIMARY COVERAGE I The coverages submitted must be p middotmary with respect to any insurance or self ins~ranpe of the City of Los Angeles Harbor Department Crty of Los Angeles Harbor Departments prdgrarp shall be excess of this insurance and non-contributi

NonCE OF CANCELLATION I

By terms of the contract the contra ing company agrees to maintain all required in~ur~nce in full force for the duration ofthe contractors b siness with the City of Los Angeles Harbor De~amrent Each contractually required insurance poli shall provide that it will not be canceled or repu~ in coverage until after the Board of Harbor Com issioners Attention Risk Manager and the City Attpmey of the City of Los Angeles Harbor Department ave been given thirty (30) days prior notice (or10 ~ays notice of non payment of premium) by registe ed mail addressed to 425 S Palos Verdes Street ~an Pedro California 90731

INSURANCE PROCEDURES

Electronic submission is the equired method of submitting Consultants in$urance documents Track4LA~ is the Citys online insu nee compliance system and is designed to ma~e the experience of submitting and retrieving insurance information quick and easy The system is d~signed to be used primarily by insurance brokers and a ents as they submit client insurance certificate~ directly to the City It uses the standard insurance indus ry fonn known as the ACORD 25 Certificate of ~iatfility Insurance in electronic format The advantag of Track4LA~ include standardized universally ~ccepted forms paperless approval transactions (2 hours 7 days per week) and security ch~ks and balances Consultants insurance broker or ag t shall obtain access to Track4LA~ at httptrabk4~alacityorgand folow the instructions to register and submit the appropriate proof of insurance on c~ns~ttants behalf

ndemntfigation

Except for the sale negligen or willful misconduct of the City or any of ifs Boards Officers AgentsEmployees Assigns and Su cessors in Interest Consultant undertakes an~ agrees to defend indemnify and hold harmless the Cmiddot and any of its Boards Officers Agents Employ~s Assigns and SUQCe$sors in Interest from and a9 inst all suits and causes of action claims lo$e~ demands and

4

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

~ 00050029PURCHASING DEPARTMENT03222011 1604 FAX

RltAL~QlJESTFOR BID CITY OF LOS ANGELES BID N F-741 IRARBORDEPARTMENT

BIDD BEFORE 200 PM ON March 30 2011

INSYRANCE Contractor will be uired to furnish at its own expense and withi~ TEN (10) days of n6tification of pending award proof f insurance in accordance with the types am~ in t~e minimum limits shown on the attached Los Angel Harbor Department Insurance Assessment RltU~ft document (Exhibit A) Such proof except for orkers Compensation shall include the follOfingclauses

ADDITIONALINSURED I The City of Los Angeles Harbor De artrnent its officers agents and employees mfJst be included as addttional insureds in applicable lia i1rty policies to cover the City of Los Angeles Hfirbo~ Departments vicarious liability for the acts or ami ions of the named insured Such coverage is not ~xpected to respond to the active negligence of e City of Los Angeles Harbor Department I

PRIMARY COVERAGE I The coverages submitted must be p middotmary with respect to any insurance or self ins~ranpe of the City of Los Angeles Harbor Department Crty of Los Angeles Harbor Departments prdgrarp shall be excess of this insurance and non-contributi

NonCE OF CANCELLATION I

By terms of the contract the contra ing company agrees to maintain all required in~ur~nce in full force for the duration ofthe contractors b siness with the City of Los Angeles Harbor De~amrent Each contractually required insurance poli shall provide that it will not be canceled or repu~ in coverage until after the Board of Harbor Com issioners Attention Risk Manager and the City Attpmey of the City of Los Angeles Harbor Department ave been given thirty (30) days prior notice (or10 ~ays notice of non payment of premium) by registe ed mail addressed to 425 S Palos Verdes Street ~an Pedro California 90731

INSURANCE PROCEDURES

Electronic submission is the equired method of submitting Consultants in$urance documents Track4LA~ is the Citys online insu nee compliance system and is designed to ma~e the experience of submitting and retrieving insurance information quick and easy The system is d~signed to be used primarily by insurance brokers and a ents as they submit client insurance certificate~ directly to the City It uses the standard insurance indus ry fonn known as the ACORD 25 Certificate of ~iatfility Insurance in electronic format The advantag of Track4LA~ include standardized universally ~ccepted forms paperless approval transactions (2 hours 7 days per week) and security ch~ks and balances Consultants insurance broker or ag t shall obtain access to Track4LA~ at httptrabk4~alacityorgand folow the instructions to register and submit the appropriate proof of insurance on c~ns~ttants behalf

ndemntfigation

Except for the sale negligen or willful misconduct of the City or any of ifs Boards Officers AgentsEmployees Assigns and Su cessors in Interest Consultant undertakes an~ agrees to defend indemnify and hold harmless the Cmiddot and any of its Boards Officers Agents Employ~s Assigns and SUQCe$sors in Interest from and a9 inst all suits and causes of action claims lo$e~ demands and

4

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

l 00060029

BID N~ F-741 I

PURCHASING DEPARTMENT

CITY OF LOS ANGELES lIAJU)OR DEPARTMENT

BID D BEFORE 200 PM ON Ma~b 30 2011

03222011 1604 FAX

-~------------~middotRMAL-middot--middotmiddot--RE-middot-Q-tIES-Tshy-If-O-R-B~I-D-------i~--~~

~~pe~ses inclu~ng but not Ji~ite to atlorneys fees (both inho~se and outsid co~nsel) and cost of htf~~tion (Including all actual litlga n costs Incurred by the City Including but not~1Ited to costs of experts and consultants) damag or liability of any nature whatsoever for dea or injury to any person including Consuttanfs empl yees and agents or damage or destruction of anyjproperty of either partyen hereto or of thi~d Iarties artsl 9 in any manne~ by reason of the negligent ~~s Ierrors omissions or willful mJSconduct incident to the rformance of thIs Agreement by Consultant 6r Its Isubcontractors of any tier Rights and remedies avaitble to the City under this provision are cumul~tive pf those provided for elsewhere in this Agreement a d those allowed under the laws of the Unt~ States the State of California and the City I RENEWAL When an existing policy is timely ra awed you are encouraged to submit your ren~wal ~OliCY as soon as it is available to Track4LA~ All renmiddotals must continue to meet the policy conditiqns listed above As a courtesy Risk Management send notifications of expiring or expired insuranc$ ~ever it is the responsibility of the contracting co pany to ensure evidence of insurance rem~ins effective for the duration of the contract I

SURANCE WITHIN (10) DAYS UPON RECEIPT OF NOTICE OF NOTE FAILURE TO SUBMIT PROOF OF I INTENT TO AWARD WILL DEEM T E BIDDER NON- RESPONSIVE AND THE P~otECTIVE AWARD MAY BE CANCELLED

INITIAL HERE ACKNOWLEDGING NSURANCE CLAUSE

-13~L~_ (initial) i

Upon approval of insurance cont ctor will receive written authorization to prdce~d NO WORK MAYBE PERFORMED THOUT SUC WRITIEN AUTHO IZATIONITd PROCEED

General UabiliY Insyrance

Consultant shall procure and maintain in effect throughout the term of thiS~1gr~ment without requiring a~~ito~a compen~at~o~ fJi the City commercial gene~alliabiity insuran ~ve~ng personal and advertiSIng inJury bodily inJury and property damage prOVIding contractual II bJl~ty Independent contractors products and complet operations and premisesoperations cove~~ written by an insurance company authorized to d business in the State of California rated VII A ~rtbetter in Bests Insurance Guide (or an alternate guO e acceptable to City if Bests is not available) in Consultants nonnallimits of liability but not less t an One Million Dollars is 100000000) comb~n single limit for injUry or claim Said limits shall provi e first dollar coverage except that Executive Dire or may permit a

I I

5

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

~00070029PURCHASING DEPARTMENT03222011 1605 FAX --Ntigt

BID D

_-------~---+-~~-~----~-----~-+------~-IM1AtREQUEST FOR BID

CITY OF LOS ANGELES B F-741 RMmOR DEPARTMENT

1BEFORE 200 PM ON March 30 2011 i

seffinsured retention or self-insure ce in those cases where in his or her judgOlent such retention or selfinsurance is justified by the n6 worth of Consultant The retention or seJf-inure~ceprovided shall provide that any other insurance m intained by the Harbor Department shalt be $xcess of Consultants insurance and shall not contribute to it In all cases regardless of any dedu~ble lor retention said insurance shalf contain a defense f suits provision and a severability of intere$t cl~use Additionally each policy shall include a Waiver f Subrogation in favor of the Harbor Departm~nt ~nd an additional insured endorsement (CG 2010 or qUivalent) naming the City of Los Angeles Harbor Department its officers agents and employees a Primary additional insureds a 1O-days noti~e dfcaneellation for nonpayment of premium and a 3 -days notice of cancellation for any other ryensohs Consultants insurance broker or agent shaUsumiddot it for approvaf on Consultants behalf said ir) SUjlnee to the Citys online insurance compliance syste Track4LAltIP at httptrack4IaJacityorg i

Ayto Liabilitl( Insurance I Consultant shall procure and aintaln at its expense and keep in force at au m+ during the tenn

of this Agreement automobile lia ity insurance written by an insurance comp ny fluthorized to do business in the State of California ed VII A- or better in Bests Insurance Guide r ~ alternate guide acceptable to City if Bests is not a lIable) within Consultants normal limits of JiabJfity ut not less than Five Hundred Thousand Dollars 500 00000 covering damages injuries or ~ea h resulting from each accident or claim arising out anyone cfaim or accident Said insurance ~ha I protect against claims arising from actions or opera ons of the insured or by its employees Cov~ra~ shall contain a defense of suns prOVision and a se erability of interest clause Additionally each Roliqy shall include a Waiver of SUbrogation in favor of the Port and an additional insured endo~meht (CG 2010 or equivalent) naming the City of Los gales Harbor Department its officers agent~ a~d employees as Primary additional insureds a 10-da s notice of cancellation for nonpayment of prenjlium and a 30-days notice of cancellation for any other asons Consultants insurance broker or agr~l_shall submit for approval on Consultanfs behalf s id insurance to the Citys online insurancepornpJiance system Track4LA4l at httptrack4falacityol1 i

t i

Workers Com nsation and Em r i

Consultant shall certify that it is aware of the provisions of Section 3700 of tna lifomia labor code which reqUires every employ to be insured against liability for Workers d0rTIpensation or to undertake self-insurance in accord ce with the provisions of that Code and th$t Consultant shaff comply with such prOVisions before mencing the perfonnance of the tasks und~r ~is Agreement Coverage for claims under US Lon shore and Harbor Workers Compensation A~ ~ required under applicable law shall be included onsultaJit shall submit Workers compensatio~ ~oIicies whether underwritten by the state insurance nd or private carrier which provide that the pUbl c ltigtr private carrier waives its right of subrogation again the City in any circumstance in which it is aile -ad that ~ctions or omissions of the City contributed t the accident Such Workers Compensation ia+d occupational dise verage for all employees of Consultant and for ~Il employees of ase requirements shall include any SUbcontractor or other vendor re ined by Consultant Consultants insurance brqker or agent shall submit for approval on Consultants ~ehalf said insurance to the Citys online insutatce compliance system Track4LA~ at httptrack4Ialaityorg

j

6 Ii I

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

14100080029PD~CHASING DEPARTMENT03222011 1605 FAX

RMAL itEQ-pESTFORBID bull ClTY OF LOS ANGELES B bull F-741 ~OR DEPARTMENT

BID D BEFORE 2~00 PM ON March 30 2011

middotmiddotmiddotPGRfORMANCE BOND Success I bidder will be required to post a Faithful pe~ormlnce Bond for middot100 of the total contra~t price So d required shall be furnished when request~lby t~e Purcha~ing Officer and shall be furnished at raetors expense Bonds shall be placed With msu snce carners which are rated VII A- or better in 8 sts Insurance Guide If a Bests Insurance G~ide rating is not available then the proposed carrier ust meet comparable standards in another rating ervice satisfactory to City i

BiD BOND This bid must be acco panied by a cashiers or certified check payable to the City of Los A11gefes or a corporate surety bond in the amount of not less than 10 of the amo~nt bid guaranteeing that the bidder will enter into the pf 0sed contract within 30 days of notification ofEwa~d Bonds shall be placed with insurance carriers wich are rated VII A- or better in Bests Insuran uide If a Bests Insurance Guide rating is not availa fe then the proposed carrier must meet comp rabl standards in another rating service satisfactory t City

CONTRACTORS UCENSE In a rdance with Section 702815 of the Business ~md rofessions Code bidder must prOVide the folio ng information

Contractors License No _+---I-=J-_t)~6-+-1=- _ e C 0 C~b

ClassC3yen CO Expir tion Date 2-30 t I I

CONSTRUCTION MATEBJALS EI rical plumbing HVAC andor other const~ctidn materials fixtures deVices appliances and eq ipmentshall be ULFM approved when applieaJgtleImiddot and comply with the requirements of the City of s Angeles Building Code (s) I SAFETY AND HEA TH REQUIR MENTS All equipment materials procequ-1 and SeIVteeS furnished andor used by the Contra tor shall comply with applicable current reqUi$erts of OSHAa1dF CAL-OSHA Contractor agrees to inemnify and hold harmless Los Angeles City e Harbor

I Department and agent~ officers an e~ploxees thereof for all dam~ges assess aiainst them as a result of Contractors failure to camp with said safety and hearth reqUIrements

SITE MAINTENANCE amp CLEAN-UP Contractor shall keep the premises and works~e ~Iean and free from rubbish and debris Upon com etion of the contract and before acceptance of lt1efork by the Cfty I the Contractor shalf at once re ve as necessary all plants tools equipment a~d aterials and shall thoroughly clean the worksite Ie ving it with a neat clean appearance 1

DELIVERY POINT Prices to include all delivery charges FOB the Harbor Departrrlent Test Lab 514 Pier A Street Wilmington CA 90744 I BILLING DISCOUNT TERMS Billi g Discount terms offering 20 days or more WiIbull bp conSidered in making evaluation for award I

I

I i

7

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

~REQlJESTFOIt BID CITyenOFLOSANGELES B NO F-741

03222011 1605 FAX PURCHASING DEPARTMENT 00090029

HARBOR DEPARTMENTBID D BEFORE 200 PM ON March 30 2011 I

FEDERAL EXCISE TAX The Ci of Los Angeles Harbor Department Is exempt Ifrom payment of Federal Excise Taxes and will fu ~~ vendor with a Tax Exemption Certificatebull priCING NOT TO INCLUDE ANY FEDERAL EXCISE IV

iSAI6i TAX PERMIT Vendors lifornia Sjate Board of Equalization Perrott No rquired to collect California State Sales Tax Pennit umber 5 $ AP17 - lt ~ Byq ( bullI

V~tiQgR PAYMENT Please not Vendor name and address must be submitted exactly as it will appear on the invoice If invoice r it to (remittance) name and address are different f om the bid name and address please indicate

AG REMIT TO NAME -l--c~I--L-oJ__----zx-~--C~

ADDRESS--=u-~_-F---c- r--UJmiddot _

L-t CIl d- a I

appears on the purchase order orInvoices submitted for payment wh re the invoice name and address does not ll1atch the name as it

s indicated in the space above will not be PrP sed and will be returned to the vendor

CQIPLJANCE WITH LAWS Ve or shall comply with all applicable Ordinan~s laws Rules and RegUlations of the City and of any C unty State or Federal Government or subdivision thereof

DfFAULT BY SUPPLIER In cas of default by Vendor the City reserves the tig t to procure the artidfes or services from other so rces and to hold the vendor responsible forl a y excess costs occasioned to the City thereby

MINORITY WOMEN AND OTHER BUSINESS ENTERPRISE MBElWBEJOBE 11 is the policy of the Los Angeles Harbor Department to rovide minority (MBE) women (WBE) and all othe (OBE) business enterprises an equal opportunity to articipate in the perfonnance of all Harbor Debattment contracts Such- opportunities have resulted in combined MIWBE participation of over 2b Bidders are encouraged to continue assisting Deparbnent in implementing this policy by ta~i~ all reasonable steps to ensure that all available b siness enterprises have an equal opportunity fP pompete for and participate in Department contract All bidders are encouraged to reach out t~ rNwOBEs when opportunities are available

eNVIRONMENTALMANA EMEN SYSTEM The Los Angeles Harbor Departme t (Port) is committed to managing resources a~d conducting Port development and operations in both an environmentalfy and fiscally responsible mariner The Port will strive to improve the quality of life a d minimize the impacts of its development and trations on the environment and surrunding co~ unities t~rough the Ontinuous im~rovement of i environme~tal perfonnance and the Implementatl of pollution prevention measures In a feaSIble IS d cost effectIVe manner that is consistent with the P s overall mission and goals as well as with tho~bullbull 14 of its customers and the community To ensure t is policy is successfully implemented the Port will develop an environmental management progra that will

8 I

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

tal00100029PlJRCHASING DEPARTIJENl03222011 1606 FAX

CrrvOF LOS ANGELES B$N~ F-741

~

ItHARBOR DEPARTMENT

BID DUh BEFORE 200 PM ON March 302011

I 1 Ensure this environmentc I policy is communicated to Port staff its custotnerS and the

2 n~~r~Pfiance With c II applicable environmental laws and regUlatiO~S I I

3 Ensure environmental co ~siderations are included in pfanning property ifinapcial developmental and oper tional decisions including feasible and cost e$ctite options for exceeding applicable req ~jrements I

4 Defi~e and establish envi onmental objectives targets and best managefTle~1t practices and monitor performance

5 ~nsure the Port maintaim a Customer Outreach Program to address CO1mcr environmental ISsues and I

6 Fulfill the responsibilities f each generation as trustee of the environmen1 fo~ succeeding generations through envir gtnmental awareness and communication with emppyees customers regulatory age ncies and neighboring communities I

I I The Port is committed to the spirit a d intent of this policy and the laws rules and r~Uf~tions which give it foundation I BUSINESS TAX REGISTRATION (ERTIFICATE IBTRet In accordance with thec~ of Los Angeles MU~icipal Ccxe ~ ~usiness Tax Registration ~ertificate may be r~ui~e~ of ~rSons engaged in bUSiness activity withm the CIty TI e Office of Finance Tax and Permit DIVISIon (1~) 473-5901 has sole authority in determining a fil ms tax requirements and in issuing Busine~ rax Registration Certificates 2r Business Tax Exemp ~on Numbers Accordingly firms current Busin~ITax Registration Certificate Q( Business Tax Exemp ion Number must be clearly shown on all invqi~ submitted for payment Bidder in sUbmitting tt is bid acknowledges and accepts the above r~uirements and recognizes that lQ invoice will be processed for payment without inclusion of ~hb Business Tax Registration Certificate QI Businessmiddot ax Exemption Number j I

j

TAXPAYER IDENTIFICATION NU IBER Contractor declares that it has an a~hhrized Taxpapr Identification Number (fIN) which n ust be indicated on all invoices No payments Yfifbe made under this agreement without a valid TIN n mber I

SPECIAL NOTE If you are not b dding please state reason for not bidding and l return bid to the Purchasing Office I

I

l I

9

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10

~OOll0029Pl~CHASING DEpARTMENT03222011 1606 FAX

CITY OF LOS ANGELES BID 0 F-741 HARBOR DEPARTMENT I

I (

BID DUE EFORE 200 PM ON March 30 2011 GENERAL CONJ)1TIONS I

IREAD CAREFULLY j

1 FORM OF BID AND SIGNATURE The Bid ust be made on this fonn only and is limited to the Terms and Condi ns contained herein unless expressly agreed otherwise in writing by th City No telephonic or fiI4lsimile bid is acceptable unless otherwise -cated Bid should be enclosed in a sealed envelope showing the Bid o mIhe lower left comer and addressed to the Port of Los Angeles g Division 500 Pier AU Street P O Box 786 Wihningto CA 9Q748 Bids must be signed with the finns corpo11lte name or DBA and by a responsible officer or authorized employee case of error in extension of prices unit price will govern All rices must be finn unless Ihe specification provides for adjustment

2 TAXES Do not include any Sales or Federal cise Tax in priceS unless the specifications specifically require they be included Sales tax will be added by the City at time of Ii The City will furnish Federal Excise tax Exemption Certifiem to Supplier Any other taxes must be included in bid prices

3 SPECIFICATION CHANGES Bidder may in writing that specifications be modified if its provisions restrict iamptOT from bidding Such request must be received by be Director 0 Purchasing at least five (5) wor1cing days before bid opcning date 1 bidders will be notified by Addendum ofany approved changes in specifications

4 BRAND NAMES AND SPECmCATIONS The detailed specifications andor brand name references are d ptive and indicate quality design and construction of itemsrcqu Offers will be considered to supply articles substantially the as those described therein bat with minor variations Bidder must be variations in their Bid

5 AWARD OF CONTRACT Bid shall be subject City for a period of three (3) months unless a Ie5Sef in the quotation by the bidder The City may make all items complete to one bidder or may award bidders Bidders may submit alternate prices a lum sum or a discount conditional on receiving an award for two Or mon ms The right is reserved to reject any or all bids and to waive info ity in bids

S PURCHASE AGREEMENT A copy of the Bid Specifications and GeneraI Conditions will remain on tile in the Pure ing Office All materiaI or services supplied by the Contractor s I conform to the applicable requirements of the City Charter City dinances and all applicable Stite and Federal Laws as well as nfonning to the Specifications Terms end Conditions contained here

PRICE GUARANTEE Ifduring the teml of any pursuant to this Bid the supplier sells the same undef similar quantity and delivery conditions at stated herein such lower prices are to immediately City

DEFAULT BY SUPPLJER In case of default by reserves the right to procure the anicles or services and to hold the supplier responsible for any excess co City

I PAYMENTS Payment terms are NET 30 days s bidder quotes otherwise Cash discounts allowing less than 20 cia or 20th Proxima will not be considered by the City when evaluatin Bids All Cash Discounts are computed nom the date of delivery in 11 or completion and axeptanoe of the work or material or nom te of receipt of

invoice whichever is lateSt Partial Paymehts may be made by the Cit on delivery aod acceptance ofgoods land 01 receipt ofvendors invoiclt Invoices must be submitted as spccified on the Purchase Order 0

Notice to Proceed I

I 10 ASSIGNMENT The supplier shall pot asign or transfer by OperatiOl

of law any obligation without the pr~or 1en consent of the Directo ofPurchastng

i

11 NONDISCRIMINATION During ~e~rmanceof this con-tract the contractor shall not discriminstelin ployment practices agains any employee or applicant for emp~ because of the employee~ race religion national origin an sexual orientation age disability marital status domestic p er ~s or medical condition in accordance with LA Admin C S+ons 108 to 1013 whoSt provisions are incorporated herein All Etracts awarded undet any such contract shall contain a like t100di anon provision

12 SAFETY APPROVAL Articles SUlied lDlder this contract will nol be accepted unless Ihey comply with ~urrept safety regulations of the City Depu1ment of Building and Safeiy UL the Safety Orders of the California Division of Occupation Sa(cty +d Health (CalOSHA) and OSHA requirements I

i

13 PREVAILING WAGES Where labJr is uired for pUblic work as a part of this contract pursuant to thErovi ions of the Labor Code of the State of California contractor I no less than the general prevailing wages for the area as de by the Director at the Deparuncot ofJndustrial Relations State 0 California Copy of wage schedule is obtainable from the Of6celof e Board of Public Works City Hall Los Angeles

14 CONTRACTORS LIABILITY TIje tractor agrees to at all times relieve protect save harmless ~d yenJY indemnify the City of Los Angeles its officeB agents and croployees from any and aU liability whJ1SOeVer that may arise or bet Cll~ by reason of any acts o~ said contractor contraetors empl0J1es d agents in cOI1IIection With the woric tD be pmormed under theiCOn

15 P~TENT ~GHTS The ~n finr( or ~ration UpD whom this order IS drawn does m case thQ or supphes to be furnished are CQvClCd wholly or in part by s Letters PateI1t by the acceptance of tbl$ order agrees to and hold the City of Los Angeles harmlcss from any and all inj~es damage which the City may sustain by reason of the sale to or pst it of such materials or supplies and arising out of the alleged Qr aCtual infringement of said

16 g~~~Jt=~~ accordance with the laws of the State ofCtIifumia

TIfEEND 285 Rev 4101116

10